HomeMy WebLinkAboutResolution - 2025-R0265 - K 18769, Lbk Wrecker; K 18920, Wilson Wrecker; K 18918, South Plains Towing - 06/10/2025Resolution No. 2025-R0265
Item No. 5.23
June 10, 2025
121�:SOI.U1'YON
BL I"1' I2I;SOLVI�D 13Y 'fIII; CIT'Y COiJNCII, Ol� 'I'III; CI'1'Y Ol� LUI3I30CK:
"1'IIA"I' thc Mayor of thc City of Lubbock is hcrcby authori•r.cd and dirccted to cxccutc
for and on bchalf of thc City of I,ubbock, Scrvicc Contract No. 18769 with I,ubbock Wrcckcr
Scrvicc, Scrvicc Contract No. 18920 with Wilson Wrcckcr Scrvicc, and Scrvicc Contract No.
18918 with South Ylains "1'owing, and thc City of I,ubbock, for towing scrviccs for Ilcct light
and hcavy-duty vchicics and cquipmcnt as per I"I'I3 25-18769-�11;, and relatcd documcnts. Said
Contracts arc attachcd hcrcto and incorporatcd in this resolution as if fully sct forih hcrcin and
shall bc includcd in thc minutcs of thc City Council.
Yasscd by thc City Council on June 10, 2025
� � � t
CHRISTY MA INEZ-G IA,
MAYOR PRO TEM
A�T'"1"1;51':
uMncy Yar, City rctary
�1YYROVFD �1S "1'O CON'1'1;N"1':
W`
I3rookc Witchcr, Assistant City Managcr
Al'YROVI?D �1S '1'O l�OIZM:
{
R acl l�ostc , ss st t City Attorncy
ccdocslllRES.ScrviceContr�ct X3 18769, 18920, I R918 "I'o�� ing Scrviccs for 1'Icct
6.525
Resolution No. 2025-R0265
City of Lubbock
Contract for
ITB 25-18769-AE
Towing Services
Contract 18769
THIS CONTRACT made and entered into this l Oth day of June , 2025, by and between the
City of Lubbock ("City"), and Lubbock Wrecker Service. Inc., ("Contractor").
�__�� _._
WHEREAS, the City of Lubbock duly advertised for bids for Towing Services 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 Towing Services.
NOW, THEREFORE, in consideration of the mutual agreement contained herein, as well asthe
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, Towing Services, and more
specifically referred to as Items 1-1 through 2-6 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 (1) year, with the option of four (4), one (1) year
extensions, said date of term beginning upon formal approval. This Contract will renew
automatically for the additional terms, unless either Party gives 90-day written notice to
terminate the Contract.
4. All stated annual quantities are approximations of usage during the time period to be covered by
pricing established by this bid. Actual usage may be more or less. Order quantities will be
determined by actual need. The City of Lubbock does not guarantee any specific amount of
compensation, volume, minimum, or maximum amount of services under this bid and resulting
contract.
5. The Contractor must maintain the insurance coverage required during the term of this contract
including any extensions. It is the responsibility of the Contractor to ensure that valid insurance
is on file with the Purchasing and Contract Management Department as required by contract or
contract may be terminated for non-compliance.
6. A) Prices quoted shall be guaranteed for a period for six (6) months upon City approval. The rate
may be adjusted at the City's discretion for the effective change in Consumer Price Index (CPI)
or Product Price Index (PPI) as appropriate.
B) Further, if the Contractor can provide documentation for actual charges for material, labor,
etc. that demonstrates that the change in CPI or PPI is not sufficient, the Contractor shall provide
such documentation to the City, and at the City's sole discretion, the contractual rate may be
further adjusted. If agreement regarding a new rate cannot be reached, the City shall terminate
at the end of the current contract period.
C) If an adjustment to pricing is granted under this section, the Contractor must provide the
Director of Purchasing and Contract Management written, quarterly documentation to justify the
ongoing adjustment. If no such documentation is timely received, the rate will automatically
revert to the initial, awarded rate.
7. This contract shall remain in effect until the first of the following occurs: (1) the expiration date,
(2) performance of services ordered, or (3) termination of by either party with a 90-day written
notice. The City of Lubbock reserves the right to award the canceled contract to the next lowest
and best bidder as it deems to be in the best interest of the city.
8. Contractor shall at all times be an independent contractor and not an agent or representative of
City with regard to performance of the Services. Contractor shall not represent that it is, orhold
itself out as, an agent or representative of City. In no event shall Contractor be authorized to
enter into any agreement or undertaking for or on behalf of City.
9. Insurance Requirements
Commercial General Liability Requirements: $1M occurrence /$2M aggregate (can be combined
with an Excess Liability to meet reyuirement). CGL is required in ALL contracts. It is perhaps the
most important of all insurance policies in a contractual relationship. It insures the Contractor has
broad liability coverage for contractual activities and for completed operations. Commercial General
Liability to include Products — Completion/OP, Personal and Advertising Injury, Contractual
Liability, Fire Damage (any one fire), and Medical Expenses (any one person).
Automobile Liabilitv Req uirements: $1 M/occurrence is needed.
Workers Comaensation and Emplover Liabilitv Requirements: Statutory. If the vendor is an
independent contractor with no employees and are exempt from providing Workers' Compensation
coverage, they must sign a waiver (obtained from COL Purchasing) and include a copy of their
driver's license. Employer Liability ($IM) is required with Workers Compensation.
* The City of Lubbock (including its officials, employees and volunteers) shall be afforded
additional insured status on a primary and non-contributory basis on all liability policies except
professional liabilities and workers' comp.
* Waivers of Subrogation are required for CGL, AL, and WC.
* To Include Products of Completed Operations endorsement.
* Carrier will provide a 30-day written notice of cancellation, 10-day written notice for non-
payment.
* Carriers must meet an A.M. Best rating of A- or better.
* Subcontractors must carry same limits as listed above.
* The City of Lubbock (including its officials, employees and volunteers) shall be afforded additional insured
status on a primary and non-contributory basis on all liability policies except professional liabilities and
workers' comp.
* Waivers of Subrogation are required for CGL, AL, and WC.
* To Include Products of Completed Operations endorsement.
* Carrier will provide a 30-day written notice of cancellation, 10-day written notice for non-payment.
* Carriers must meet an A.M. Best rating of A- or better.
* Subcontractors must carry same limits as listed above.
IMPORTANT: POLICY ENDORSEMENTS
The Contractor will provide copies of the policies without expense, to the City and all endorsements
thereto and may make any reasonable request for deletion, revision, or modification of particular policy
terms, conditions, limitations, or exclusions (except where policy provisions are established by law or
regulation binding upon either of the parties hereto or the underwriter of any of such policies). Upon
such request by the City, the Contractor shall exercise reasonable efforts to accomplish such changes in
policy coverages, and shall pay the cost thereof. Any costs will be paid by the Contractor.
REQUIRED PROVISIONS
The Contractor agrees that with respect to the above required insurance, all insurance contracts and
certificate(s) of insurance will contain and state, in writing, on the certificate or its attachment, the
following required provisions:
a. Name the City of Lubbock and its officers, employees, and elected representatives as additional
insureds, (as the interest of each insured may appear) as to all applicable coverage;
b. Provide for 30 days notice to the City for cancellation, nonrenewal, or material change;
c. Provide for notice to the City at the address shown below by registered mail;
d. The Contractor agrees to waive subrogation against the City of Lubbock, its officers, employees,
and elected representatives for injuries, including death, property damage, or any other loss to
the extent same may be covered by the proceeds of insurance;
e. Provide that all provisions of this contract concerning liability, duty, and standard of care
together with the indemnification provision, shall be underwritten by contractual liability
coverage sufficient to include such obligations within applicable policies.
NOTICES
The Contractor shall notify the City in the event of any change in coverage and shall give such notices
not less than 30 days prior the change, which notice must be accompanied by a replacement
CERTIFICATE OF INSURANCE.
All notices shall be given to the City at the following address:
Marta Alvarez, Director of Purchasing & Contract Management
City of Lubbock
1314 Avenue K, 9�' Floor
Lubbock, Texas 79401
SECTION D. Approval, disapproval, or failure to act by the City regarding any insurance supplied by
the Contractor shall not relieve the Contractor of full responsibility or liability for damages and accidents
as set forth in the contract documents. Neither shall the bankruptcy, insolvency, or denial of liability by
the insurance company exonerate the Contractor from liability.
10. Neither the City nor the Contractor shall assign, transfer or encumber any rights, duties or
interests accruing from this Contract without the written consent of the other.
11. The City reserves the right to exercise any right or remedy to it by law, contract, equity, or
otherwise, including without limitation, the right to seek any and all forms of relief in a courtof
competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to
exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are
cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict
between this provision and another provision in, or related to, this document, this provision shall
control.
12 At any time during the term of the contract, or thereafter, the City, or a duly authorized audit
representative of the City or the State of Texas, at its expense and at reasonable times, reserves
the right to audit Contractor's records and books relevant to all services provided to the City
under this Contract. In the event such an audit by the City reveals any errors or overpayments by
the City, Contractor shall refund the City the full amount of such overpayments within 30 days
of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing
the City from any payments due Contractor.
13. All funds for payment by the City under this contract are subject to the availability of an annual
appropriation for this purpose by the City. [n 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.
14. The Contractor shall not assign or sublet the contract, or any portion of the contract, without
written consent from the Director of Purchasing and Contract Management. Should consent be
given, the Contractor shall insure the Subcontractor or shall provide proof on insurance from the
Subcontractor that complies with all contract Insurance requirements.
15. Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully
understands, and will be in full compliance with all terms and conditions and the descriptive
material contained herein and any additional associated documents and Amendments. The City
disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by
the parties. In the event of conflict between these terms and conditions and any terms and
conditions provided by the Contractor, the terms and conditions provided herein shall prevail.
