HomeMy WebLinkAboutResolution - 2020-R0089 - Gorman Outdoor, Inc. - 03/10/2020 Resolution No. 2020-R0089
Item No. 6.19
March 10, 2020
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. 15169 for Pre-Post Emergent
Application to Parklands as.per ITB 20-15169-JM, by and between the City of Lubbock and
Gorman Outdoor, Inc., of Shallowater, 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 March 10 2020
DANIEL M. POPE, MAYOR
ATTEST:
Rebe ea Garza, City Sec et y
APPROVED AS TO CONTENT:
+z
Brooke Witcher, Assistant City Manager
APPROVED AS TO FORM:
__ 7A - —
Ry• ro ke, Assistzt Vq Attorney
cedocs/RES.Contract 15169—Pre-Post Emergent Application to Parklands
February 13,2020
Resolution No. 2020-R0089 Contract 15169
City of Lubbock,TX
Contract for
Pre-Post Emergent Application to Parklands
THIS CONTRACT made and entered into this M day of March 2020, by and between the City of
Lubbock("City"), and Gorman Outdoor, Inc., ("Contractor").
WITNESSETH:
WHEREAS,the City of Lubbock duly advertised for bids for Pre-Post Emergent Application to Parklands 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 Pre-
Post Emergent application to Parklands.
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, Pre-Post Emergent Application to Parklands and more
specifically referred to as Items One through Six 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 terns and conditions contained herein.
3. The contract shall be for a tern of one year, with the option of two, one year extensions, said date of tern
beginning upon fon-nal approval. 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 tern 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 tenninated for non-
compliance.
4. Prices quoted shall be set for a period for one(1)year, said date of tern beginning upon City Council date of
formal approval. The rate may be adjusted upward or downward at this time at a percentage not to exceed the
effective change in Consumer Price Index (CPI) or Product Price Index (PPI),which ever is most appropriate
for the specific contract for the previous 12-months at the City's discretion, the effective change rate shall be
based on either the local or national index average rage for all items. If agreement cannot be reached, the
contract is terminated at the end of the current contract period.
5. 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.
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.
7. 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 ofTexas
and acceptable to the City,in the following type(s)and amount(s):
TYPE OF INSURANCE COMBINED SINGLE LIMIT
GENERAL LIABILITY
® Commercial General Liability General Aggregate $1,000,000
❑ Claims Made ® Occurrence Products-Comp/Op AGG X
❑ W/Heavy Equipment Personal&Adv.Injury X
❑ To Include Products of Complete Operation Endorsements Contractual Liability X
Fire Damage(Any one Fire)
Med Exp(Any one Person)
PROFESSIONAL LIABILITY
❑ General Aggregate
AUTOMOTIVE LIABILITY
® Any Auto ❑ All Owned Autos
❑ Scheduled Autos ❑ Hired Autos
❑ Non-Owned Autos Per Occurrence $1,000,000
EXCESS LIABILITY
❑Umbrella Form Each Occurrence
Aggregate
GARAGE LIABILITY
❑ Any Auto Auto Only-Each Accident
❑ Other than Auto Only:
Each Accident
Aggregate
❑ BUILDER'S RISK ❑ 100%of the Total Contract Price
❑ INSTALLATION FLOATER ❑ 100%of the Total Material Costs
❑ CARGO
❑ Pollution
® WORKERS COMPENSATION—STATUTORY AMOUNTS OR $1,000.000
OCCUPATIONAL MEDICAL AND DISABILITY
®EMPLOYERS'LIABILITY $1,000,000
OTHER:COPIES OF ENDOSEMENTS ARE REQUIRED
® City of Lubbock named as additional insured on Auto/General Liability on a primary and non-contributo)y bases.
® To include products of completed operations endorsement.
® Waiver of subrogation in favor of the City of Lubbock on all coverages,except
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, Iimitations,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
1625 I TI Street,Room 204
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.
8. 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. The City reserves the right to exercise any right or remedy available 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.
10.At any time during the tenn 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 tunes, 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.
11. 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 fiords 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 tirne 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.
12. 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.
13. 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.
14. TEXAS GOVERNMENT CODE SECTION 2252.15
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.
15. TEXAS PUBLIC INFORMATION ACT
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.
16. HB 89
The Contractor warrants that it complies with Chapter 2270.001 of the Texas Government Code by verifying
that:
(1) The Contractor does not boycott Israel; and
(2) The Contractor will not boycott Israel during the term of the Agreement.
Pursuant to Section 2270.001, Texas Government Code:
1. "Boycott Israel"means refusing to deal with, terminating business activities with, or otherwise
taking any action that is intended to penalize, inflict economic harm on, or limit commercial
relations specifically with Israel, or with a person or entity doing business in Israel or in an
Israeli-controlled territory, but does not include an action made for ordinary business
purposes;and
2. "Company"means a for profit sole proprietorship, organization, association, corporation,
partnership,joint venture, limited partnership, limited liability partnership, or any limited
liability company, including a wholly owned subsidiary, majority-owned subsidiary,parent
company or affiliate of'those entities or business associations that exist to make a profit.
