HomeMy WebLinkAboutResolution - 2017-R0092 - Master Meter, Inc. - 03/09/2017Resolution No.2017-R0092
Item No.6.5
March 9,2017
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for
and on behalf of the City of Lubbock,Contract No. 13222 for Water Meters, by and between the
City of Lubbock and Master Meter,Inc.,of Mansfield,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 9, 2017 .
DANIEL M.POPE"MAYOR
ATTEST:
<k^yjftA-L.
Rebdcca Garza, City Secreta
APPROVED AS TO CONTENT:
L.Wood Franklin,P.E.,Director of Public Works
APPROVED AS TO FORM:
Kplli Leisure,Assistant City Attorney
RES.Contract Nbr 13222-Master Meter,Inc.
2.9.17
Resolution No. 2017-R0092
Contract 13222
City of Lubbock, TX
Contract for
Water Meters
THIS CONTRACT made and entered into this 911 day of March, 2017, by and between the City of
Lubbock ("City"), and Master Meter, Inc., ("Contractor").
WITNESSETH:
WHEREAS, the City of Lubbock duly advertised for bids for Water Meters 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 Meters.
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, Water Meters and more specifically
referred to as Items One through Four 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 terms and conditions contained herein.
3. The contract shall be for a term of one year, with the option of four, one year extensions, said
date of term beginning upon formal 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.
4. 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. Such written notice must state the reason for cancellation. The City of Lubbock reserves
the right to award the canceled contract to the next lowest and best bidder as it deems. to be in the
best interest of the city.
5. Contractor shall at all times be an independent contractor and not an agent or representative of
City with regard to performance of the Services. Contractor shall not represent that it is, or hold
itself out as, an agent or representative of City. In no event shall Contractor be authorized to
enter into any agreement or undertaking for or on behalf of City.
6. The contractor shall obtain and maintain in full force and effect during the term of the contract,
commercial general liability coverage with insurance carriers admitted to do business in the State
of Texas. The insurance companies must carry a Best's Rating of A- VII or better. The policies
will be written on an occurrence basis, subject to the following minimum limits of liability:
TYPE AMOUNT
General Liability
Commercial General Liability
General Aggregate/Per Occurrence $1,000,000
Products-Comp/Op AGG
Personal & Adv. Injury
Contractual Liability
The City of Lubbock shall be named as additional insured on a primary and Non -Contributory
basis on Auto/General Liability, with a waiver of subrogation in favor of the City of Lubbock on
all coverages. Copies of all endorsements are required.
The contractor will provide a Certificate of Insurance to the City as evidence of coverage. The
certificate will provide 30 days' notice of cancellation, and under the cancellation section, the
wording "endeavor to" and "but failure to mail such notice shall impose no obligation or liability
of any kind upon the company, its agents or representatives" will be crossed out. A copy of the
additional insured endorsement attached to the policy will be included with the certificate.
The contractor shall also maintain workers compensation insurance in the statutory amount.
If at any time during the life of the contract or any extension, the contractor fails to maintain the
required insurance in full force and effect, all work under the contract shall be discontinued
immediately. Any failure to maintain the required insurance may be sufficient cause for the City
to terminate the contract.
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.
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 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.
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 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 first. 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.
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. This Contract consists of the following documents set forth herein; Invitation to Bid No. 17-
13222-TF, 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
Daniel M. Pope, Mayor
AT EST:
ebe caGa-rza,jffitySe6?ee6ry
APPROVE S TO-CONVNT:
Mike Gilliland,
Public Works Superintendent
APPS D ,AS TP FORM:
Kel ' Leisure,
Assistant City Attorney
Representative
101 Regency Pkwy
Address
Mansfield, TX 76063
City, State, Zip Code
City of Lubbock, TX
ITB 17-13222-TF
Water Meters
Specifications
General Information for Cold Water Meters - 5/8 x 3/4" through 2" Multijet Type
Fiscal Year 2016-2017
The American Water Work Association standard C708-11 adopted in whole by the City of
Lubbock Water Utilities Department, except where noted in the specifications for 5/8X3/4 inch
thru 2 inch Multi -Jet Water Meters.
