HomeMy WebLinkAboutResolution - 2011-R0090 - Contract - Emerging Power - Radio Battery Annual Pricing - 02/24/2011Resolution No. 2011-Ra090
February 24, 2011
Item No. 5.16
RESOLUTION
�E IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to
execute for and on behalf of the City of Lubbock, Contract No. 9865 for annual pricing of
batteries for hand held radios, per ITB 11 -020 -DT, by and between the City of Lubbock
and Emerging Power of Hackensack, New Jersey, and related documents. Said Contract
is attached hereto and incorporated in this resolution as if fully set forth herein and shall
be included in the minutes of the City Council.
Passed by the City Council on February 24, 2011
TOM MARTIN, MAYOR
ATTEST:
Rebe a Garza, City Secretary
APPROVED AS TO CONTENT:
N
Mark tearwod, Assistant City Manager
Chief Information Officer
APPROVED AS TO FORM:
Chad Weaver, Assistant City Attorney
vwxcdocs/RES.Contract-Emerging Power
February 7, 2011
Resolution No. 2011-R0090
CITY OF LUBBOCK
CONTRACT FOR SERVICES
For
Batteries for Hand Held Radios — Annual Pricing
Bid No. 11 -020 -DT
Contract: 9865
THIS CONTRACT, made and entered into this 24`b day of February 2011, pursuant to a
resolution heretofore adopted by the City of Lubbock, Texas, by and between the City of
Lubbock ("City"), and Emerging Power ("Contractor") of Hackensack, New Jersey.
WITNESSETH:
WHEREAS, the City of Lubbock duly advertised for bids for Batteries for Hand Held
Radios and bids were received and duly opened as required by law; and
WHEREAS, after careful consideration of the bid submitted by Contractor, the City of
Lubbock has heretofore adopted a resolution authorizing the acceptance of such bid, and the
execution, in the name of the City of Lubbock a contract with said Contractor covering the
purchase and delivery of the said Batteries for Hand Held Radios.
NOW, THEREFORE, in consideration of the mutual agreement contained herein, as well
as the financial consideration hereinafter referred to, the parties hereby covenant and agree as
follows:
1. In accordance with City's specifications and Contractor's bid, copies of which
specifications and bid are attached hereto and made part hereof, Contractor will
deliver to the City the Batteries for Hand Held Radios specifically referred to as
Items) No. 1-5 and more particularly described in the bid submitted by the
Contractor or in the specifications attached hereto.
2. The City promises and agrees to employ, and does employ, the Contractor to cause to
be done the work provided for in this Contract and to complete and finish the same
according to the attached specifications, offer, and terms and conditions contained
herein. The City agrees to pay the Contractor according to the payment schedule
attached; said payment schedule does not include any applicable sales or use tax.
3. The Contractor shall perform the work according to the procedure outlined in the
specifications and Invitation to Bid attached hereto and incorporated herein.
4. The contract shall be for a term of one year, said date of term beginning upon City
Council date of formal approval. The contract may be renewed for four (4) additional
one year terms under the same terms and conditions upon written agreement from
both parties. The rates may be adjusted upward or downward at this time at a
percentage not to exceed the effective change in the Consumer Price Index (CPI) or
Product Price Index (PPI), whichever is most appropriate for the specific contract for
the previous 12 -months. At the City's discretion, the effective change rate shall be
based on either the local or national index average rate for all items. If agreement
cannot be reached, the contract is terminated at the end of the current contract period.
ITB 11 -020 -DT Batteries for Hand Held Radios — AP
S. This contract shall remain in effect until the expiration date, performance of services ordered, or
termination of by either party with a thirty (30) day written notice. Such written notice must state
the reason for cancellation. The City of Lubbock reserves the right to award the canceled contract
to the next lowest and best bidder as it deerns 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. 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.
This Contract consists of the following documents set forth herein; Invitation to Bid 11 -020 -DT
Batteries for Hand Held Radios — Annual Pricing, General Conditions, 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 LUBBOCK
C / dsry ,sr
Tom Martin, Mayor
ATTEST:
Rcbe4 Garza, City Secretary
APPROVED AS TO CONTENT:
wood, A sistant ty Manager/
Mark YeV
Chief Info nation Officer
APPROVED AS T FORM:
r!
/" `1
Assistant City Attorney
ITA 11 -020 -DT Batteries for Hand Held Radios—Annual Pricing
CONTRACTOR:
B
Authorized Rep sentative
Address
l
City, State, Zip
Resolution No. 2011—ROO90
REVISED BID FORM
City of Lubbock
In compliance with the Invitation to Bid I 1 -020 -DT, 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. The Invitation to Bid 11 -020 -DT is by reference incorporated in
this contract. The Bid Form must be completed in blue or black ink or by typewriter.