17. This Contract consists of the following documents set forth herein; Invitation to Bid No. 20-15169-JM,
Specifications,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 LUBB C CONTRACTOR
BY
Daniel M.Pope,Mayor Aut rize epre entati e
ATTEST: Print Name
Rebe a Garza,City Secret y Address
APP ED AS TO CONTENT: City, State,Zip Code
Ron allag
Interim Director of Parks and Recreation
APPROVED AS TO FORN
Ryan roo ,As istant City Atto
/
?1.. .. ..q,% '
City of Lubbock, TX
Purchasing and Contract Management
ITB 20-15169-JM
Pre-Post Emergent Application to Parklands
Specifications
General. To provide chemicals and application of herbicide weed control to selected park lands.
1.0 DEFINITIONS
1.1 Agent - An employee of the City of Lubbock, who is appointed by the City to monitor
the work and actions of the contractor.
1.2 City-The City of Lubbock, TX, municipal corporation in Lubbock County, Texas.
1.3 City Council - City Council of the City of Lubbock, TX.
1.4 Contract Time -The number of allowable days to complete the contract.
1.5 Contractor - The individual, firm, partnership,joint venture, or corporation contracting
with the City to perform work.
1.6 Deputy Chief,Fire Department-The individual whom shall act on the City's behalf to
ensure compliance with the contract requirements, such as but not limited to, acceptance,
inspection and delivery of all Fire Department properties. All questions, notices, or
documentation arising under this agreement pertaining to Fire Department properties
shall be addressed to the Deputy Chief, Fire Department.
1.7 Extra Work- Work over and above than what is called for in the contract.
1.8 Mayor-The duly appointed official of the City of Lubbock, TX, who is empowered by
the City Charter to enter into a contract in behalf of the City.
1.9 Notice to Proceed -Written notice to the Contractor issued and signed by the authorized
Agent stating the date on which the Contractor should proceed with work as stated in the
contract.
1.10 Parks Manager - The individual whom shall act on the City's behalf to ensure
compliance with the contract requirements, such as but not limited to, acceptance,
inspection and delivery of all Parks properties. All questions, notices, or documentation
arising under this agreement pertaining to Parks properties shall be addressed to the Parks
Manager.
1.11 Specifications - The directions, provisions, and requirements pertaining to the method
and manner of performing the work or to the quality of the materials and equipment to be
furnished under the contract.
1.12 Subcontractor - Any individual, firm, partnership, or corporation licensed or otherwise
authorized by law to do business in Texas, to whom the Contractor, with written consent
of the City, sublets a part of the work.
1.13 Surety- The Corporation,partnership or individual, duly authorized and admitted to do
business in Texas and licensed by the State of Texas to issue surety bonds, who is bound
with and for the Contractor- to assume legal liability for the faithful performance of the
contract.
1.14 Unit Price-Payment to the contractor based on a unit or portion of the work performed.
1.15 Work - All work, including the furnishing of staff, equipment, materials, and other
incidentals necessary for the performance of the contract.
2.0 TERMS AND CONDITIONS
2.1 Work: It is the intent for the Contractor to provide for completion in every detail the
work described herein. The Contractor shall provide all labor, tools, transportation,
materials, and equipment necessary to complete the work in accordance with
specifications provided and terms of the contract.
2.2 Specification Change: During the term of the Contract,the City may cancel applications
to certain parks,thereby decreasing the contract; acreage pricing will be used to determine
cost adjustments. All changes shall be in writing.
2.3 Changed Condition: If the Contractor finds latent conditions which differ from those
outlined in the contract or specifications which differ from customary work, and which
the Contractor could not have discovered during the investigation of the site prior to the
bid, and in which such condition increased the expense to the Contractor, immediate
written notice shall be promptly mailed to the Parks Manager. The Contractor shall afford
the City the opportunity to inspect the same. After inspection by the City,the Contractor
shall not delay work pending a decision to be made by the City regarding the claim.
Failure of the Contractor to give prompt written notice and afford the City the opportunity
to inspect the condition,before it is disturbed,shall be deemed a waiver by the Contractor
of all claims and extra compensation arising out of the alleged condition. If the City
determines that the Contractor is entitled to extra compensation by reason of increased
expense to the Contractor and caused by the condition, and finds that the condition
requires work not covered in the contract,a change order may be executed for additional
compensation which shall be agreed upon by all parties involved. Additional time may
be granted if the City deems additional time is necessary to accomplish the job. No
change order or combination of change orders shall exceed twenty-five percent(25%)of
the total contract.
2.4 Clean-up: As specified in the Maintenance Standards Specifications, all work shall be
cleaned up and waste materials removed from the site. No equipment shall be left
unattended at sites and all material removed from the job shall be at the Contractor's
expense. If materials or waste are not removed from the site, written notification from
the Agent shall be delivered to the Contractor. The Contractor shall have forty-eight(48)
hours to remove the material in question. If the material in question is not removed in
the forty-eight (48) hour period, the City shall remove the material and the Contractor
shall be charged for the expense. Payment to the city for said expenses shall be deducted
for the Contractor's payment. If such conditions continue,the contract may be terminated
due to breach of contract.
2.5 Preservation and Restoration of Property: The Contractor is responsible for the
preservation of all City owned and adjacent property owner lands which the Contractor
may come into contact with. The Contractor shall use every precaution necessary to
prevent damage to trees, shrubs, above and below ground structures, utilities and any
other form of property. Should damage occur, it is the Contractor's responsibility to
report the damage to the Parks Manager or his Agent as soon as possible but not exceeding
twenty-four(24) hours from the time damage occurred. If damage occurs as a result of
Contractor's actions, the Contractor shall be held responsible to repair or replace the
damaged property at Contractor's expense. Time required to repair damaged property
shall be expedient and to the approval of the Parks Manager or his Agent. If the damage
is not repaired in the agreed upon time period, the City may after forty-eight(48) hours'
notice from the Parks Manager, proceed to repair the damage. The Contractor shall be
held financially responsible for the repair work and the cost shall be deducted from the
Contractor's payment. For work performed under contract,the Parks Manager shall take
whatever steps necessary to execute the Performance Bond.