The terms and conditions provided herein are the final terms agreed upon by the parties, and any
prior conflicting terms shall be of no force or effect.
16. The Contractor (i) does not engage in business with Iran, Sudan or any foreign terrorist
organization and (ii) it is not listed by the Texas Comptroller under Section 2252.153, Texas
Government Code, as a company known to have contracts with or provide supplies or services
to a foreign terrorist organization. As used in the immediately preceding sentence, "foreign
terrorist organization" shall have the meaning given such term in Section 2252.151, Texas
Government Code.
17. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this
contract and the contractor or vendor agrees that the contract can be terminated if the
contractor or vendor knowingly or intentionally fails to comply with a requirement of that
subchapter.
To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor
agrees to: (1) preserve all contracting information related to the contact as provided by the
records retention requirements applicable to the governmental body for the duration of the
contract; (2) promptly provide to the governmental body any contracting information related to
the contract that is in the custody or possession of the entity on request of the governmental body;
and (3) on completion of the contract, either: (A) provide at no cost to the governmental body all
contracting information related to the contract that is in the custody or possession of the entity; or
(B) preserve the contracting information related to the contract as provided by the records
retention requirements applicable to the governmental body.
18. Pursuant to Section 2271.002 of the Texas Government Code, a) This section applies only to a
contract that: (1) is between a governmental entity and a company with 10 or more full-time
employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from
public funds of the governmental entity. (b) A governmental entity may not enter into a contract
with a company for goods or services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the
contract.
19. By entering into this Agreement, Contractor verifies that: (1) it does not, and will not for the
duration of the contract, have a practice, policy, guidance, or directive that discriminates against
a firearm entity or firearm trade association or (2) the verifcation required by Section 2274.002
of the Texas Government Code does not apply to the contract.
If Contractor is a company with 10 or more full-time employees and if this Agreement has a
value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code
Chapter 2274, it does not have a practice, policy, guidance, or directive that discriminates against
a firearm entity or firearm trade association; and will not discriminate during the term of the
contract against a firearm entity or firearm trade association.
Contractor represents and warrants that: (1) it does not, and will not for the duration of the
contract, boycott energy companies or (2) the verification required by Section 2274.002 of the
Texas Government Code does not apply to the contract.
If Contractor is a company with 10 or more full-time employees and if this Agreement has a
value of at least $100,000 or more, Contractor verifes that, pursuant to Texas Government Code
Chapter 2274, it does not boycott energy companies; and will not boycott energy companies
during the term of the Agreement. This verification is not required for an agreement where a
governmental entity determines that these requirements are inconsistent with the governmental
entity's constitutional or statutory duties related to the issuance, incurrence, or management of
debt obligations or the deposit, custody, management, borrowing, or investment of funds.
20. The Contractor shall retain all information received from or concerning the City and the City's
business in strictest confidence and shall not reveal such information to third parties without
prior written consent of the City, unless otherwise required by law.
21. The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials,
officers, agents, and employees from all suits, actions, losses, damages, claims, or liability of
any kind, character, type, or description, including without limiting the generality of the
foregoing, all expenses of litigation, court costs, and attorney's fees, for injury or death to any
person, or injury to any property, received or sustained by any person or persons or property, to
the extent arising out of, related to or occasioned by, the negligent acts of the Contractor, its
agents, employees, and/or subcontractors, related to the performance, operations or omissions
under this agreement and/or the use or occupation of city owned property. The indemnity
obligation provided herein shall survive the expiration or termination of this agreement.
22. This Contract consists of the following documents set forth herein; Invitation to Bid No. 25-
18769-AE, Specifications, and the Bid Form.
-----INTENTIONALLY LEFT BLANK�
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and
year first above written. Executed in triplicate.
CI�Y OF LUBBOCK
~ C
Christy Marti z-Garcia,
Mayor Pro Tem
A TEST:
Courtney Paz, City Secretary
PPROVED AS TO CONTENT•
.�
.
Dominic Esperat, Dire or of Fleet Operations
CONTRA TOR
B
Authorized Representative
�� �' ��o�..Jr�
Print Name
3 20 $ L 5l� �ar, !�„►.
Address
1 �.ad�� . 7~� 79 �'�'
City, State, Zip ode
APPROVED AS TO FOR :
Ra ael Foster, Assi an Ci y Attorney
City of Lubbock, TX
Purchasing and Contract Management
ITB 25-18769-AE
Towing Services
Specifcations
Intent
The City of Lubbock, hereinafter referred to as the ("City"), seeks bids for a one (1) year contract with
four (4) additional one-year extension options, to provide towing services for City vehicles and
equipment. Towing services will be requested on an as needed basis under the terms and conditions
established under this ITB for the term of the contract. There is no guarantee to the Contractor(s) of
any specific or minimum order amounts under the awarded contract(s).
Scope of Work
General Requirements
1. iJ Multiple Awards: In order to assure adequate coverage for remote locations throughout the City,
the City may make multiple awards, selecting multiple vendors to provide the services desired,
if multiple awards are in the best interest of the City. Cost and location will be used in making
this determination. The decision to issue multiple awards under this bid, however is an option
reserved by the City, based on the needs of the City.
2.❑Standard Warrantv: Any materials and labor provided shall carry standard warranty coverage
furnished by the trade in general.
3.�OSHA/WISHA: The contractor agrees to comply with the conditions of the Federal
Occupational Safety and Health Act of 1970, the Texas Industrial Safety and Health Act of 1970
and the standards and regulations issued thereunder, and certifies that all items furnished and
purchased under the order will conform to and comply with said standards and regulations.
Contractor further agrees to indemnify and hold harmless Purchaser from damages assessed
against Purchaser as a result of Contractor's failure to comply with the Acts and the standards
issued thereunder and for the failure of the items furnished under this order to so comply.
4.00ontractor further agrees to indemnify and hold the City and its officers and employees
harmless from any liability to the owner of the vehicle or equipment towed, Contractor's
employees, and all other persons for any loss, costs, or injuries to persons or property resulting
from the acts or omissions of Contractor or its agents. Contractor shall pay all damages to
vehicles or equipment entrusted to its custody as the result of its negligence.
5.❑The Contractor is responsible for the hiring and training of qualified personnel. Contractor is
responsible for maintaining and staffing the auto pound with sufficient personnel to ensure its
effcient operation. The Contractor remains responsible for the conduct and actions of each of
its employees.
6.L'Contractor's employees or representatives are prohibited from consuming any alcoholic
beverages, using illicit drugs, or carrying/possessing any frearm or weapons in the tow truck
or on City property.
7.❑The Contractor will be required to cooperate with designated City personnel and follow their
instructions. Contractor's towing vehicles shall be able to tow using industry standard forms
and methods or other regulation forms and methods.
8.LlAll Contractors bidding must have been in business for at least three years and meet all
Federal, State and City laws, ordinances, licensing, and regulations relating to the wrecker
service business.
Towing Requirements
�The appropriate response time within Lubbock County is to be within one hour after service is
requested. If Contractor fails to arrive within the prescribed time, if necessary, another towing
service may be contacted by the City and neither the City nor any of its offcers or employees
shali be liable for any fee, cost or expense incurred in such a situation. Failure to respond in a
timely manner, as indicated above, more than three times in a thirty (30) day period shall be
grounds for terminating this agreement.
2.LIThe Contractor must be able to respond "upon request" for towing services twenty-four (24)
hours a day, (7) days a week, three-hundred-sixty-five (365) days a year (including holidays).
In addition, the successful Contractor(s) must have covered telephone services twenty-four
(24) hours per day, seven (7) days per week, and three hundred-sixty-five (365) days a year,
to receive towing calls from City personnel.
3.❑The Contractor shall provide tow vehicles capable of towing disabled City-owned vehicles
or equipment identified by designated City personnel. The disabled vehicles will range from
light duty vehicles all the way up to and including Class 6— 8 vehicles, including vehicles
with or without trailers or other equipment and vehicles that may be unloaded or loaded with
materials and/or equipment.
4.GThe Contractor will retrieve the vehicle or equipment from its breakdown location and tow
the units to the Fleet maintenance facility or to a specified vendor for repair, or to an otherwise
specified location. The Contractor will be responsible for any work required to render the
disabled vehicle or equipment ready for towing such as retrieval, up righting, removal of
parts, etcetera. In addition, the Contractor shall be responsible for the removal of any debris
including, but not limited to, glass and other items at the site requiring towing.
5.❑Requested tows will primarily be within a thirty (30) mile radius of the primary facility, but
may on occasion be outside the thirty (30) mile radius
6.uThe Contractor shall have and maintain appropriate insurance to cover any damage done to
any vehicle or equipment while being towed under this contract. This shall include any
damage done during retrieval, hauling/towing, disconnection, unloading or at any other time
during the towing process.
7.❑The Contractor shall provide City personnel with a legible, signed copy of the tow trip ticket
prior to departing from the drop off location. The tow ticket will indicate the following
information:
•❑ The location of the hook up and the drop off point
•❑ The date of the tow
•❑ License number
•❑ Start time and finish time of the tow
• ❑ The hours charged
• � The rate charged per hour
•❑ The total price
Types of Vehicles
i.❑The Contractor will be notified of the approximate location of the vehicle or equipment type
including make, model, color, and if possible the vehicle license plate number. The
classification of vehicles in use by the City are defined as follows:
•❑ Light Duty: Cars, Trucks, SUVs (10,000 lbs. or less)
•❑ Medium Duty: Trucks, SUVs (10,001 — 19,500 lbs.)
•❑ Heavy Duty: Class 6, 7, 8(19,501 Ibs. and over)
2.❑Towed vehicles or equipment shall be moved to the City's Fleet Department, unless another
location is specifed.
Types of Equipment
The contract also includes the towing of City owned construction equipment of the following types:
1.�JCompaction Equipment: to include but not limited to Static Compactors and Vibratory
Compactors.