2. At the time a vendor submits the bid; they shall provide an affidavit of compliance for each
type or brand of meter bid. The affidavit of compliance from the manufacturer shall state that
the proposed meter(s) meet the technical requirements of AWWA Standard C708-11 and the
requirements of this document.
The vendor shall submit with the bid:
A. Current price list for replacement parts.
B. The manufacturer's warranty
C. Bid should include pricing for meter repair parts or repair kits.
4. Proposed meter descriptions submitted by vendors prior to award (as per paragraph 2) will be
reviewed by the Director of Water Utilities, Metering and Customer Service Supervisor, Meter
Repair Foreman and the Purchasing Manager to determine if the meter meets the requirement
of the specifications. Any meter not previously evaluated through shop and field tests for one
year by the City of Lubbock shall be rejected.
5. Any meter that does not meet the requirements of AWWA C708-11 standard and the City of
Lubbock's supplementary requirements in this document shall be rejected.
6. All meters submitted for shop or field test prior to the bid award shall be free of charge to the
City of Lubbock and becomes the property of the City of Lubbock.
7. Basis for Rejection
Meters not complying with all requirements of AWWA C708-11 and the City of Lubbock
specifications shall be rejected. See also General Information for Bidders.
Rejected meters: If the award is given to a vendor whose meters meets specification at the time
of the award and fail to remain in specification throughout the contract, then, the manufacturer
shall replace all meters rejected for failure to comply with these specifications.
9. Workmanship and materials: The manufacturer shall replace, without charge, those parts in
which defects have developed within five years of shipment. This shall be done on the return
of the defective parts to the manufacturer or on proof of a defect; however, this warranty shall
not apply if the meter has been modified with replacement parts not made by the manufacturer
of the meter. The manufacturer / supplier shall bear all cost for returned meters.
SECTION 1: GENERAL
Sec.1.1 Scope
AS STATED IN AWWA STANDARD C708-11
Sec.1.2 Purpose
AS STATED IN AWWA STANDARD C708-11
Sec.1.3 Application
SEE GENERAL INFORMATION FOR BIDDERS
SECTION 2: REFERENCES
AS STATED IN AWWA C708-11 AND ACCORDING TO THE SPECIFICATION
REQUIREMENTS FOR THE METER AS SPECIFIED BY THE CITY OF LUBBOCK.
SECTION 3: DEFINITIONS
As Stated in AWWA Standard C708-11
SECTION 4: MATERIALS
As Stated in AWWA C708-11 And According to The Specification Requirements For The
Meter As Specified By The City Of Lubbock. All materials shall meet or exceed the NSF 61
Rule
4.1 Materials: As Stated in AWWA Standard C708-11
4.1.1 General: As Stated in AWWA Standard C708-11
4.1.1.1 Materials: As Stated in AWWA C708-11
4.1.2 Main Casing:
Main casing shall be made of either a copper alloy containing not less than 75 percent copper
as listed in UNS C84400, UNS C83600, UNS C89520 or a similar copper alloy as listed in
ASTM B584; or an austenitic stainless steel as listed in ASTM A351.
(Second Paragraph) AS STATED IN AWWA STANDARD C708-11
4.1.3 Register Box Ring and Lid:
Register box ring and lid shall be made of a copper alloy containing not less than 57percent
copper such as UNS C85700 or UNS C86200; or a similar copper alloy, as listed in ASTM
B584, or UNS C85800, as listed in ASTM B176; or a suitable engineering plastic, such as
polycarbonate (PC) per ASTM D3935, polystyrene per ASTM D 4549, acetal per ASTM
D4181, or nylon (N) per ASTM D4066.
Materials used in construction of register box rings and lids shall have sufficient dimensional
stability to retain operating clearances at working temperatures of up to 105 F (40C) and shall
not permanently warp or deform when exposed to temperatures of up to 150 F (66C) for 1 hr.
4.1.4 Measuring Cages or Chambers:
AS STATED IN AWWA STANDARD C708-11
4.1.5 Measuring Rotors:
AS STATED IN AWWA STANDARD C708-11
4.1.6 Rotor Spindles
AS STATED IN AWWA STANDARD C708-11
4.1.7 Register Gear Trains
Frames, gears, and pinions of intermediate gear trains exposed to water shall be made of a
copper alloy containing not less than 85 percent copper, or of other suitable on corrosive
metals, or of a suitable engineering plastic.