2.6 Equipment: The Contractor shall provide everything necessary to fulfill the
requirements of this contract. All equipment shall meet all applicable Federal, State and
Local laws and regulations. Contractor's equipment is subject to inspection and approval
of the Parks Manager or his Agent. If the Parks Manager or his Agent deems the
equipment faulty or if the equipment is damaging the turf in anyway,the Contractor shall
remove the equipment from the premises.
2.7 Property Boundary: Parks & City Facilities; When the property to be maintained is
bound by a street, the scope of maintenance will extend to roadway, if the boundary is
an alley, application will consist of a minimum of one half of alley. When the area is
bound by anything other than a street or alley, the physical property line will serve as the
project boundary. Fire Department; to include weed control on all concrete and asphalt
surfaces such as sidewalks and parking lots on station property.
2.8 Termination of Contract: This contract shall remain in effect until performance of
services ordered, or termination of either party with a thirty (30) day written notice by
either party prior to any cancellation. 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.
2.9 Requirements. During the period of the Contract, the Contractor shall provide all the
services described in the Contract. The Contractor understands and agrees that this is a
requirements Contract and that the City shall have no obligation to the Contractor if no
services are required. Any quantities that are included in the bid form and/or
specifications reflect the current expectations of the City for the period of the Contract.
The amount is only an estimate and the Contractor understands and agrees that the City
is under no obligation to the Contractor to buy any amount of the services as a result of
having provided this estimate or of having any typical or measurable requirement in the
past. The Contractor further understands and agrees that the City may require services in
an amount less than or in excess of the estimated annual Contract amount and that the
quantity actually used, whether in excess of the estimate or less than the estimate, shall
not give rise to any claim for compensation other than the total of the unit prices in the
Contract for the quantity actually used.
3.0 CONTROL OF WORK
3.1 Authority of the Parks Manager: It is understood by all parties that the work is to be
done to the satisfaction of the Parks Manager or his authorized agent(s). The Parks
Manager shall interpret all specifications, and shall determine the acceptability of all
work. The Parks Manager shall decide the quality,and amount of all work done and shall
determine the amounts to be paid under the contract. The Parks Manager shall be the sole
administrator of claims and his decision shall be final, conclusive and binding on all
parties.
3.2 Authority of the Agent: The Parks Manager may appoint an Agent or Agents to serve
as an inspector. The Agent(s)shall be allowed to inspect all work at any time. The Agent
shall not be allowed to alter, revise, add, or delete anything from the contract or
specifications. An Agents duty shall include keeping the Parks Manager notified as to
the progress of the job and the procedures involved in completing the job. The Agent
shall call to the attention of the Parks Manager and the Contractor any deviation of
contract or specifications, but failure of the Agent or of the Parks Manager to call to the
attention of the Contractor any deviation of the contract or specifications shall not
constitute acceptance of said work. The Agent shall have the authority to suspend any
work pending a decision by the Parks Manager.
3.3 Extra Work: Extra work being done by the Contractor without authorization through
change orders, or work which is not shown on the contract or specifications, shall be
considered as unauthorized work; and if performed shall be at the risk of the Contractor.
The Parks Manager reserves all rights to refuse payment for such work.
3.4 Unauthorized Work: All work and/or materials which do not conform to the contract
and specifications, and work done contrary to written instructions of the Agent or Parks
Manager shall be done at the expense of the Contractor. The Contractor may be ordered
to remedy such work at its own expense. If Contractor damages adjacent property, the
Contractor shall remedy such property at its own expense.
3.5 Final Inspection: Final Inspection of the site shall take place by the Parks Manager or
his appointed Agent as soon as possible after the completion of the project. If the project
is completed in cycles,the project shall be inspected after each cycle by the Agent. The
Contractor shall be allowed to be present at the examination. If the inspection reveals
any defective work,the Parks Manager or his Agent may require the work to be remedied
before final acceptance is granted. All said remedies shall be at the expense of the
Contractor.
3.6 Laws and Regulations: The Contractor and any subcontractor(s) shall at all times
comply with all local, county, state and federal laws. The Contractor and his
subcontractor shall abide by all Labor Ldws observed by the State of Texas. The
Contractor shall comply with all Federal, State and Local Environmental Protection
Laws, and regulations. The Contractor shall comply with all applicable Federal, State
and local laws and regulations regarding pollution of rivers, lakes, streams and other
waters. The Contractor shall store, handle, use and dispose of chemicals, fuels, oils,
greases and other materials in a manner which prevents them from entering surface or
ground waters. Upon receipt of notice of noncompliance of environmental protection
provisions, the Contractor shall take immediate corrective action at the Contractor's
expense. If the Contractor fails or refuses to immediately take corrective action,the City
may issue an order stopping all or part of the work until satisfactory corrective action has
been taken. Applications shall be perfonned through a Licensed Applicator. The
contractor shall furnish copies of all licenses for all applicators with the bid at closing.
3.7 Advertising: Contractor shall not advertise or publish, without City's prior consent,the
fact that the City has entered into this contract, except to the extent necessary to comply
with proper request for information from an authorized representative or the Federal,
State or Local Government.