2.I:JEarthmoving Equipment: to include but not limited to Articulated 4WD Loaders; Crawler
Loaders; Crawler Tractors; Graders; Hydraulic Excavators; Scrapers; Skid Steer Loaders;
Tractor Loader; Backhoes; Trenchers; and Wheel Dozers.
3.�Lifting & Material Handling Equipment: to include but not limited to Aerial Lifts; Cranes and
Forklifts.
4.❑Road Maintenance Equipment: to include but not limited to Asphalt Pavers; Hydraulic
Breakers; Pavement Brooms; Pavement Millers; Reclaimers/Stabilizers; Road Wideners; and
Concrete Cutters
Towing Equipment
Contractor covenants that it has, at the time this contract is executed and will maintain during the
entire duration of this contract, the following:
l.�The Contractor must have a tow truck(s) sufficiently capable to handle calls in the time
prescribed. Contractor's tow truck(s) must meet all Federal, State and City laws, ordinances,
licensing, and regulations relating to the wrecker service business.
2.l �The tow truck(s) must be equipped with flashing lights as well as with a dolly and all the
necessary eyuipment to clean possible debris from the ground, roadway, etc. and maintain
safety at the tow scene, including a heavy-duty push broom, dust pan or shovel, and flares. All
towing equipment shall be maintained in good working order. The Contractor must be capable
of towing all equipment owned by the City for any awarded class.
3.�Any tow truck to be used in service of this contract shall be equipped with two-way
communication. Any and all communication devices shal( be maintained in operable
condition at all times.
City of Lubbock
ITB 25-18769-AE
Towing Services
Bid Form
Lubbock Wrecker Service, Inc.
Quantity
# Item Description Required
(+�-)
. .. � l�
#1-1 Light Duty Vehicles including Cars, Trucks and SUV's up 1300 �
ttl-2 Class 6-7-8 195011bs-33,001 Ibs and over 400
Jil-3 Compaction Equipment 50
#1-4 Earthmoving Equipment 50
#1-5 Lifting & Material Handling Equipment 50
ftl-6 Road Maintenance Equipment 50
Nl-7 Per mile charge within 30 mile radius 1
#1-8 Per mile charge over 30 mile radius 1
#2 1 Light Duty Vehicles including Cars, Trucks and SUV's 200
up to one ton
q2-2 Class 6-7-8 195011bs-33,001 Ibs and over 200
q2-3 Compaction Equipment 25
#2-4 Earthmoving Equipment 25
#2-5 Lifting & Material Handling Equipment 25
#2-6 Road Maintenance Equipment 25
Location Lubbock, TX
Total $280,502.50
UOM Unit Total
Price Cost
EA 60.00 78,000.00
EA 195.00 78,000.00
EA 245.00 12,250.00
EA 245.00 12,250.00
EA 245.00 12,250.00
EA 245.00 12,250.00
PER MILE - -
PER MILE 2.50 2.50
EA 60.00 12,000.00
EA 195.00 39,000.00
EA 245.00 6,125.00
EA 245.00 6,125.00
EA 245.00 6,125.00
EA 245.00 6,125.00
Revised
City of Lubbock, TX
Purchasing and Contract Management
Vendor Acknowledgement Form
In compliance with the Iavitation to Bid, the undersigned Bidder having examined the Invitation to Bid,
instructions to bidders, General Conditions of the Agreement, 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 aad agrees to deliver said items at the locations and for the
prices set forth on the bid form and/or the bid table associated with this bid.
A bid will be subject to being considered irregulaz and may be rejected if it shows omissions, alterations of
form, conditional altemate 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 is by reference incorporated in this contract.
Where applicable, prices are quoted as: F.O.B. Destination, Freight Pre-Paid and Allowed
Where applicable, delivery days are: 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 DISCOiJNTS - Bidder offers a prompt payment discount of �%, net
a calendar days. Discounts will not be considered in determining low bid. Unless otherwise indicated
on the Bid Form, payment terms will be NET THIRTY DAYS. The City will pay the successful bidder within
thirty days after the receipt of a correct invoice or after the date of acceptance, whichever event occurs later.
Discounts for prompt payment requiring payment by the City within a stipulated number of 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 afier 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 lowest 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
tn 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
interloca! 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 addirion 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, condidons, 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 entiries 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 govemmental 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.
ADDENDA
Bidder acknowledges receipt of addenda issued in regard to this solicitation:
Addenda No. Date
Addenda No. Date
Addenda No. Date
Addenda No. Date
SUSPENSION AND DEBARMENT CERTIFICATION
Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non-Federal entities from contracting
with or making sub-awards under covered transactions to parties that are suspended or debarred or whose
principals are suspended or debarred. Covered transactions include procurement contracts for goods or
services equal to or in excess of $25,000 and all non-procurement transactions (e.g., sub-awards to sub-
recipients).
Contractors receiving individual awards of $25,000 or more and all sub-recipients must certify that their
organization and its principals are not suspended or debarred by a Federal agency.
Before an award of $25,000 or more can be made to your firm, you must certify that your organization
and its principals are not suspended or debarred by a Federal agency.
I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are
suspended or debarred by a Federal agency.
TEXAS GOVERNMENT CODE SECTION 2Z52.152
The undersigned representative of the undersigned company or business, being an adult over the age of
eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Secrion 2252.152, certify that
the company named above is not listed on the website of the Comptroller of the State of Texas conceming the
listing of companies that are identified under Secrion 806.051, Section 807.051 or Section 2253.153. I further
certify that should the above-named company enter into a contract that is on said listing of companies on the
website of the Comptroller of the State of Texas, which do business with Iran, Sudan or any Foreign Tenorist
Organization, I will immediately notify the City of Lubbock Purchasing and Contract Department.
TEXAS GOVERNMENT CODE SECTION 2271.002
Company hereby certifies the following:
1. Company does not boycott Israel; and
2. Company will not boycott Israel during the term of the contract.
The following definitions apply to this state statute:
(1) "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any
action that is intended to penalize, inftict 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 an organization, association, corporation, partnership, joint venture, limited
partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary,
majority-owned subsidiary, parent company, or affiliate of those entities or business associations that exists
to make a profit.
This Certification is required from a Company if the Company has 10 or more full-time employees and
the contract for goods or services (which includes contracts formed through purchase orders) has a
value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental
entity.
TEXAS GOVERNMENT CODE 2274
By entering into this Agreement, Contractor verifies that: (1) it does not, and will not for the duration of the
contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm
trade association or (2) the verification required bySection 2274.002 of the Texas Government Code does not
apply to the contract.
If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least
$100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not
have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade
association; and will not discriminate during the term of the contract against a firearm entity or firearm trade
association.
Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott
energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does
not apply to the contract.
If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least
$100,000 or more, Contractor verifies that, pursuant to Texas Govemment Code Chapter 2274, it does not
boycott energy companies; and will not boycott energy companies during the term of the Agreement. This
verification is not required for an agreement where a governmental entity determines that these requirements
are inconsistent with the governmental entity's constitutional or statutory duties related to the issuance,
incurrence, or management of debt obligations or the deposit, custody, management, borrowing, or investment
of funds.
INCOMPLETE Il�iFORMATION
Failure to complete or provide any of the information requested in this Reyuest for Proposal, including
references, and/or additional information as information as indicated, may results in disqualification by reason
of "non-responsiveness".
CONTRACTOR ACKNOWLEDGEMENT
In compliance with this solicitation, thc undersigned bidder, having examined the bid documcnts,
instructions to bidders, documents ussociuted with the invitution to bid, and being familiur �vith the
conditions to be met has reviewed the ubove informAtion regarding:
• Suspension and DebArment Certifcation
• Texas Government Code Section 2252.152
• Texas Go��ernment Code Section 2271.002
• Texas Government Code 2274
SUBMISSION INFORMATION
�1n indi��idual aulhuri•r.rd to bin� thc um�pa�iy must tiis;n thc li>Ilc�a�in5 scctii�n. I�:iilurc to ex�:cutc this
��c�rtion may result in hid rrjectiun.
THIS BID IS SUBMITTED BY Lubbock Wrecker Service Inc. a
corporation organized under the laws of tl�e State of Texas , or a partnership consisting of
or individual trading as of
the City of Lubbock
Tax ID No.: 75-2401124
Address: 3209 Slaton Hwy
Cicy: Lubbock Stace: Texas Z;p: 79404
M/WBE
Please complete the information below.
L�
04/15/25
Represenlalive - mus[ sign by har�d
Ofiicer Name and Title: Scott Brown, President
Business Telephone Number 806-748-1044 FAX: 806-745-13623
E-mait Address: �ilson@lubbockwrecker.com
CERTIFICATE OF INTERESTED PARTIES FORnn 1295
iorl
Complete Nos. l- 4 and 6 it there are interested panies. OFFICE USE ONLY
Complete Nos. l, 2, 3, 5, and 6 if there are no interested panies. CERTIFICATION OF FILING
i Name of business entity flltng form, and the city, sWte and country of the business entiry's place Certificate Number:
oi business. 2025-1312618
Lubbock Wrecker Service Inc.
Lubbock, TX United States �ate Filed:
2 Name of govemmental entity or state agency that is a party to the contract for which the form is 05l20/2025
being filed.
City oi Lubbock oate Acknowledged:
3 Provide the identi�cation 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.
18769
Towing
4 Nature ofinterest
Name of Interested Party City, State, Country (place of business) (check applicable)
Controlling Intermediary
Brown, Scott Lubbock, TX United States X
Wilson, Chad Lubbock, TX United States X
5 Check only if there is NO Interested Party. �
6 UNSWORN DECLARATION
�
My name is �G�'3�-�� , , and my date of birth is _'a�' �1 __
My address is ���U� ��,_, ���,v _, _ ���f . �,. __ 7��3 �_.