4.1.8 External -Case Closure Fasteners
AS STATED IN AWWA STANDARD C708-11
4.1.9 Coupling Tailpieces and Nuts
Non applicable.
4.1.10 Companion Flanges:
Non applicable.
4.1.11 Covers, Top or Bottom:
AS STATED IN AWWA STANDARD C708-11
4.1.11.1 Breakable (frost protection)
Non applicable
4.1.11.2 Non Applicable
SECTION 4.2: GENERAL DESIGN
4.2.1 Size
Meters 5/8X3/4 thru 2" inch shall be the threaded screw end type. As Shown Table 1 of
AWWA STANDARD C708-11
4.2.2 Capacity
AS SHOWN IN TABLE 1, AWWA STANDARD C708-11 (U.S. GALLONS)
4.2.3 Length
AS SHOWN IN TABLE 2, AWWA STANDARD C708-11
4.2.4 Pressure Requirement
AS STATED IN AWWA STANDARD C708-11
4.2.5 Plastic meter pressure casing, cover, and bottom design.
AS STATED IN AWWA STANDARD C708-11
4.2.5.1 Yield strength
AS STATED IN AWWA STANDARD C708-11
4.2.5.2 Burst pressure
AS STATED IN AWWA STANDARD C708-11
4.2.6 Frost -protection Devices:
Non applicable
4.2.7 Accessibility:
AS STATED IN AWWA STANDARD C708-11
4.2.8 Registration Accuracy:
AS STATED IN AWWA STANDARD C708-11
4.2.8.1 Normal Flow Limits:
AS STATED IN AWWA STANDARD C708-11
4.2.8.2 Minimum Flow Rates:
AS STATED IN AWWA STANDARD C708-11
4.2.9 Calibration Adjustment:
Accessibility to the Calibration Adjustment mechanism shall be accessible by removing the
register box ring from the top of the water meter, while maintaining pressure.
SECTION 4.3: DETAILED DESIGN
4.3.1 Main Case
AS STATED IN AWWA STANDARD C708-11
4.3.2 External -Case Fasteners and Seals:
AS STATED IN AWWA STANDARD C708-11
4.3.3 Connections
Main case connections for 1.5-in and 2-in meters shall be the threaded screw end type on both
ends.
4.3.3.1 Casing Spuds:
AS STATED IN AWWA STANDARD C708-11
4.3.3.2 Casing Spuds for Larger Meters:
AS STATED IN A WWA STANDARD C708-11
4.3.3.3 Casing Flanges:
Non -Applicable
4.3.4 Meter Coupling: (Tail Pieces)
Not required in this specification.
4.3.5 Companion Flanges:
Not Applicable
4.3.6. Register:
Registers shall be straight reading and shall read in US gallons.
4.3.6.1 Register Type:
All register shall be of the dry type
4.3.6.1.1 Permanently Sealed Register:
The register shall be of the permanently sealed type.
4.3.6.1.2 Not Applicable
4.3.6.2 Number wheel Numerals:
The numeral on the number wheels of straight reading registers shall be not less than 1/4 in
height and % inch in width and should be readable at a 450 angle from the vertical.
4.3.6.3 : Maximum and Minimum Indications
AS STATED IN AWWA STANDARD C708-11
4.3.6.4 Test hands:
AS STATED IN AWWA STANDARD C708-11
Test hands shall not contain any type of metal that is attracted to a magnet.
4.3. 6.5 4.3.6.5 through 4.3.6 6 AS STATED INAWWA STANDARD C708-11
4.3.7 Register Boxes:
The serial number provided by the City of Lubbock will be imprinted on the meter lid and
meter body. The name of the manufacturer shall be permanently marked on the lid of the
register box.
AS STATED IN AWWA STANDARD C708-11
4.3.8 AS STATED IN AWWA STANDARD C 708-11
4.3.9 Measuring Chambers or Cages:
AS STATED IN AWWA STANDARD C708-11
4.3.10 Strainers:
AS STATED IN AWWA STANDARD C708-11
4.3.11 Tamper -Resistant Features:
AS STATED IN AWWA STANDARD C708-11. Water Meter shall be tamper proof from any
outside use of a magnet to alter or stop the register form registering the flow of water.