3.8 Special Events: The Contractor shall schedule work to enhance public use and restrict
conflict with scheduled events. Special event schedules will be submitted to the
Contractor by the Parks Manager or his Agent. The Parks Manager or his Agent will
attempt to notify the contractor forty-eight hours prior to an event that requires application
schedule adjustments
3.9 Citizen Contact: The Contractor is granted the privilege of doing work on City owned
property, but does not have exclusive use of the property and must respect the activities
of park patrons while doing work on City owned property. The Contractor shall take all
precautions necessary to ensure that adjacent property owners are not disturbed. Should
a Contractor's worker be contacted by a citizen visiting the property they are maintaining,
proper assistance shall be given to the citizen. Should the worker not know the answer
to the citizen's question, the worker should refer the citizen to the agent responsible for
the contract inspections.
3.10 Identification and Character: Contractor's vehicles shall be marked with the
contractor's company name,on both sides and in lettering that is a minimum of two inches
tall and of an easily read typeface. In lieu of lettering, Contractors may submit easily
recognizable Company Logos for approval by the Parks Department. All employees of
the Contractor shall have a name badge for identification, either clip on or incorporated
with a uniform. This identification shall be worn at all times that the employee is at the
job site. The Contractor shall provide uniforms of a different color than City employee
uniforms. Uniforms may not be torn or ragged and shall present a professional
appearance. Additionally, the Contractor will at all times require employees to remain
fully dressed and will not allow employees to wear unbuttoned clothing while on City
property.
3.10.1 The Contractor shall prohibit the use of intoxicating substances by its drivers and
crew members while on duty or in the course of performing their duties under this
Contract.
3.10.2 Employees driving the Contractor's vehicles shall at all times possess and carry a
valid State of Texas Commercial Driver's License appropriate for the weight and
type of vehicle being driven.
3.10.3 The Contractor's employees,officers,agents and Subcontractors shall,at no time,
be allowed to identify themselves or in any way represent themselves as being
employees of the City of Lubbock.
3.11 Safety: The Contractor is responsible for maintaining a safety program which ensures
compliance with all Federal Occupational Safety and Health Act of 1970 standards. The
Contractor is responsible for safety on the project site and the City shall take no action to
interfere with the Contractor's safety program.
3.12 Disputed Work: If the contractor is of the opinion that(a)the work necessary or required
to accomplish the result intended by this contract; or(b) any work ordered to be done as
contract work by the City is extra work or additional work and not contract work; or(c)
any determination or order of the City violates the terms and provisions of this contract,
the Contractor shall promptly,either before proceeding with such work or with such order
or determination, notify the City in writing of his (its) contentions with respect thereto
and request a final determination thereof.
Such determination of the City shall be given in writing to the Contractor. If the City
determines that the work in question is extra work and not contract work, or the
determination or order complained of required performance by the Contractor beyond
that required by the contract or violates the terms and provisions of the contract,
thereupon the City shall cause either(a)the issuance of a written order covering the extra
work as provided for in paragraph 1 of section 3.12 hereof, or(b) the determination or
order complained of be rescinded or so modified so as to not require performance beyond
that required by the terms and provisions of the contract.
If the City determines that the work in question is contract work and not, extra work, or
that the determination or order complained of does not require performance by the
Contractor beyond that required by the contract or violate the terms and provisions of the
contract, he shall direct the Contractor to proceed, and the Contractor must promptly
comply. In order to reserve his(its)right to claim compensation for such work resulting
from such compliance, the Contractor must, within twenty (20) calendar days after
receiving the City's determination and direction, notify the City in writing that the work
is being performed,or that the determination and direction is being complied with,under
protest.
If the Contractor fails to so appeal to the City for a determination or,having so appealed,
should the Contractor thus fail to notify the City in writing of his (its) protest, the
Contractor shall be deemed to have waived any claim for extra compensation or damages
therefore. No oral appeals or oral protests, no matter to whom made shall be deemed
even substantial compliance with the provisions of this item.
A delay of the Contractor due to a court order against the City or because of a conflict of
a utility with the work shall not be a cause for additional compensation for damages
sustained by the Contractor, but may be a cause for extension of contract working time
only.
In addition to the foregoing requirement,the Contractor shall,upon notice from the City,
produce for examination and audit at the Contractor' office, by the representatives of the
City, all his (its) books and records showing all of his (its) acts and transactions in
connection with contractual performance as well as relating to or arising by reason of the
matter in dispute. At such examination a duly authorized representative of the Contractor
may be present.
Unless the aforesaid requirements and conditions shall have been complied with the
Contract,the City shall be released from all claims arising under,relating to or by reason
of this contract, except for the sums to be due under the payment provision or this
contract. It is further stipulated and agreed that no conduct on the part of the City or any
agent or employee of the City shall even be construed as a waiver of the requirements of
this section, which such requirements constitute an absolute condition precedent to any
approval or any claim for extra compensation, notwithstanding any other provisions of
the contract documents; and in any action against the City to recover any sum in excess
of the contract amount the Contractor must allege and prove strict compliance with the
provisions of this section.
In connection with the examination provided for herein,the City,upon demand therefore,
shall also produce for inspection by the Contractor such records as the City may have
with respect to such disputed work or work performed under protest pursuant to order of
the City,except those records and reports which may have been prepared for the purpose
of determining the accuracy and validity of the Contractor's claim.