(sueet) (city) (state) (zip code) (country)
I declare under penalry of perjury that the loregoing is true and correct.
Executed in L Counry, State of , on the „�day of 20�.
(mo�nl �) (Year)
r.�
Sign re of authorized agent of contracting business entiry
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V4.1.O.e02d6221
Resolution No. 2025-R0265
City of Lubbock
Contract for
ITB 25-18769-AE
Towing Services
Contract 18920
THIS CONTRACT made and entered into this lOthday of June , 2025, by and between the
City of Lubbock ("City"), and Wilson Wrecker Service, ("Contractor").
�/_ ►1_� _ . � _ .�.
WHEREAS, the City of Lubbock duly advertised for bids for Towing Services and bids were
received and duly opened as required by law; and
WHEREAS, after caref�l 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 Towing Services.
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, Towing Services, and more
specifcally referred to as Items 1-1 through 2-6 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 speciiications, offer, and terms and conditions contained herein.
3. The contract shall be for a term of one (1) year, with the option of four (4), one (1) year
extensions, said date of term beginning upon formal approval. This Contract will renew
automatically for the additional terms, unless either Party gives 90-day written notice to
ternunate the Contract.
4. All stated annual quantities are approximations of usage during the time period to be covered by
pricing established by this bid. Actual usage may be more or less. Order quantities will be
deternuned by actual need. The City of Lubbock does not guarantee any specific amount of
compensation, volume, minimum, or maximum amount of services under this bid and resulting
contract.
5. The Contractor must maintain the insurance coverage required during the term of this contract
including any extensions. It is the responsibility of the Contractor to ensure that valid insurance
is on iile with the Purchasing and Contract Management Department as required by contract or
contract may be terminated for non-compliance.
6. A) Prices quoted shall be guaranteed for a period for six (6) months upon City approval. The rate
may be adjusted at the City's discretion for the effective change in Consumer Price Index (CPI)
or Product Price Index (PPI) as appropriate.
B) Further, if the Contractor can provide documentation for actual charges for material, labor,
etc. that demonstrates that the change in CPI or PPI is not sufficient, the Contractor shall provide
such documentation to the City, and at the City's sole discretion, the contractual rate may be
further adjusted. If agreement regarding a new rate cannot be reached, the City shall terminate
at the end of the current contract period.
C) If an adjustment to pricing is granted under this section, the Contractor must provide the
Director of Purchasing and Contract Management written, quarterly documentation to justify the
ongoing adjustment. If no such documentation is timely received, the rate will automatically
revert to the initial, awarded rate.
7. This contract shall remain in effect until the first of the following occurs: (1) the expiration date,
(2) performance of services ordered, or (3) ternunation of by either party with a 90-day written
notice. The City of Lubbock reserves the right to award the canceled contract to the next lowest
and best bidder as it deems to be in the best interest of the city.
8. Contractor shall at all times be an independent contractor and not an agent or representative of
City with regard to performance of the Services. Contractor shall not represent that it is, orhold
itself out as, an agent or representative of City. In no event shall Contractor be authorized to
enter into any agreement or undertaking for or on behalf of City.
9. Insurance Requirements
Commercial General Liability Requirements: $1 M occurrence /$2M aggregate (can be combined
with an Excess Liability to meet requirement). CGL is required in ALL contracts. It is perhaps the
most important of all insurance policies in a contractual relationship. It insures the Contractor has
broad liability coverage for contractual activities and for completed operations. Commercial General
Liability to include Products — Completion/OP, Personal and Advertising Injury, Contractual
Liability, Fire Damage (any one fire), and Medical Expenses (any one person).
Automobile Liability Requirements: $1 M/occurrence is needed.
Workers Compensation and Emplover Liabilitv Requirements: Statutory. If the vendor is an
independent contractor with no employees and are exempt from providing Workers' Compensation
coverage, they must sign a waiver (obtained from COL Purchasing) and include a copy of their
driver's license. Employer Liability ($1 M) is required with Workers Compensation.
* The City of Lubbock (including its ofiicials, employees and volunteers) shall be afforded
additional insured status on a primary and non-contributory basis on all liability policies except
professional liabilities and workers' comp.
* Waivers of Subrogation are required for CGL, AL, and WC.
* To Include Products of Completed Operations endorsement.
* Carrier will provide a 30-day written notice of cancellation, 10-day written notice for non-
payment.
* Carriers must meet an A.M. Best rating of A- or better.
* Subcontractors must carry same limits as listed above.
* The City of Lubbock (including its officials, employees and volunteers) shall be afforded additional insured
status on a primary and non-contributory basis on all liability policies except professional liabilities and
workers' comp.
* Waivers of Subrogation are required for CGL, AL, and WC.
* To Include Products of Completed Operations endorsement.
* Carrier will provide a 30-day written notice of cancellation, 10-day written notice for non-payment.
* Carriers must meet an A.M. Best rating of A- or better.
* Subcontractors must carry same limits as listed above.
IMPORTANT: POLICY ENDORSEMENTS
The Contractor will provide copies of the policies without expense, to the City and all endorsements
thereto and may make any reasonable request for deletion, revision, or modification of particular policy
terms, conditions, limitations, or exclusions (except where policy provisions are established by law or
regulation binding upon either of the parties hereto or the underwriter of any of such policies). Upon
such request by the City, the Contractor shall exercise reasonable efforts to accomplish such changes in
policy coverages, and shall pay the cost thereof. Any costs will be paid by the Contractor.
REQUIRED PROVISIONS
The Contractor agrees that with respect to the above required insurance, all insurance contracts and
certificate(s) of insurance will contain and state, in writing, on the certificate or its attachment, the
following required provisions:
a. Name the City of Lubbock and its officers, employees, and elected representatives as additional
insureds, (as the interest of each insured may appear) as to all applicable coverage;
b. Provide for 30 days notice to the City for cancellation, nonrenewal, or material change;
c. Provide for notice to the City at the address shown below by registered mail;
d. The Contractor agrees to waive subrogation against the City of Lubbock, its officers, employees,
and elected representatives for injuries, including death, property damage, or any other loss to
the extent same may be covered by the proceeds of insurance;
e. Provide that all provisions of this contract concerning liability, duty, and standard of care
together with the indemniiication provision, shall be underwritten by contractual liability
coverage sufficient to include such obligations within applicable policies.
NOTICES
The Contractor shall notify the City in the event of any change in coverage and shall give such notices
not less than 30 days prior the change, which notice must be accompanied by a replacement
CERTIFICATE OF INSURANCE.
All notices shall be given to the City at the following address:
Marta Alvarez, Director of Purchasing & Contract Management
City of Lubbock
1314 Avenue K, 9�' Floor
Lubbock, Texas 79401
SECTION D. Approval, disapproval, or failure to act by the City regarding any insurance supplied by
the Contractor shall not relieve the Contractor of full responsibility or liability for damages and accidents
as set forth in the contract documents. Neither shall the bankruptcy, insolvency, or denial of liability by
the insurance company exonerate the Contractor from liability.
10. Neither the City nor the Contractor shall assign, transfer or encumber any rights, duties or
interests accruing from this Contract without the written consent of the other.
11. The City reserves the right to exercise any right or remedy to it by law, contract, equity, or
otherwise, including without limitation, the right to seek any and all forms of relief in a courtof
competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to
exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are
cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict
between this provision and another provision in, or related to, this document, this provision shall
control.
12. At any time during the term of the contract, or thereafter, the City, or a duly authorized audit
representative of the City or the State of Texas, at its expense and at reasonable times, reserves
the right to audit Contractor's records and books relevant to all services provided to the City
under this Contract. In the event such an audit by the City reveals any errors or overpayments by
the City, Contractor shall refund the City the full amount of such overpayments within 30 days
of such audit fndings, or the City, at its option, reserves the right to deduct such amounts owing
the City from any payments due Contractor.
13. All funds for payment by the City under this contract are subject to the availability of an annual
appropriation for this purpose by the City. ln 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.
14. The Contractor shall not assign or sublet the contract, or any portion of the contract, without
written consent from the Director of Purchasing and Contract Management. Should consent be
given, the Contractor shall insure the Subcontractor or shall provide proof on insurance from the
Subcontractor that complies with all contract Insurance requirements.
15. Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully
understands, and will be in full compliance with all terms and conditions and the descriptive
material contained herein and any additional associated documents and Amendments. The City
disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by
the parties. In the event of conflict between these terms and conditions and any terms and
conditions provided by the Contractor, the terms and conditions provided herein shall prevail.
The terms and conditions provided herein are the final terms agreed upon by the parties, and any
prior conflicting terms shall be of no force or effect.
16. The Contractor (i) does not engage in business with Iran, Sudan or any foreign terrorist
organization and (ii) it is not listed by the Texas Comptroller under Section 2252.153, Texas
Government Code, as a company known to have contracts with or provide supplies or services
to a foreign terrorist organization. As used in the immediately preceding sentence, "foreign
terrorist organization" shall have the meaning given such term in Section 2252.151, Texas
Government Code.
17. The requirements of Subchapter .�, Chapter 552, Government Code, may apply to this
contract and the contractor or vendor agrees that the contract can be terminated if the
contractor or vendor knowingly or intentionally fails to comply with a requirement of that
subchapter.
To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor
agrees to: (1) preserve all contracting information related to the contact as provided by the
records retention requirements applicable to the governmental body for the duration of the
contract; (2) promptly provide to the governmental body any contracting information related to
the contract that is in the custody or possession of the entity on request of the governmental body;
and (3) on completion of the contract, either: (A) provide at no cost to the governmental body all
contracting information related to the contract that is in the custody or possession of the entity; or
(B) preserve the contracting information related to the contract as provided by the records
retention requirements applicable to the governmental body.