UNIT OF UNIT Extended Delivery
ITEM QTY MEASURE DESCRIPTION PRICE* Cost Days
BID ARO**
L 200 EA Jag 7.5 v 270D mAh c�� higher n7Ah OEM or $
equal to BP19112� � � r ,� �.? ��7 a
Model No: re 4f
UZ
Manufacturer: e i%s� � t° K
2. 50 EA Jag 7.5 2700 mAh or higher mAh OEM or
equal to BKB191210/6 Intrinsically Safe FM
PP ii j I Z
Model N 12-I Q �
Manufacturer. e r i�
3. 200 EA MRK 7.5 v 2700 mAh or higher mAh similar or c�
equal to BP8381 MHXT'+
Model No:.64953b J j f]��jCry �V
Manufacturer:
meQ 1 oLlue-
`J f
J
4. 50 EA MRK 7.5 v 1700 mAh Ni -Cd or equal to S
44A3278P2 Intrinsically Safe FM approved -V
Model No: � 1 / ,2,
Manufacturer: M UO b i2l ( e [[[sss
5. 100 I;A P5400/P7300 7.5 v 2500 mAh or higher mAh
OEM or eq==T+
ZQ
oil
Model No: 3qzo
Manufacturer: ! c P we
ae or, ir� d twit ea-ve C- 55
hedOVERALL TOTAL 11-7 Iov
C6 r
*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 an all -or -none basis for
under any item or group of items shown on the Bid Form.
PAYMENT TERMS AND DISCOUNTS - Bidder offers a prompt payment discount of %, net3qalendar
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.
ITB l 1-020-1)T BaRcries for [land Held Radios -AP [Addendani I I
REVISED BID FORM
MOST FAVOURED PRICING: The Bidder certifies that the price quoted is not in excess of the lowest price charged
anyone else, including its most favoured customer, for like quality and quantity of the products/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.
YESK� r 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 BY e' ' e-( C� IV1C11 Power a corporation organized under
the laws of the State of or a partnership consisting of or an individual
trading as of the City of
Firm:
foo to F+ S4 I2 e ��
Address: ,�?, i,� /� � ,^' 1
City: �(j G V -M CA U_ State: " 3 zip 0-7 bol
M/W BE
Firm:
Woman Black American Native American
Hispanic American Asian Pacific Other (Specify)
American
By
Officer Name and Title:
Authorize ed Representative - must sly by hand
Please Print
-0G-
Business Telephone Number q V` ' tU ` R `A FAX: � � ' � � `o - q L-` 03
E -Mail Address `� �. ��- L - I c
oo�)
ITIS 11 -020 -DT Baneries for Band Held Radios -AP [Addendum 1)
Resolution No. 2011—R0090
CITY OF LUBBOCK, TEXAS
Purchasing & Contract Management
ITB 11 -020 -DT
Batteries for Hand Held Radios — Annual Pricing
Specifications
The City of Lubbock is seeking a contract for batteries for hand held radios for an 800
MHz radio system. The successful vendor will provide batteries for the City to include,
but will not be limited to the following:
Supplier must enter exactly what they are bidding (including make and model) onto the
bid form in order for the bid to be considered
2. Supplier MUST submit with solicitation a spec sheet stating the volts, Mah, chemistry
and cell manufacturer.
3. Batteries that are designated as being Intrinsically Safe must be certified as being FM
(Factory Mutual) Certified. A copy of the FM Certification from Factory Mutual Global
must accompany the sellers' response. Self Certified IS batteries are not acceptable.
4. Date of manufacture - Supplier must clearly label date of manufacture on battery. Label
must not use a code that requires a manufacturer's specific conversion chart to determine
age of battery.
Warranty — The batteries must have a 12 month warranty or better. Batteries must
maintain a charge of 80% or better for the first year with normal use.
6. Battery order Supplier shall accept purchase order numbers for battery purchases. All
batteries shall be delivered to the City of Lubbock, Radio Shop, 530 36th Street, Suite
200, Lubbock, TX 79404.
7. Delivery Time — Delivery time is very important. Supplier must deliver order within 2-3
working days after receipt of order.
8. Battery Invoicing — An invoice or delivery ticket shall be included with any battery
purchased. The invoice or delivery ticket shall include: battery part number, unit price,
total price, and the City's purchase order number.
ITB 1 f -020 -DT Batteries for Hand Held Radios — AP
City of Lubbock Texas
Radio Shop
Bid Tabulation
February 24, 2011
BID 11 -020 -DT
Batteries for Handheld Radios - Annual Pricing
11 -020 -DT Battenes for Handheld Radio Page
Extended
Item Qty U/M
Descri tionNendor
Location Unit Cost
Cost
1 200 EA
Jag 7.5 v 2700 mAh as per specification
BatteryZone Inc.