3.13 Performance of Extra or Disputed Work: While the Contractor or his (its)
subcontractor is performing extra work in accordance with the City's written order,or is
performing disputed work or complying with a determination or order under protest in
accordance with paragraph 3 of Section 3.12 hereof,the Contractor shall daily furnish the
City's representative at the site with three copies of verified statement showing:
3.13.1 The name of each employee on this extra work and the equipment employed. This
information shall be reported on forms supplied by the City. A copy of such
statements shall be signed by the City's representative, noting thereon any items
in question,and shall be returned to the Contractor within five working days after
submission. This signature shall not be construed as the City's agreement and
acceptance of items not questioned since all items are subject to subsequent
review and audit by City representatives.
3.13.2 The Contractor and his(its)subcontractors,when required by the City,must also
produce the inspection and audit by designated City representative,any and all of
his (its) books, vouchers, records, daily job diaries and reports, canceled check,
etc., showing the nature and quantity of labor, materials and equipment actually
used in the performance of the extra work; the amounts expended therefore; and
the costs incurred for insurance premiums and other items of expense directly
chargeable to such extra work. The Contractor must permit the City's
representatives to make extracts there from or copies thereof as may be desired.
Failure of the Contractor to comply strictly with these requirements shall
constitute a waiver of any claim for extra compensation on account of the
performance of such extra work.
3.14 No Waiver of Rights or Estoppels: The City,or any officer or agent thereof, shall not
be precluded at any time, either before or after final completion and acceptance of the
work and final payment therefore from:
3.14.1 Showing the true and correct amount, classifications, quality and character of the
work done and materials furnished by the Contractor or any other person under
this contract,or from showing at any time that any determination,return,decision,
approval, order, letter, payment or certification is untrue and incorrect, or
improperly made in any particular, or that the work or the materials or any parts
thereof, do not in fact conform to the contact requirements; and
3.14.2 Demanding the recovery from the Contractor of any overpayments made to him,
or such damages as the City may sustain by reason of the Contractor's failure to
perform each and every part of this contract in strict accordance with its terms or
both.
3.15 Contractor Default,City's Right to Suspend Work and Annual Contract: The work
or any portion of the work under contract shall be suspended immediately on written order
of the City declaring the Contractor to be in default. The contract may be annulled by the
City for any good cause or causes, among others of which special reference is made to
the following:
3.15.1 Failure of the Contractor to start work within ten(10)days from date specified in
the written work order issued by the City to begin the work;
3.15.2 Substantial evidence that the progress of the work being made by the Contractor
is insufficient to complete the work within the specified working time;
3.15.3 Failure of the Contractor to provide sufficient and proper equipment,materials or
construction forces or properly executing the work;
3.15.4 Substantial evidence that the Contractor has abandoned the work or
discontinuance of the performance of the work or any part thereof and failure to
resume performance within a reasonable time after notice to do so;
3.15.5 Substantial evidence that the Contractor has become insolvent or bankrupt, or
otherwise financially unable to carry on the work;
3.15.6 Deliberate failure on the part of the Contractor to observe any requirements of
these specifications or to comply with any orders given by the City as provided
for in these specifications;
3.15.7 Failure of the Contractor to promptly make good any defects in the work, the
correction of which has been directed in writing by the City;
3.15.8 Substantial evidence of collusion for the purpose of illegally procuring a contract
or perpetrating fraud on the City in the construction of work under contract;
3.15.9 Repeated and flagrant violations of safe working procedures;
3.15.10 The filing by the Contractor of litigation against the City prior to final completion
of the work
When the work is suspended for any of the causes itemized above,or for any other cause
or causes, the Contractor shall discontinue the work or such part thereof as the City
designates.
3.16 Suspension by Court Order Against City: The Contractor shall suspend such part or
parts of the work pursuant to a court order issued against the City and shall not be entitled
to additional compensation by virtue of such court order; neither shall the Contractor be
liable to the City in the event the work is suspended by such court order, unless such
suspension is due to the fault or negligence of the Contractor.
3.17 Payment Withheld: In addition to express provisions elsewhere contained in the
contract, the City may withhold from any payment otherwise due the Contractor such
amount as determined necessary to protect the City's interest, or, if it so elects, may
withhold or retain all or a portion of any progress payment or refund payment on account
of
3.17.1 Unsatisfactory progress of the work not caused by condition beyond the
Contractor's control.
3.17.2 Defective work not corrected;
3.17.3 Contractor's failure to carry out instructions or orders of the City or his (its)
representatives;
3.17.4 A reasonable doubt that the contract can be completed for the balance then unpaid;
3.17.5 Execution of work not in accordance with the contract documents;
3.17.6 Clairn filed by or against the Contractor or reasonable evidence indicating
probable filing of claims;
3.17.7 Failure of the Contractor to make payments to subcontractor for material or labor;
3.17.8 Damage to another Contractor;
3.17.9 Unsafe working conditions allowed to persist by the Contractor;
317.10 Failure of the Contractor to provide work schedules as required by the City;
3.17.11 Use of subcontractors without City's approval.
When the above grounds are removed, payment shall be made for amounts withheld
because of thele, and City shall never be liable for interest on any delayed or late payment.
4.0 CONTRACT TERM
4.1 The contract shall be for a term of one year, with the option of two, one year extensions,
said date of term beginning upon formal approval. The City does not guarantee any
specific amount of compensation, volume, minimum or maximum amount of services
under this contract.