18. Pursuant to Section 2271.002 of the Texas Government Code, a) This section applies only to a
contract that: (1) is between a governmental entity and a company with 10 or more full-time
employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from
public funds of the governmental entity. (b) A governmental entity may not enter into a contract
with a company for goods or services unless the contract contains a written veriiication from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the
contract.
19. By entering into this Agreement, Contractor verifies that: (1) it does not, and will not for the
duration of the contract, have a practice, policy, guidance, or directive that discriminates against
a firearm entity or firearm trade association or (2) the veriiication required by Section 2274.002
of the Texas Government Code does not apply to the contract.
If Contractor is a company with 10 or more full-time employees and if this Agreement has a
value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code
Chapter 2274, it does not have a practice, policy, guidance, or directive that discriminates against
a firearm entity or firearm trade association; and will not discriminate during the term of the
contract against a firearm entity or firearm trade association.
Contractor represents and warrants that: (1) it does not, and will not for the duration of the
contract, boycott energy companies or (2) the verification required by Section 2274.002 of the
Texas Government Code does not apply to the contract.
If Contractor is a company with 10 or more full-time employees and if this Agreement has a
value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code
Chapter 2274, it does not boycott energy companies; and will not boycott energy companies
during the term of the Agreement. This verification is not required for an agreement where a
governmental entity determines that these requirements are inconsistent with the governmental
entity's constitutional or statutory duties related to the issuance, incurrence, or management of
debt obligations or the deposit, custody, management, borrowing, or investment of funds.
20. The Contractor shall retain all information received from or concerning the City and the City's
business in strictest confidence and shall not reveal such information to third parties without
prior written consent of the City, unless otherwise required by law.
21. The Contractor shall indemnify and save harniless the city of Lubbock and its elected officials,
officers, agents, and employees from all suits, actions, losses, damages, claims, or liability of
any kind, character, type, or description, including without limiting the generality of the
foregoing, all expenses of litigation, court costs, and attorney's fees, for injury or death to any
person, or injury to any property, received or sustained by any person or persons or properiy, to
the extent arising out of, related to or occasioned by, the negligent acts of the Contractor, its
agents, employees, and/or subcontractors, related to the performance, operations or omissions
under this agreement and/or the use or occupation of city owned property. The indemnity
obligation provided herein shall survive the expiration or termination of this agreement.
22. This Contract consists of the following documents set forth herein; Invitation to Bid No. 25-
18769-AE, Specifications, and the Bid Form.
-----INTENTIONALLY LEFT BLANK-----
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
' � �
Christy Ma in -Garcia,
Mayor Pro Tem
A EST:
Courtney Paz, City Sec tary
APPROVED AS TO CONTENT:
_ �
Dominic Esperat, Director f Fleet perations
CONTRACTOR
BY
Auth ' e Representative
�
P � Name
/%� ,� y 3 7i%�
aaa S
�v�j6vG�r � � �y�J'rL
City, State, Zip Code
ROVED A TO FORM:
Ra ael Foster, Assis ant City Attorney
City of Lubbock, TX
Purchasing and Contract Management
ITB 25-18769-AE
Towing Services
Specifications
Intent
The City of Lubbock, hereinafter referred to as the ("City"), seeks bids for a one (1) year contract with
four (4) additional one-year extension options, to provide towing services for City vehicles and
equipment. Towing services will be requested on an as needed basis under the terms and conditions
established under this ITB for the term of the contract. There is no guarantee to the Contractor(s) of
any specific or minimum order amounts under the awarded contract(s).
Scope of Work
General Requirements
1. Multiple Awards: In order to assure adequate coverage for remote locations throughout the City,
the City may make multiple awards, selecting multiple vendors to provide the services desired,
if multiple awards are in the best interest of the City. Cost and location will be used in making
this determination. The decision to issue multiple awards under this bid, however is an option
reserved by the City, based on the needs of the City.
2. Standard Warrantv: Any materials and labor provided shall carry standard warranty coverage
furnished by the trade in general.
3. OSHA/WISHA: The contractor agrees to comply with the conditions of the Federal
Occupational Safety and Health Act of 1970, the Texas Industrial Safety and Health Act of 1970
and the standards and regulations issued thereunder, and certifies that all items furnished and
purchased under the order will conform to and comply with said standards and regulations.
Contractor further agrees to indemnify and hold harmless Purchaser from damages assessed
against Purchaser as a result of Contractor's failure to comply with the Acts and the standards
issued thereunder and for the failure of the items furnished under this order to so comply.
4. Contractor further agrees to indemnify and hold the City and its offcers and employees
harmless from any liability to the owner of the vehicle or equipment towed, Contractor's
employees, and all other persons for any loss, costs, or injuries to persons or property resulting
from the acts or omissions of Contractor or its agents. Contractor shall pay all damages to
vehicles or equipment entrusted to its custody as the result of its negligence.
5. The Contractor is responsible for the hiring and training of qualifed personnel. Contractor is
responsible for maintaining and staffng the auto pound with sufficient personnel to ensure its
effcient operation. The Contractor remains responsible for the conduct and actions of each of
its employees.
6. Contractor's employees or representatives are prohibited from consuming any alcoholic
beverages, using illicit drugs, or carrying/possessing any firearm or weapons in the tow truck
or on City property.
7. The Contractor will be required to cooperate with designated City personnel and follow their
instructions. Contractor's towing vehicles shall be able to tow using industry standard forms
and methods or other regulation forms and methods.
8. All Contractors bidding must have been in business for at least three years and meet all
Federal, State and City laws, ordinances, licensing, and regulations relating to the wrecker
service business.
Towing Requirements
The appropriate response time within Lubbock County is to be within one hour after service is
requested. If Contractor fails to arrive within the prescribed time, if necessary, another towing
service may be contacted by the City and neither the City nor any of its officers or employees
shall be liable for any fee, cost or expense incurred in such a situation. Failure to respond in a
timely manner, as indicated above, more than three times in a thirty (30) day period shall be
grounds for terminating this agreement.
2. The Contractor must be able to respond "upon request" for towing services twenty-four (24)
hours a day, (7) days a week, three-hundred-sixty-fve (365) days a year (including holidays).
In addition, the successful Contractor(s) must have covered telephone services twenty-four
(24) hours per day, seven (7) days per week, and three hundred-sixty-fve (365) days a year,
to receive towing cal(s from City personnel.
3. The Contractor shall provide tow vehicles capable of towing disabled City-owned vehicles
or equipment identified by designated City personnel. The disabled vehicles will range from
light duty vehicles all the way up to and including Class 6— 8 vehicles, including vehicles
with or without trailers or other equipment and vehicles that may be unloaded or loaded with
materials and/or equipment.
4. The Contractor will retrieve the vehicle or equipment from its breakdown location and tow
the units to the Fleet maintenance facility or to a specii►ed vendor for repair, or to an otherwise
specified location. The Contractor will be responsible for any work required to render the
disabled vehicle or equipment ready for towing such as retrieval, up righting, removal of
parts, etcetera. In addition, the Contractor shall be responsible for the removal of any debris
including, but not limited to, glass and other items at the site requiring towing.
5. Requested tows will primarily be within a thirty (30) mile radius of the primary facility, but
may on occasion be outside the thirty (30) mile radius
6. The Contractor shall have and maintain appropriate insurance to cover any damage done to
any vehicle or equipment while being towed under this contract. This shall include any
damage done during retrieval, hauling/towing, disconnection, unloading or at any other time
during the towing process.
7. The Contractor shall provide City personnel with a legible, signed copy of the tow trip ticket
prior to departing from the drop off location. The tow ticket will indicate the following
information:
• The location of the hook up and the drop off point
• The date of the tow
• License number
• Start time and fnish time of the tow
• The hours charged
• The rate charged per hour
• The total price
Types of Vehicles
1. The Contractor will be notified of the approximate location of the vehicle or equipment type
including make, model, color, and if possible the vehicle license plate number. The
classification of vehicles in use by the City are defined as follows:
Light Duty: Cars, Trucks, SUVs (10,000 lbs. or less)
Medium Duty: Trucks, SUVs (10,001 — 19,500 lbs.)
• Heavy Duty: Class 6, 7, 8(19,501 Ibs. and over)
2. Towed vehicles or equipment shall be moved to the City's Fleet Department, unless another
location is specified.
Types of Equipment
The contract also includes the towing of City owned construction equipment of the following types:
1. Compaction Equipment: to include but not limited to Static Compactors and Vibratory
Compactors.
2. Earthmoving Equipment: to include but not limited to Articulated 4WD Loaders; Crawler
Loaders; Crawler Tractors; Graders; Hydraulic Excavators; Scrapers; Skid Steer Loaders;
Tractor Loader; Backhoes; Trenchers; and Wheel Dozers.
3. Lifting & Material Handling Equipment: to include but not limited to Aerial Lifts; Cranes and
Forklifts.
4. Road Maintenance Equipment: to include but not limited to Asphalt Pavers; Hydraulic
Breakers; Pavement Brooms; Pavement Millers; Reclaimers/Stabilizers; Road Wideners; and
Concrete Cutters
Towing Equipment
Contractor covenants that it has, at the time this contract is executed and will maintain during the
entire duration of this contract, the following:
1. The Contractor must have a tow truck(s) sufficiently capable to handle calls in the time
prescribed. Contractor's tow truck(s) must meet all Federal, State and City laws, ordinances,
licensing, and regulations relating to the wrecker service business.
2. The tow truck(s) must be equipped with flashing lights as well as with a dolly and all the
necessary equipment to clean possible debris from the ground, roadway, etc. and maintain
safety at the tow scene, including a heavy-duty push broom, dust pan or shovel, and flares. All
towing equipment shall be maintained in good working order. The Contractor must be capable
of towing all equipment owned by the City for any awarded class.
3. Any tow truck to be used in service of this contract shall be equipped with two-way
communication. Any and all communication devices shall be maintained in operable
condition at all times.