Bridgewater, NJ $
24.25
$ 4,850.00
Emerging Power
Hackensack, NJ
31.27
6,254.00
TKC Enterprises Inc.
Irving, TX
37.93
7,586.00
Utility Communications, Inc.
Hamden, CT
38.50
7,700.00
Battery Place
Warner Robins, GA
39.99
7,998.00
ComLink Wireless Tech, Inc.
Ft. Worth, TX
40.00
8,000.00
Wireless Innovators Solution Inc.
Arcadia, CA
41.00
8,200.00
Battery Solutions
Lubbock, TX
41.25
8,250.00
Industrial Communication
San Antonio, TX
45.32
9,064.00
2 50 EA
Jag 7.5 v 2700 mAh FM approved
as per specification
Emerging Power
Hackensack, NJ
35.12
1,756.00
BatteryZone Inc.
Bridgewater, NJ
40.00
2,000.00
TKC Enterprises Inc.
Irving, TX
44.88
2,244.00
Battery Solutions
Lubbock, TX
45.00
2,250.00
Utility Communications, Inc.
Hamden, CT
49.00
2,450.00
Battery Place
Warner Robins, GA
52.00
2,600.00
ComLink Wireless
Ft. Worth, TX
58.87
2,943.50
Wireless Innovators Solution Inc.
Arcadia, CA
61.00
3,050.00
Industrial Communication
San Antonio, TX
67.65
3,382.50
3 200 EA
MRK 7.5 v 2700 mAh as per specification
BatteryZone Inc.
Bridgewater, NJ
24.00
4,800.00
CornI.ink Wireless
Ft. Worth, TX
33.75
6,750.00
Emerging Power
Hackensack, NJ
35.31
7,062.00
Utility Communications, Inc.
Hamden, CT
36.00
7,200.00
Wireless Innovators Solution Inc.
Arcadia, CA
37.00
7,400.00
TKC Enterprises Inc.
Irving, TX
38.78
7,756.00
Battery Place
Warner Robins, GA
39.99
7,998.00
Industrial Communication
San Antonio, TX
40.37
8,074.00
Battery Solutions
Lubbock, TX
41.95
8,390.00
4 50 EA
MRK 7.5 v 1700 mAh Ni -Cd FM approved as per specification
BatteryZone Inc.
Bridgewater, NJ
29.00
1,450.00
Battery Place
Warner Robins, GA
33.99
1,699.50
TKC Enterprises Inc.
Irving, TX
45.12
2,256.00
ComLink Wireless
Ft. Worth, TX
49.50
2,475.00
Emerging Power
Hackensack, NJ
54.25
2,712.50
Industrial Communication
San Antonio, TX
59.60
2,980.00
Utility Communications, Inc.
Hamden, CT
69.75
3,487.50
Wireless Innovators Solution Inc.
Arcadia, CA
74.00
3,700.00
Battery Solutions
Lubbock, TX
NB
NB
11 -020 -DT Battenes for Handheld Radio Page
City of Lubbock Texas
Radio Shop
Bid Tabulation
February 24, 2011
OVERALL TOTAL ITEM 1-5
BatteryZone Inc.
Bridgewater, NJ $
16,700.00
Extended
Item Qty U/M Description/Vendor
Location
Unit Cost
Cost
5 100 EA P5400/P7300 7.5 v 2500 mAh as per specification
TKC Enterprises Inc.
Irving, TX
BatteryZone Inc.
Bridgewater, NJ
36.00
3,600.00
Emerging Power
Hackensack, NJ
39.20
3,920.00
TKC Enterprises Inc.
Irving, TX
41.83
4,183.00
Battery Place
Warner Robins, GA
42.99
4,299.00
Utility Communications, Inc.
Hamden, CT
43.50
4,350.00
Battery Solutions
Lubbock, TX
43.95
4,395.00
Wireless Innovators Solution Inc.
Arcadia, CA
52.00
5,200.00
Industrial Communication
San Antonio, TX
56.76
5,676.00
ComLink Wireless
Ft. Worth, TX
59.38
5,938.00
OVERALL TOTAL ITEM 1-5
BatteryZone Inc.
Bridgewater, NJ $
16,700.00
Emerging Power
Hackensack, NJ
21,704.50
Battery Solutions
Lubbock, TX
23,285.00
TKC Enterprises Inc.
Irving, TX
24,025.00
Battery Place
Warner Robins, GA
24,594.50
Utility Communications, Inc.
Hamden, CT
25,187.50
ComLink Wireless
Ft. Worth, TX
26,106.50
Wireless Innovators Solution Inc.
Arcadia, CA
27,550.00
Industrial Communication
San Antonio, TX
29,176.50
11 -020 -DT Batteners for Handheld Radia Page 2