4.2 During the period of the Contract, the Contractor shall provide all the services described
in the Contract. The Contractor understands and agrees that this is a requirements
Contract and that the City shall have no obligation to the Contractor if no services are
required. Any quantities that are included in the bid form and/or specifications reflect the
current expectations of the City for the period of the Contract. The amount is only an
estimate and the Contractor- understands and agrees that the City is under no obligation
to the Contractor to buy any amount of the services as a result of having provided this
estimate or of having any typical or measurable requirement in the past. The Contractor
further understands and agrees that the City may require services in an amount less than
or in excess of the estimated annual Contract amount and that the quantity actually used,
whether in excess of the estimate or less than the estimate,shall not give rise to any claim
for compensation other than the total of the unit prices in the Contract for the quantity
actually used.
5.0 PROSECUTION AND PROGRESS OF WORK
5.1 Notice to Proceed: Notice to proceed shall be mailed to the Contractor by certified letter.
The Contractor shall have ten (10) working days from the day he receives the letter to
actively proceed with the work.
5.2 Contract Time: All work is schedule driven;therefore,the Contractor's work force and
equipment needs shall vaiy throughout the contract's time period. The normal work
schedule shall fall within the time frame of Monday through Friday 6:00 a.m.to 5:00 p.m.
5.3 Weekends, Holidays and Nights: Work on weekends, holidays, and nights shall be at
the discretion of the Contractor. Should the Contractor find it necessary to work during
this time,notice of his intention to do so shall be given to the Parks Manager or his Agent
at least seventy-two(72)hours prior to doing so. The City reserves the right to deny such
work that interferes with heavy park usage or special events.
5.4 Weather: Weather will affect the progress of grounds maintenance at times and
contractor shall recognize this and have a plan of action and/or resources available to
proceed in an expedient'manner. Should weather conditions alter schedules,'the
Contractor shall notify the Agent at the beginning of the next work day. It is the
Contractor's responsibility to provide quality workmanship. If weather conditions
prevent such quality, the Contractor shall suspend work and resume work as soon as
weather allows. If the Agent or Parks Manager finds that weather conditions are
inappropriate for maintaining high quality work, they may notify the Contractor and
suspend work. The suspension of work by the Agent or Parks Manager shall not in any
way allow the Contractor to find grounds for adjustments in contract time or provide for
extra compensation.
5.5 Character of Work: All workers,supervisors,managers,and subcontractor(s)employed
by the Contractor shall be competent and careful workers skilled in their respective trades.
The Parks Manager or his Agent may remove from the work site any person employed
by the Contractor who does not represent the City in a professional manner or does not
follow the instructions given to him. If any person misconducts himself/herself, is
incompetent, or negligent in the performance of their duties, they may be removed from
the work site and shall not return until the Contractor receives written consent from the
City's Representative. Should the Contractor continue to employ such individual to
continue work under this contract,the City reserves the right to withhold payment and/or
nullify the contract.
5.6 Assigning or Subletting the Contract: The Contractor shall not assign or sublet the
contract,or any portion of the contract, without written consent from the Parks Manager
or his Agent. The City's permission to sublet any contract shall not be construed as
making the City a party of such subcontract. No subcontractor shall release the
Contractor of its surety or its liability and obligation to fulfill all transactions made under
the contract.
5.7 Payment: The Contractor shall receive compensation provided for in the contract at the
completion and final inspection by the Parks Manager or his Agent. Payment will be
determined by completed parks and the unit price for each park as submitted in the
contract.
6.0 SPECIFICATIONS
6.1 Application. Pre-Emergent & Post Emergent herbicide will be applied by successful
contractor as listed on the 2017 PARKLAND TURF PROGRAM. All turf areas shall be
uniformly sprayed with chemical. If the site to be sprayed is a ball field,then the area to
be sprayed includes an area 30 feet outside ball field fencing.
6.2 Schedules-Parks. The Park Manager or his Agent will supply the successful contractor
with priority schedules and known special events that may affect contractor's schedules.
The successful contractor will then provide a daily schedule prior to beginning work, for
review by the Parks Manager or his Agent. Contractor is responsible for all State and
Federal posting and notifications.
6.3 Schedules —Fire Department. The Deputy Chief, Fire Department or his Agent will
supply the successful contractor with priority schedules and known special events that
may affect contractor's schedules. The successful contractor will then provide a daily
schedule prior to beginning work, for review by the Deputy Chief,Fire Department or his
Agent. Contractor is responsible for all State and Federal posting and notifications.
6.4 Chemical. The fertilizer shall be as listed on the 2017 TURF PARKLAND PROGRAM,
or equal, approved by the Parks Manager, information on the equal brand shall be
submitted with bid.