City of Lubbock
ITB 25-18769-AE
Towing Services
Bid Form
Wilson Wrecker Service
Location
Total
#
Item Description
Quantity
Required
(+/-)
UOM
Lubbock, TX
$309,002.75
Unit Total
Price Cost
. ..
#1-1 Light Duty Vehicles including Cars, Trucks and SUV's up 1300 EA 65.00 84,500.00
ql-2 Class 6-7-8195011bs-33,001 Ibs and over 400 EA 205.00 82,000.00
ql-3 Compaction Equipment 50 EA 260.00 13,000.00
#1-4 Earthmoving Equipment 50 EA 260.00 13,000.00
#1-5 Lifting & Material Handling Equipment 50 EA 260.00 13,000.00
#1-6 Road Maintenance Equipment 50 EA 260.00 13,000.00
#1-7 Per mile charge within 30 mile radius 1 PER MILE - -
#1-8 Per mile charge over 30 mile radius 1 PER MILE 2.75 2.75
• , �,,. I
#2-1
Light Duty Vehicles including Cars, Trucks and SUV's
up to one ton
#2-2 Class 6-7-8 195011bs-33,0011bs and over
#2-3 Compaction Equipment
#2-4 Earthmoving Equipment
�k2-5 Lifting & Material Handling Equipment
#2-6 Road Maintenance Equipment
200 EA
200 EA
25 EA
25 EA
25 EA
25 EA
70.00
245.00
275.00
275.00
275.00
275.00
14,000.00
49,000.00
6,875.00
6,875.00
6,875.00
6,875.00
Revised
City of Lubbock, TX
Purchasing and Contract Management
Vendor Acknowledgement Form
In compliance with the InvitaHon to Bid, the undersigned Bidder having examined the Invitation to Bid,
instructions to bidders, General Conditions of the Agreement, 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 and agrees to deliver said items at the locations and for the
prices set forth on the bid form and/or the bid table associated with this bid.
A bid will be subject to being considered inegulaz and may be rejected if it shows omissions, alterations of
form, conditional alternate bids, additions or altemates 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 is by reference incorporated in this contract.
Where applicable, prices are quoted as: F.O.B. DestinaHon, Freight Pre-Paid and Allowed
Where applicable, delivery days are: 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, selecNng 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 DISCOLTNTS - Bidder offers a prompt payment discount of �%, net
_�_calendar days. Discounts will not be considered in detercnining 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 lowest 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 tlus 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 Yndependent School
District, Lubbock Housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock
Independent School District, Sout6 Plains Association of Governments, City of Texarkaua, Texas Tech
University, West Texas Municipal Power Agency, Lynn County, and City of Wolfforth.
YES �C NO
If you (the bidder) checked YES, the following will apply:
Govemcnental 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 bilted directly to that governmental entity and paid by that govemmental 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.
ADDENDA
Bidder acknowledges receipt of addenda issued in regard to this solicitation:
Addenda No. Date
Addenda No. Date
Addenda No. Date
Addenda No. Date
SUSPENSION AND DEBARMENT CERTIFICATION
Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non-Federal entities from contracting
with or making sub-awards under covered transactions to parties that are suspended or debarred or whose
principals are suspended or debarred. Covered transactions include procurement contracts for goods or
services equal to or in excess of $25,000 and all non-procurement transactions (e.g., sub-awards to sub-
recipients).
Contractors receiving individual awards of $25,000 or more and all sub-recipients must certify that their
organization and its principals aze not suspended or debarred by a Federal agency.
Before an award of $25,000 or more can be made to your firm, you must certify that your organization
and its principals aze not suspended or debarred by a Federal agency.
I, the undersigned agent for the fum named below, certify that neither this firm nor its principals are
suspended or debarred by a Federal agency.
TEXAS GOVERNMENT CODE SECTION 2252.152
The undersigned representative of the undersigned company or business, being an adult over the age of
eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152, certify that
the company named above is not listed on the website of the Comptroller of the State of Texas conceming the
listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further
certify that should the above-named company enter into a contract that is on said listing of companies on the
website of the Comptroller of the State of Texas, which do business with Iran, Sudan or any Foreign Terrorist
Organization, I will immediately notify the City of Lubbock Purchasing and Contract Department.
TEXAS GOVERNMENT CODE SECTION 2271.002
Company hereby certifies the following:
1. Company does not boycott Israel; and
2. Company will not boycott Israel during the term of the contract.
The following definitions apply to this state statute:
(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 an organization, association, corporation, partnership, joint venture, limited
parinership, limited liability partnership, or limited liability company, including a wholly owned subsidiary,
majority-owned subsidiary, parent company, or affiliate of those entities or business associations that exists
to make a profit.
This Certitication is required from a Company if the Company has 10 or more full-time employees and
the contract for goods or services (which includes contracts formed through purchase orders) has a
value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental
entity.
TEXAS GOVERNMENT CODE 2274
By entering into this Agreement, Contractor verifies that: (1) it does not, and will not for the duration of the
contract, have a practice, policy, guidance, or d'uective that discriminates against a firearm entity or firearm
trade association or (2) the verification required bySection 2274.002 of the Texas Government Code does not
apply to the contract.
If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least
$100,000 or more, Contractor verifies that, pursuant to Texas Govemment Code Chapter 2274, it does not
have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade
associarion; and will not discriminate during the term of the contract against a firearm entiry or firearm trade
association.
Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott
energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does
not apply to the contract.
If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least
$100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not
boycott energy companies; and will not boycott energy companies during the term of the Agreement. This
verification is not required for an agreement where a governmental entity determines that these requirements
are inconsistent with the governmental entity's constitutional or statutory duties related to the issuance,
incurrence, or management of debt obligations or the deposit, custody, management, borrowing, or investment
of funds.
INCOMPLETE INFORMATYON
Failure to complete or provide any of the information requested in this Request for Proposal, including
references, and/or additional information as information as indicated, may results in disqualification by reason
of "non-responsiveness".
� \ �_._ � :� _4_ _�� \ � �% _ � _ 1/ 1 � _
In compliance with this solicitatioa, the undersigned bidder, having ezamined the bid documents,
instructions to bidders, documents associated with the invitation to bid, and being familiar with the
conditions to be met has reviewed the above information regarding:
• Suspension and Debarment CerNscation
• Texas Government Code Section 2252.152
• Texas Government Code Section 2271.002
• Texas Government Code 2274
SUBMYSSION INFORMATION
An individual authorized to bind the company must sign the following section. Failure to execute this
portion may result in bid rejection.
THIS BID IS SUBMITTED BY������5(v� �`rPt ILt� Se.✓�.»i � a
corporation organized under the laws of the State of —r,��s , or a partnership consisting of
or individual trading as of
the City of ls.���� _�c
Tax ID No.: �1 •11N 11 �tlo
Address: 3Zo� � s��,,. a..�l
City: l,ubSoct� State: T�c Zip: �l�p.l[ii
M/WBE Eirm:l I Woman
PaciSc American
Please complete the information below.
��
Representative - must sign by hand
y-15-�5
Officer Name and Title: C h�.�.r.� 1�1 �(�� own.r-
Business Telephone Number fic�1 a fi2 fi- 3501 FAX:
E-mail Address: �rA�P�,�,C� ti.�.lger+�..lre��er . ca-�
CERTIFICATE OF INTERESTED PARTIES FORM 1295
iori
Complete Nos. l- 4 and 6 if there are interested paNes. OFFICE USE ONLY
Complete Nos. i, 2, 3, 5, and 6 it there are no interested parties. CERTIFICATION OF FILING
i Name of business entity flling fortn, and the city, state and country of the business entity's place Certiticate Number:
of business. 2025-1311979
Wilson Wrecker Service
Lubbock, TX United States Date Filed:
2 Name o governmen ent ty or state agency at s a party to t e contract or w c t e form is 05/19/2025
being filed.
Clty Of LubboCk Date Acknowledged:
g Provide the identiTication number used by the governmental entity or state agency to track or identity the contract, and prov(de a
description of the services, goods, or other property to be provided under the contract.
18769
Towing Services
Nature ofinterest
4 Name of Interested P Ci State Count lace of business check a Ilcable
�Y tY� � rY (P ) I PP )
Controlling Intermediary
5 Check only if there is NO Interested Party. ❑
X
6 UNSWORN DECLARATION
My name is ��yL ►(,t � } h� L1'� l�', _ , and my date of biRh is �-�i' �
My address is,,,_,�� C _ .�IGc�G^► iLC;� _ �.��dL� , �7 c�, �l�i��dl . d.+.,�ec� .
(street) (city) (state) (zip code) (country)
I declare under penalty of pery'ury that the foregoing is true and correct.
Executed fn ,�, �-,(� C LL , Courny, State of —fQa[c�� _, on the �O day of ��, 20p�.
(month) (year)
i`
,� ��
S' na u e of authorized agent of contracting business entiry
(Declarant)
Forms orovided bv Texas Ethics Commission www.ethics.state.tx.us Version V4.1.O.e02d6221
Resolution No. 2025-R0265
City of Lubbock
Contract for
ITB 25-18769-AE
Towing Services
Contract 18918
THIS CONTRACT made and entered into this�li,day of June . 2025, by and between the
City of Lubbock ("City"), and South Plains Towin� ("Contractor").
�/ ►I - � �
WHEREAS, the City of Lubbock duly advertised for bids for Towing Services 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 Towing Services.
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, Towing Services, and more
specifically referred to as Items 1-1 through 2-6 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 (1) year, with the option of four (4), one (1) year
extensions, said date of term beginning upon formal approval. This Contract will renew
automatically for the additional terms, unless either Party gives 90-day written notice to
terminate the Contract.
4. All stated annual quantities are approximations of usage during the time period to be covered by
pricing established by this bid. Actual usage may be more or less. Order quantities will be
deternuned by actual need. The City of Lubbock does not guarantee any specific amount of
compensation, volume, minimum, or maximum amount of services under this bid and resulting
contract.