SECTION 5: VERIFICATION
5.1 Meters not complying with all requirements of AWWA C708-11 and the City of Lubbock
specifications shall be rejected. See also General Information for Bidders.
Rejected meters: If the award is given to a vendor whose meters meets specification at the time
of the award and fail to remain in specification throughout the contract, then, the manufacturer
shall replace all meters rejected for failure to comply with these specifications.
Workmanship and materials: The manufacturer shall replace, without charge, those parts in
which defects have developed within five years of shipment. This shall be done on the return
of the defective parts to the manufacturer or on proof of a defect; however, this warranty shall
not apply if the meter has been modified with replacement parts not made by the manufacturer
of the meter. The manufacturer/supplier shall bear all cost for returned meters.
SECTION 6: DELIVERY
6.1 Markings:
The meter size and direction of flow through the meter shall be marked on the permanently on
the outer case. The serial number provided by the City of Lubbock shall be permanently
marked on the outer case. (Also see 4.3.7 of this specification)
6.2 Packaging and Shipping
The total number of meters ordered must be delivered within 45 days of the notification of
authorization to purchase or receipt of the Purchase order.
6.3 Affidavit of Compliance
BID FORM
Water Meters
City of Lubbock, TX
ITB No. 17-13222-TF
In compliance with the Invitation to Bid 17-13222-TF, 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 17-13222-TF is by
reference incorporated in this contract. The Bid Form must be completed in blue or black ink or by typewriter.
ITEM
DESCRIPTION
QUANTITY
U/M
UNIT COST*
EXTENDED
Delivery
Days
Please sees specifications)
( p )
(Estimated)
COST
ARO*
5/8" x 3/4" inch Multi Jet
1.
Meters, with standard register,
2,000
EA
$42.45
$84,900.00
25
per spec A
2.
1 Inch Multi Jet Meters, with
1,000
EA
$80.96
$80,960.00
25
standard register, per spec A
3.
1.5 Inch Multi Jet Meters, with
50
EA
$193.65
$9,682.50
25
standard register, per spec. A
4.
2 Inch Multi Jet Meters, with
50
EA
$300.53
$15,026.50
25
standard register, per spec A
Indicate Manufacturers and Models:
Master Meter Bottom Load Multi -Jet Meters w/Plastic Bottom
Total Items 1-4
$ 190,569.00
*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 Water Meters 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 0 %, net _30
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 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.
YES X 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
State of Texas
trading as
Master Meter, Inc
or a partnership consisting of
corporation organized under the laws of the
of the City of
Firm: Master Meter, Inc.
Address: 101 Regency PkM
City: Mansfield State: TX Zip 76063
Bidder acknowledges receipt of the following addenda:
Addenda No.
Addenda No.
Addenda No.
Addenda No.
lu 1�i":3
Date 1/18/17
Date
Date
Date
or individual
Woman I I Black American Native American
Hispanic American I I Asian Pacific American Other (Specify)
Continued...
LIZ
Representative - must sign
Officer Name and Title: Ronnie V
Please Print
Business Telephone Number
- Executive VP
800-765-6518
E-mail Address: rveach@mastermeter.com
f - Zo -1-17
FAX: 817-842-8100
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.
LUDDOCK PURCHASE ORDER.
Page -1
Date -06/05/2017
Order Number 22103918 000 OP
Branch/Plant 6311
TEXAS
TO-MASTER METER INC
101 REGENCY PARKWAY
MANSFIELD Texas 76063
INVOICE TO:CITY OF LUBBOCK
ACCOUNTS PAYABLE
P.O.BOX 2000
LUBBOCK,TX 79457
Ordered 06/05/2017 Freight
Requested 06/29/2017 Taken By
Delivery PER P NOLEN REQ 50164
Description/Supplier Item Ordered
SHIP TO:
Iv^QL
CONTRACT 13222
CITY OF LUBBOCK
WATER UTILITIES OPERATIONS
402 MUNICIPAL DR
LUBBOCK Texas 79401
Ivlafta Alvarez, Director of Purchasing & Contract Management
T FLORES
Unit Cost UM
I Inch Multi-Jet Water Meters 1,000.000 80.9600 EA
Extension Request Date
80,960.00 06/29/2017
Starting with meter number 02059939 and ending with meter number 02060938
Total Order
Terms NET 30 80,960.00
This purchase order encumbers funds in the amount of $80,960 awarded to Master Meter, Inc.of Mansfield,TX
on March 9, 2017. The following is incorporated into and made part of this purchase order by reference:ITB
17-13222-TF dated March 9,2017,Master Meter,Inc.of Mansfield,TX.Resolution No.2017-R0092.