6.5 Other City Properties. Any questions or concerns regarding other City properties
included in this contract may be addressed to the following departments:
6.5.1 Deputy Chief,Fire Department for all Fire Department properties
City of Lubbock, Texas
Purchasing and Contract Management
2020 Parkland Turf Program
Application Dates Applied Product Application Rate
Parks Department
Prodiamine 65WDG 21 oz. per acre
1 Jan 15 to Feb 15, 2020 LV-6 2 pints per acre
Roundup 4 pints per acre
2 May 15 to June 15, Triplet 3 pints per acre
2020 MSM Turf 2 oz.per acre
Prodiamine 65WDG 19 oz.peracre
3 Sept 1 Sept 30, 2020 Triplet P 3 pintsperacre
Fire Department
Prodiamine 65WDG 21 oz.per acre
4 Jan 15- Feb 15, 2020 LV-6 2 pints per acre
Roundup
4pintsperacre
5 May 15 June 15, 2020 Triplet 3 pints per acre
Prodiamine 65WDG 21 oz per acre
6 Sept 1 to Sept 30, 2020
Triplet 3 pints per acre
City of Lubbock, Texas
Purchasing and Contract Management
2020 Approximate Acreage for Pre and Post Emergent for Parks
Park Address Approximate Acreage
E.19th Medians E. 19th&Aspen 1
E.34th Medians E.34th&MLK 1.78
69th&Slide 69th&Slide 2.24
Andrews 76th&Memphis 17.39
Animal Shelter 3511 Southeast Loop 289 3
Animal Shelter(Undeveloped) 3511 Southeast Loop 289 9.8
Atzlan 1st&Ave K 25
Atzlan Corridor Under I-27 at Mackenzie 2
0
Ave X Triangle 16th&Ave X 0.04
Berl Huffman(Soccer) N.Loop 289&Landmark Lane 96.69
Berl Huffman(Softball) N. Loop 289 &Landmark Lane 0.64
Berry 36th&Cedar 9.9
Broadway Annex Southwest Corner of Broadway&Ave Q No longer maintained
Broadway Medians Broadway&Ave Q and Broadway&MLK 0.25
Burns 23rd&Ave K 2.67
Butler East 4th&Zenith 6
Buddy Holly Plaza 19th&Crickets 1.17
Buddy Holly Rec 2525 Ceasar Chavez Drive 8.06
Canyon Rim Bates&Ave K 3.4
Carlisle 28th&Ave X 4.5
Carter N.Globe&N.Loop 289 3.7
Casey 66th&Ave W 3
Carlisle Cemetery 7308 19th 1.1
Chatman E.29th&Juniper 3
Chatman Entrance 23rd&Ave A 0.25
Cavazos Baseball Brownfield Hwy&Milwaukee 3.1
Civic Center 6th&Ave O 2.5
Civic Center Ave O Medians Ave 0 medians/Old Walk of Fame is under 08
construction
Civic Center Library&Adjacent 9th&Ave O
32.11
Sites
Civic Center South Lot 9th&Ave K 1.93
Civic Center Gazebo 9th&Ave L 1.72
Clapp 46th&Ave U 90.31
Cornancheria Lake(Lake 3) North Ave P&Erskine 50.28
Conquistador Lake(Lake 1) Ceasar Chavez Drive&N.Loop 289 54.5
Cooke 18th&Kirby 7.25
Crow 91st&Belton 5.87
Davies,Judge N.Ave N&Clemson 6
Park Address Approximate Acreage
Davis,AB 40th&Nashville 8.2
Detroit Ave Strip Erskine to Duke 1.7
Dunbar Historical Lake(Lake 6) MLK&Ceasar Chavez Drive 127.13
Dupree 59th&Toledo 25.58
Duran 26th&Kewanee 7.22
Elmore 66th&Quaker 30.16
Fiesta Plaza 911 N.University 17.35
Gateway Plaza Northeast Corner of Broadway&Ave Q 1.2
Goedeke Library 6700 Quaker Library torn down it is included in 0
park acreage Elmore Park.
Groves Library 5520 19th 2.08
Guadalupe Entrance 1st&Ave J 0.25
Guadalupe Park 2nd&Ave P 3.20
Guadalupe Strip 1st&Ave O 3.5
Guy 93rd&Nashville 14.42
Hamilton 22nd&Ave X 6.05
Higginbotham 19th&Vicksburg 17.3
Hinojosa 7336 22nd 3.85
Hodges Park Marshall&N.University 13.1
Hollins 1st&Vernon 4.3
Hood 23rd&Ave P 9.45
Huneke 82nd&Nashville 11.27
Indiana Medians Indiana(19th to 34) 1.81
Jennings 73rd&Wayne 29.07
Kastman Joliet&S.Loop 289 14.59
Leftwich/Tennis Center 60th&Elgin 24.04
Lewis Baseball 54th&Ave J 8.4
Llano Lake(Lake 2) Ceasar Chavez Drive&N.University 78
Long 56th&Aberdeen 12.57
Lopez Auburn&Chicago 8.53
Lusk E.25th&Oak 8.3
Mackenzie Amphitheater 423 E.Broadway 5.33
Mackenzie Baseball Municipal Drive&Skyline Drive 31.27
Mackenzie Park 3011-27 113.66
Maedgen I st&Boston 4.51
Mahon 29th&Chicago 14.16
Maxey 30th&Nashville 47.68
McAllister Practice Field 5610 Frankford 5.44
McCrummen 2001 19th 2.6
McCullough 88th&Flint 20.17
Miller Memphis&S.Loop 289 26.34
MLK Complex E. 19th&Aspen 7.5
MLK Little League E.24th&MLK part of Simmons Park it is 0
included.