5. The Contractor must maintain the insurance coverage required during the term of this contract
including any extensions. It is the responsibility of the Contractor to ensure that valid insurance
is on file with the Purchasing and Contract Management Department as required by contract or
contract may be terminated for non-compliance.
6. A) Prices quoted shall be guaranteed for a period for six (6) months upon City approval. The rate
may be adjusted at the City's discretion for the effective change in Consumer Price Index (CPI)
or Product Price Index (PPI) as appropriate.
B) Further, if the Contractor can provide documentation for actual charges for material, labor,
etc. that demonstrates that the change in CPI or PPI is not sufficient, the Contractor shall provide
such documentation to the City, and at the City's sole discretion, the contractual rate may be
further adjusted. If agreement regarding a new rate cannot be reached, the City shall terminate
at the end of the current contract period.
C) If an adjustment to pricing is granted under this section, the Contractor must provide the
Director of Purchasing and Contract Management written, quarterly documentation to justify the
ongoing adjustment. If no such documentation is timely received, the rate will automatically
revert to the initial, awarded rate.
7. This contract shall remain in effect until the first of the following occurs: (1) the expiration date,
(2) performance of services ordered, or (3) termination of by either pariy with a 90-day written
notice. The City of Lubbock reserves the right to award the canceled contract to the next lowest
and best bidder as it deems to be in the best interest of the city.
8. Contractor shall at all times be an independent contractor and not an agent or representative of
City with regard to performance of the Services. Contractor shall not represent that it is, or hold
itself out as, an agent or representative of City. In no event shall Contractor be authorized to
enter into any agreement or undertaking for or on behalf of City.
9. Insurance Requirements
Commercial General Liability Reauirements: $1M occurrence /$2M aggregate (can be combined
with an Excess Liability to meet requirement). CGL is required in ALL contracts. It is perhaps the
most important of all insurance policies in a contractual relationship. It insures the Contractor has
broad liability coverage for contractual activities and for completed operations. Commercial General
Liability to include Products — Completion/OP, Personal and Advertising Injury, Contractual
Liability, Fire Damage (any one fire), and Medical Expenses (any one person).
Automobile Liability Requirements: $1M/occurrence is needed.
Workers Compensation and Emplover Liability Reauirements: Statutory. If the vendor is an
independent contractor with no employees and are exempt from providing Workers' Compensation
coverage, they must sign a waiver (obtained from COL Purchasing) and include a copy of their
driver's license. Employer Liability ($1 M) is required with Workers Compensation.
* The City of Lubbock (including its offcials, employees and volunteers) shall be afforded
additional insured status on a primary and non-contributory basis on all liability policies except
professional liabilities and workers' comp.
* Waivers of Subrogation are required for CGL, AL, and WC.
* To Include Products of Completed Operations endorsement.
* Carrier will provide a 30-day written notice of cancellation, 10-day written notice for non-
payment.
* Carriers must meet an A.M. Best rating of A- or better.
* Subcontractors must carry same limits as listed above.
* The City of Lubbock (including its officials, employees and volunteers) shall be afforded additional insured
status on a primary and non-contributory basis on all liability policies except professional liabilities and
workers' comp.
* Waivers of Subrogation are required for CGL, AL, and WC.
* To Include Products of Completed Operations endorsement.
* Carrier will provide a 30-day written notice of cancellation, 10-day written notice for non-payment.
* Carriers must meet an A.M. Best rating of A- or better.
* Subcontractors must carry same limits as listed above.
IMPORTANT: POLICY ENDORSEMENTS
The Contractor will provide copies of the policies without expense, to the City and all endorsements
thereto and may make any reasonable request for deletion, revision, or modification of particular policy
terms, conditions, limitations, or exclusions (except where policy provisions are established by law or
regulation binding upon either of the parties hereto or the underwriter of any of such policies). Upon
such request by the City, the Contractor shall exercise reasonable efforts to accomplish such changes in
policy coverages, and shall pay the cost thereof. Any costs will be paid by the Contractor.
REQUIRED PROVISIONS
The Contractor agrees that with respect to the above required insurance, all insurance contracts and
certificate(s) of insurance will contain and state, in writing, on the certificate or its attachment, the
following required provisions:
a. Name the City of Lubbock and its officers, employees, and elected representatives as additional
insureds, (as the interest of each insured may appear) as to all applicable coverage;
b. Provide for 30 days notice to the City for cancellation, nonrenewal, or material change;
c. Provide for notice to the City at the address shown below by registered mail;
d. The Contractor agrees to waive subrogation against the City of Lubbock, its officers, employees,
and elected representatives for injuries, including death, property damage, or any other loss to
the extent same may be covered by the proceeds of insurance;
e. Provide that all provisions of this contract concerning liability, duty, and standard of care
together with the indemnification provision, shall be underwritten by contractual liability
coverage sufiicient to include such obligations within applicable policies.
NOTICES
The Contractor shall notify the City in the event of any change in coverage and shall give such notices
not less than 30 days prior the change, which notice must be accompanied by a replacement
CERTIFICATE OF INSURANCE.
All notices shall be given to the City at the following address:
Marta Alvarez, Director of Purchasing & Contract Management
City of Lubbock
1314 Avenue K, 9�' Floor
Lubbock, Texas 79401
SECTION D. Approval, disapproval, or failure to act by the City regarding any insurance supplied by
the Contractor shall not relieve the Contractor of full responsibility or liability for damages and accidents
as set forth in the contract documents. Neither shall the bankruptcy, insolvency, or denial of liability by
the insurance company exonerate the Contractor from liability.
10. Neither the City nor the Contractor shall assign, transfer or encumber any rights, duties or
interests accruing from this Contract without the written consent of the other.
11. The City reserves the right to exercise any right or remedy to it by law, contract, equity, or
otherwise, including without limitation, the right to seek any and all forms of relief in a courtof
competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to
exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are
cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict
between this provision and another provision in, or related to, this document, this provision shall
control.
12 At any time during the term of the contract, or thereafter, the City, or a duly authorized audit
representative of the City or the State of Texas, at its expense and at reasonable times, reserves
the right to audit Contractor's records and books relevant to all services provided to the City
under this Contract. In the event such an audit by the City reveals any errors or overpayments by
the City, Contractor shall refund the City the full amount of such overpayments within 30 days
of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing
the City from any payments due Contractor.
13. All funds for payment by the City under this contract are subject to the availability of an annual
appropriation for this purpose by the City. In the event of non-appropriation of funds by the City
Council of the City of Lubbock for the goods or services provided under the contract, the City
will terminate the contract, without termination charge or other liability, on the last day of the
then-current fiscal year or when the appropriation made for the then-current year for the goods
or services covered by this contract is spent, whichever event occurs frst. If at any time funds
are not appropriated for the continuance of this contract, cancellation shall be accepted by the
Seller on 30 days prior written notice, but failure to give such notice shall be of no effect and the
City shall not be obligated under this contract beyond the date of termination.
14. The Contractor shall not assign or sublet the contract, or any portion of the contract, without
written consent from the Director of Purchasing and Contract Management. Should consent be
given, the Contractor shall insure the Subcontractor or shall provide proof on insurance from the
Subcontractor that complies with all contract Insurance requirements.
15. Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully
understands, and will be in full compliance with all terms and conditions and the descriptive
material contained herein and any additional associated documents and Amendments. The City
disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by
the parties. In the event of conflict between these terms and conditions and any terms and
conditions provided by the Contractor, the terms and conditions provided herein shall prevail.
The terms and conditions provided herein are the fnal terms agreed upon by the parties, and any
prior conflicting terms shall be of no force or effect.
16. The Contractor (i) does not engage in business with Iran, Sudan or any foreign terrorist
organization and (ii) it is not listed by the Texas Comptroller under Section 2252.153, Texas
Government Code, as a company known to have contracts with or provide supplies or services
to a foreign terrorist organization. As used in the immediately preceding sentence, "foreign
terrorist organization" shall have the meaning given such term in Section 2252.151, Texas
Government Code.
17. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this
contract and the contractor or vendor agrees that the contract can be terminated if the
contractor or vendor knowingly or intentionally fails to comply with a requirement of that
subchapter.
To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor
agrees to: (1) preserve all contracting information related to the contact as provided by the
records retention requirements applicable to the governmental body for the duration of the
contract; (2) promptly provide to the governmental body any contracting information related to
the contract that is in the custody or possession of the entity on request of the govemmental body;
and (3) on completion of the contract, either: (A) provide at no cost to the governmental body all
contracting information related to the contract that is in the custody or possession of the entity; or
(B) preserve the contracting information related to the contract as provided by the records
retention requirements applicable to the governmental body.
18. Pursuant to Section 2271.002 of the Texas Government Code, a) This section applies only to a
contract that: (1) is between a governmental entity and a company with 10 or more full-time
employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from
public funds of the governmental entity. (b) A governmental entity may not enter into a contract
with a company for goods or services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the
contract.
19. By entering into this Agreement, Contractor verifies that: (1) it does not, and will not for the
duration of the contract, have a practice, policy, guidance, or directive that discriminates against
a firearm entity or firearm trade association or (2) the verification required by Section 2274.002
of the Texas Government Code does not apply to the contract.
If Contractor is a company with 10 or more full-time employees and if this Agreement has a
value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Govemment Code
Chapter 2274, it does not have a practice, policy, guidance, or directive that discriminates against
a firearm entity or firearm trade association; and will not discriminate during the term of the
contract against a%rearm entity or firearm trade association.
Contractor represents and warrants that: (1) it does not, and will not for the duration of the
contract, boycott energy companies or (2) the verification required by Section 2274.002 of the
Texas Government Code does not apply to the contract.