ATTEST:
Daniel M.Pope,Mayor
$*tfje*.
Rebecca Garza,City Secretary
BID FORM
Water Meters
City of Lubbock, TX
1TB No. 17-13222-TF
In compliance with the Invitation to Bid 17-13222-TF, 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 17-13222-TF is by
reference incorporated in this contract. The Bid Form must be completed in blue or black ink or by typewriter.
ITE11
DESCRIPTION
QUANTITY
Li 1M
UNIT COST'
EXTENDED
Delivery
Days
(Please see specifications)
(Estimated)
COST
ARO` •
5l8" x 314" inch Multi Jet
1.
Meters, with standard register,
2,000
EA
$42.45
$84,900.00
25
per spec A
2.
1 Inch Multi Jet Meters. with
1,000
EA
S80.96
$80,960.00
25
standard register, per spec A
3.
1.5 Inch Multi Jet Meters, with
50
EA
$193.65
$9,682.50
25
standard register. per spec A
4.
2 Inch Multi Jet Meters, with
50
EA
S300.53
$15,026.50
25
standard register, per spec A
Indicate Manufacturers and Models:
Master Meter Bottom Load Multi -Jet Meters wlPlastic Bottom
Total Items 14
$ 190,569.00
'PRICE: F.O.B. Destination, Freight Pre -Paid and Allowed "Days After Receipt of Order (ARO)
Unless othemise specified herein, the City may award the bid either item-by4tem 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 Water Meters 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 0 %, net 30
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 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 tnterlocal 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 X NO
• If you (the bidder) checked YES, the following will apply:
• Governmental entities utilizing Interlocai Agreements for Cooperative Purchasing with the City of
Lubbock will be eligible, but not obligated, to purchase materiaWservices 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 govemmental entity will order their own
materials/service as needed.
THIS BID IS SUBMITTED BY Master -Meter, Inc. a corporation organized under the laws of the
State of Texas . or a partnership consisting of or individual
trading as
of the City of
Firm: Master Meter, Inc.
Address:_ 101 Regency Pkwy
City: Mansfield State: 'I'X Zip 76063
Bidder acknowledges receipt of the following addenda:
Addenda No. 1
Date 1/ 1$/17
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
M/WBE Firm Woman I j Black American I I Native American
r Hispanic American I I Asian Pacific American I I Other (Specify)
Continued ..
By
Au,
Date:
Representafivv - must sign h.). haful
Officer Name and Title: Ronnie VejLh I -xec u ti ve VP
Plea,w Print
Business 'Telephone Number 800-765-6518 FAX: 817-842-8100
L-mail Address: rveach(almastermeter.com
FOR (M USE ONLY
Bid Form Item Numben s) Awarded to Above Named I irm,.IndiN ideal:
Date of Award by ('ity Council ffiot bids over $50,0170): Daft P.O.Xontract issued
RETI R \ COMPLETED & SIGNED BID FORM ALO MI WITH CM' OE" LUBBO(A SITS I I K ATIONS.
LABEL THE 01 TSIDE OF YOUR SEALED BID W1 I It THE ITR NUMBER, THE CLOSING DATE AND
TIME, AND YOUR COMPANY NAME AND ADDRESS.
I
Resolution No. 2017-R0092
Item No. 6.5
March 9, 2017
RESOLUTION
BE lT RESOLVED BY TIII CITY COUNCIL. OF TIIF CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereb% authorized and directed to execute for
and on behalf of the City of Lubbock, Contract No. 13222 for Water Meters, by and between the
City, of Lubbock and Master Meter, Inc., of Mansfield. 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 9, _'01-7____.__
DANIFL N-1. POPE, MAYOR
a
A7"CIST:
--4 i
1 � ,
Reb4,:ca Garza. CitN Secr tarty
APPROVED AS TO CONfIMN"I':
L.. Wood Franklin. 11.F.. Director of Public Works
APPROVFD AS TO FORM:
.H}...