MLK Medians 2200-2300 Block MLK 0.72
Park Address Approximate Acreage
Neugebaurer 8311&Gardener 3.29
N.Ave P Strip N.Ave Q Drive&N.Ave P 0.16
Northwest Little League 903 N.University 9.04
Overton 14th&Ave U 2
Pallotine Park I st&N.Ave L 1.5
Parks Office 1611 10th No Longer On"The List 0.8
Patterson Library 1836 Parkway Drive 5
Phil Hoel 91st&Chicago 8.28
Pioneer 6th&Ave T 4.2
Quincy Medians 82nd&Quincy to 96th&Pontiac 5.62
Ratliff 50th&Chicago 6
RCA(Developed) 15th&Inler 3.12
Rawlings 40th&Ave B 1.9
Reagan Colgate&Olive 4.48
Remington 73rd&Albany 16.44
Ribble 62nd&Temple 15.18
Rodgers Auburn&Gary 11.1
Rogers Annex Auburn&Indiana Ave Annex is combined with 0
g Rodgers Park
Sedberry E. 10th&Guava 5
Simmons E.23rd&Oak 54
Sims Marlboro&King 5.4
Smith 15th&Chicago 4.3
Stevens 75th&Slide 14.08
Strong 81st&Ave U 8.7
Stubbs 36th&Ave N 8
Suncrest 106th and Vicksburg east to Quaker 5.39
Tech Terrace 23rd&Flint 18
Underwood 74th&Cedar 9
University Corner 19th&University .72
University Medians 4th to 50th 4.54
Walk Of Fame 8th&Ave Q part of ave o medians/under 0
construction
Wagner 26th&Elgin 8.87
Washington E.22nd&Cedar 3.5
Wheelock 40th&Elgin 1.5
Whisperwood Medians 4th to N.Loop 289 5
Woods Erskine&Zenith 11.2
Youth Sports Complex FM 1585 &Milwaukee 21.1
9811'Street Medians Albany to Dover St.and Genoa to Iola St. 4.15
Total Acreage 1512.61
REVISED:
BID FORM
City of Lubbock,TX
Purchasing and Contract Management
Pre-Post Emergent Application to Parklands
ITB 20-15169-JM
In compliance with the Invitation to Bid 20-151694M,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 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 20-15169-JM is by reference incorporated in this contract.The Bid Form must be completed in blue or
black ink or by typewriter.
ITEM APPLICATION(dates UNIT OF PRODUCT APPLICATION COST PER EXTENDED
may vary) MEASURE RATE ACRE* COST
Parks Department
1-1' Application 1,672.61 Prodiamine 65WDG 21 oz.per acre
1. LV-6 2 pintsperacre
Jan 15-Feb 15,2020 Acres Roundup 4pintsperacre
2" Application 1,672.61 Triplet 3 pintsperacre
2' Acres MSM Turf 2 oz. racre fU
May 15-June 15,2020 � �
3.
SeApplication1,672.61 Prodiamine ne65WDG 3piniperacre
Sept 1 SeptSe t 30.2020 Acres Triplet 3pintsperacre
Subtotal Cost S
Fire Department
I"Application Prodiamine 65WDG 21 oz.per acre
4• Jan 15-Febl5,2020 17.98 Acres LV-6 2pintsperacre
Roundup 4pintsperacre o 7 o f
2'Application 17.98 Acres
5. May 15 -June 15,2020 Triplet 3 pints per acre 5�
3rd Application 17.98 Acres Prodiamine 65WDG 21 oz.per acre
�' Sept I -Sept 30,2020 Triplet 3 pints per acre
Subtotal cost n 7
Total Cost S61Z��61
��
*PRICE:F.O.B.Destination,Freight Pre-Paid and Allowed"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 Form,payment terms will
be NET THIRTY DAYS.The City will pay the successful bidder within thirty days after the receipt of a correct invoice or
after the date of acceptance, whichever event occurs later. Discounts for prompt payment requiring payment by the City
within a stipulated number of days will be interpreted as applying within the stipulated number of calendar days after the date
of receipt by the City of a correct invoice or after the date of acceptance that meets contract requirements,whichever event
occurs later. Discounts for payment in less than ten days will not be considered.
MOST FAVORED PRICING:The Bidder certifies that the price quoted is not in excess of the Iowest 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 University,West Texas Municipal
Power Agency,Lynn County,and City of Wolfforth.
YES NO ✓
If you(the bidder)checked YES,the following will apply:
• Governmental entities utilizing Interlocal Agreements for Cooperative Purchasing with the City of Lubbock will be
eligible,but not obligated,to purchase materials/services under the contract(s)awarded as a result of this solicitation.
All purchases by governmental entities other than the City of Lubbock will be billed directly to that governmental
entity and paid by that governmental entity. City of Lubbock will not be responsible for another governmental
entity's debts. Each governmental entity will order their own materials/service as needed.
THIS BID IS SUBMITTED BYj5��w�g- -P��/'a corporation organized under the laws of the State of
or a partnership consisting of or individual trading as
6
of the City of
Firm: ✓/
Address: 7XI
City: J� •C��t{ 7 � State: zip.
Bidder acknowledges receipt of the following addenda:
Addenda No. Addenda No. 9— Addenda No. Addenda No.
Date Date4/v/----LQ Date Date
M/WBE Firm: Woman Black American Native American
Hispanic American Asian Pacific Americl I Other(Specify)
By Date:
Auth ized eprese tative-must sign by hand
Officer Name and Title:
Please Print !J
Business Telephone Number FAX:
E-mail Address: 05�_'
FOR CITY USE ONLY
Bid Form Item Number(s)Awarded to Above Named Firm/Individual:
Date of Award by City Council (for bids over$50,000): Date P.O./Contract Issued:
RETURN COMPLETED&SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS.
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER,THE CLOSING DATE AND
TIME,AND YOUR COMPANY NAME AND ADDRESS.