!Celli Leisure. Assistant City Attorney
RL.S.Contract Nbr I322?-Master Meter. Inc.
19.177
Debarred Vendor List
Page 1 of 2
COMPTROLLER.TEXAS.GOV
() Purchasing
Debarred Vendor List
Glenn Hegar
Texas Comptroller of Public Accounts
The following vendors shown below are debarred from doing business with the State of Texas,
effective from the date of debarment for the length of time indicated. Whether they are listed below or
not, the debarred vendors include the vendors' successors in interest as defined in Rule §20.102(b)
(4).
Vendor ID Number
Vendor Name/Address
Date of Debarment
Length of Debarment
1562456928900
Smith Housewares and Re
November 12, 2014
5 Years
staurant Supplies
500 Erie Blvd.
Syracuse, NY 13202
1743261315000
Walker's Electric Company
August 28, 2012
5 Years
1520 Park St
Beaumont TX 77701
Also:
Walkers Electric Company
Calvin G. Walker
Stacy Walker
1272447273800
Walker Electric Compan
August 28, 2012
5 Years
y, LLC
1520 Park St.
Beaumont TX 77701-5527
Also:
Walkers Electric Company
Calvin G. Walker
Stacy Walker
1760677671800
Texas Code Blue
October 24, 2016
5 Years
5550 Eastex Fwy, Suite # L
Beaumont, TX 77708-5300
Download Debarred Vendor List [comptroller.texas.gov/purchasing/docs/debarred-vendor-list.pdf].
Federal Exclusion
Agencies and co-op members may wish to check the list of vendors excluded from doing business on
the federal level. The System for Award Management, or SAM, can be used as a resource for
purchasing entities.
https://comptroller.texas. gov/purchasing/programs/vendor-performance-tracking/debarred-vendors.php?_ga=1.2...
SAM Search Results
List of records matching your search for
Search Term : master* meter* inc*
Record Status: Active
No Search Results
June 05, 2017 11:48 AM Page 1 of 1
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1041
Complete Nos. 1 - 4 and 6 if there are interested parties.
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
OFFICE USE ONLY
CERTIFICATION OF FILING
Certificate Number:
2017-179392
Date Filed:
03/16/2017
Date Acknowledged:
03/16/2017
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
Master Meter, Inc.
Mansfield, TX United States
2 Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Lubbock
3
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.
13222
Water Meters
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling I
Intermediary
Arad, Ltd.
Kibbutz Dalia Dalia Israel
X
5
Check only if there is NO Interested Party. ❑
6
AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct.
Signature of authorized agent of contracting business entity
AFFIX NOTARY STAMP / SEAL ABOVE
Sworn to and subscribed before me, by the said this the day of
20 , to certify which, witness my hand and seal of office.
Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1of1
Complete Nos. 1 - 4 and 6 if there are interested parties.
OFFICE USE ONLY
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
CERTIFICATION OF FILING
Certificate Number:
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
2017-179392
Master Meter, Inc.
Mansfield, TX United States
Date Filed:
03/16/2017
2 Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Lubbock
Date Acknowledged:
3 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.
13222
Water Meters
Nature of interest
4 Name of Interested Part Y
City, State, Country lace of business
Y� Y lP )
check applicable)
� PP )
C.ntroll,ng7
Intermediary
Arad, Ltd.
Kibbutz Dalia Dalia Israel
X
5 Check only if there is NO Interested Party. ❑
6 AFFIDAVIT I swear, or affirm, under penalty o perjury, that the above disclosure is true and correct.
i,i
P
:� .. 0,4,� ANNA LAURA GARZA DIAZ
:Notary Public, State of Texas
I fF Comm. Expires 02-17-2021
Or
Notary ID 131010252 Sig Lure of authorized agent of contracting business entity
ter'
AFFIX NOTARY STAMP I SEAL ABOVE
Sworn to and subscribed before me, by the said l lk this the �_ day of
20_A_�_, to certify which, witness my hand and seal of office.
a
gna re of offic administe n oath Printed name of officer administering oath Title of officer administelPing oath
Tip
Forms provided by Texas Ethics Commission www.euucs.sraie.rx.u_ , 1. .