If Contractor is a company with 10 or more full-time employees and if this Agreement has a
value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code
Chapter 2274, it does not boycott energy companies; and will not boycott energy companies
during the term of the Agreement. This verification is not required for an agreement where a
governmental entity determines that these requirements are inconsistent with the governmental
entity's constitutional or statutory duties related to the issuance, incurrence, or management of
debt obligations or the deposit, custody, management, borrowing, or investment of funds.
20. The Contractor shall retain all information received from or concerning the City and the City's
business in strictest confidence and shall not reveal such information to third parties without
prior written consent of the City, unless otherwise required by law.
21. The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials,
officers, agents, and employees from all suits, actions, losses, damages, claims, or liability of
any kind, character, type, or description, including without limiting the generality of the
foregoing, all expenses of litigation, court costs, and attorney's fees, for injury or death to any
person, or injury to any property, received or sustained by any person or persons or property, to
the extent arising out of, related to or occasioned by, the negligent acts of the Contractor, its
agents, employees, and/or subcontractors, related to the performance, operations or omissions
under this agreement and/or the use or occupation of city owned property. The indemnity
obligation provided herein shall survive the expiration or termination of this agreement.
22. This Contract consists of the following documents set forth herein; Invitation to Bid No. 25-
18769-AE, Specifications, and the Bid Form.
-----INTENTIONALLY LEFT BLANK-----
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
��
� � " � �
Christy Ma ez-Garcia,
Mayor Pro Tem
CONTRACTOR
:
/1��f5o�
A EST:
C ney Paz, City Secre ary
PROVED AS TO CONTENT:
.� �.
Dominic Esperat, Director of Fleet Operations
Print Naine �
30� '(�r5fc�nP i��
Address
L�,.�.�a��� � � � q�o.�
City, State, Zip Code
APPROVED A TO O .
achael Foster, As istant City Attorney
City of Lubbock, TX
Purchasing and Contract Management
ITB 25-18769-AE
Towing Services
Specifications
Intent
The City of Lubbock, hereinafter referred to as the ("City"), seeks bids for a one (1) year contract with
four (4) additional one-year extension options, to provide towing services for City vehicles and
equipment. Towing services will be requested on an as needed basis under the terms and conditions
established under this ITB for the term of the contract. There is no guarantee to the Contractor(s) of
any specific or minimum order amounts under the awarded contract(s).
Scope of Work
General Requirements
Multiple Awards: In order to assure adequate coverage for remote locations throughout the City,
the City may make multiple awards, selecting multiple vendors to provide the services desired,
if multiple awards are in the best interest of the City. Cost and location will be used in making
this determination. The decision to issue multiple awards under this bid, however is an option
reserved by the City, based on the needs of the City.
2. Standard Warrantv: Any materials and labor provided shall carry standard warranty coverage
furnished by the trade in general.
3. OSHA/WISHA: The contractor agrees to comply with the conditions of the Federal
Occupational Safety and Health Act of 1970, the Texas Industrial Safety and Health Act of 1970
and the standards and regulations issued thereunder, and certifes that all items furnished and
purchased under the order will conform to and comply with said standards and regulations.
Contractor further agrees to indemnify and hold harmless Purchaser from damages assessed
against Purchaser as a result of Contractor's failure to comply with the Acts and the standards
issued thereunder and for the failure of the items furnished under this order to so comply.
4. Contractor further agrees to indemnify and hold the City and its officers and employees
harmless from any liability to the owner of the vehicle or equipment towed, Contractor's
employees, and all other persons for any loss, costs, or injuries to persons or property resulting
from the acts or omissions of Contractor or its agents. Contractor shall pay all damages to
vehicles or equipment entrusted to its custody as the result of its negligence.
5. The Contractor is responsible for the hiring and training of qualified personnel. Contractor is
responsible for maintaining and staffing the auto pound with suffcient personnel to ensure its
effcient operation. The Contractor remains responsible for the conduct and actions of each of
its employees.
6. Contractor's employees or representatives are prohibited from consuming any alcoholic
beverages, using illicit drugs, or carrying/possessing any firearm or weapons in the tow truck
or on City property.
7. The Contractor will be required to cooperate with designated City personnel and follow their
instructions. Contractor's towing vehicles shall be able to tow using industry standard forms
and methods or other regulation forms and methods.
8. All Contractors bidding must have been in business for at least three years and meet all
Federal, State and City laws, ordinances, licensing, and regulations relating to the wrecker
service business.
Towing Requirements
1. The appropriate response time within Lubbock County is to be within one hour after service is
requested. If Contractor fails to arrive within the prescribed time, if necessary, another towing
service may be contacted by the City and neither the City nor any of its officers or employees
shall be liable for any fee, cost or expense incurred in such a situation. Failure to respond in a
timely manner, as indicated above, more than three times in a thirty (30) day period shall be
grounds for terminating this agreement.
2. The Contractor must be able to respond "upon request" for towing services twenty-four (24)
hours a day, (7) days a week, three-hundred-sixty-five (365) days a year (including holidays).
In addition, the successful Contractor(s) must have covered telephone services twenty-four
(24) hours per day, seven (7) days per week, and three hundred-sixty-five (365) days a year,
to receive towing calls from City personnel.
3. The Contractor shall provide tow vehicles capable of towing disabled City-owned vehicles
or equipment identified by designated City personnel. The disabled vehicles will range from
light duty vehicles all the way up to and including Class 6— 8 vehicles, including vehicles
with or without trailers or other equipment and vehicles that may be unloaded or loaded with
materials and/or equipment.
4. The Contractor will retrieve the vehicle or equipment from its breakdown location and tow
the units to the Fleet maintenance facility or to a specified vendor for repair, or to an otherwise
specifed location. The Contractor will be responsible for any work required to render the
disabled vehicle or equipment ready for towing such as retrieval, up righting, removal of
parts, etcetera. In addition, the Contractor shall be responsible for the removal of any debris
including, but not limited to, glass and other items at the site requiring towing.
5. Requested tows will primarily be within a thirty (30) mile radius of the primary facility, but
may on occasion be outside the thirty (30) mile radius
6. The Contractor shall have and maintain appropriate insurance to cover any damage done to
any vehicle or equipment while being towed under this contract. This shall include any
damage done during retrieval, hauling/towing, disconnection, unloading or at any other time
during the towing process.
7. The Contractor shall provide City personnel with a legible, signed copy of the tow trip ticket
prior to departing from the drop off location. The tow ticket will indicate the following
information:
• The location of the hook up and the drop off point
• The date of the tow
• License number
• Start time and fnish time of the tow
• The hours charged
• The rate charged per hour
• The total price
Types of Vehicles
1. The Contractor will be notifed of the approximate location of the vehicle or equipment type
including make, model, color, and if possible the vehicle license plate number. The
classifcation of vehicles in use by the City are defned as follows:
• Light Duty: Cars, Trucks, SUVs (10,000 lbs. or less)
• Medium Duty: Trucks, SUVs (10,001 — 19,SOO lbs.)
• Heavy Duty: Class 6, 7, 8(19,501 lbs. and over)
2. Towed vehicles or equipment shall be moved to the City's Fleet Department, unless another
location is specifed.
Types of Equipment
The contract also includes the towing of City owned construction equipment of the following types:
l. Compaction Equipment: to include but not limited to Static Compactors and Vibratory
Compactors.
2. Earthmoving Equipment: to include but not limited to Articulated 4WD Loaders; Crawler
Loaders; Crawler Tractors; Graders; Hydraulic Excavators; Scrapers; Skid Steer Loaders;
Tractor Loader; Backhoes; Trenchers; and Wheel Dozers.
3. Lifting & Material Handling Equipment: to include but not limited to Aerial Lifts; Cranes and
Forklifts.
4. Road Maintenance Equipment: to include but not limited to Asphalt Pavers; Hydraulic
Breakers; Pavement Brooms; Pavement Millers; Reclaimers/Stabilizers; Road Wideners; and
Concrete Cutters
Towing Equipment
Contractor covenants that it has, at the time this contract is executed and wi(1 maintain during the
entire duration of this contract, the following:
1. The Contractor must have a tow truck(s) sufficiently capable to handle calls in the time
prescribed. Contractor's tow truck(s) must meet all Federal, State and City laws, ordinances,
licensing, and regulations relating to the wrecker service business.
2. The tow truck(s) must be equipped with flashing lights as well as with a dolly and all the
necessary equipment to clean possible debris from the ground, roadway, etc. and maintain
safety at the tow scene, including a heavy-duty push broom, dust pan or shovel, and flares. All
towing equipment shall be maintained in good working order. The Contractor must be capable
of towing all equipment owned by the City for any awarded class.
3. Any tow truck to be used in service of this contract shall be equipped with two-way
communication. Any and all communication devices shall be maintained in operable
condition at all times.
City of Lubbock
ITB 25-18769-AE
Towing Services
Bid Form
South Plains Towing
#
Item Description
Location
Total
Quantity Unit
Required UOM price
(+l-)
Lubbock, TX
$368,457.50
Total
Cost
. .. - - '� :; -- .,..�
#1-1 Light Duty Vehicles including Cars, Trucks and SUV's up 1300 EA 74.50 96,850.00
#1-2 Class 6-7-8 195011bs-33,001 Ibs and over 400 EA 241.50 96,600.00
q1-3 Compaction Equipment SO EA 250.00 12,500.00
#1-4 Earthmoving Equipment 50 EA 250.00 12,500.00
#1-5 Lifting & Material Handling Equipment 50 EA 250.00 12,500.00
Ml-6 Road Maintenance Equipment 50 EA 250.00 12,500.00
N1-7 Per mile charge within 30 mile radius 1 PER MIIE 3.75 3.75
#1-8 Per mile charge over 30 mile radius 1 PER MILE 3.75 3.75
-
#2-1
Light Duty Vehicles including Cars, Trucks and SUV's
up to one ton
#2-2 Class 6-7-8 195011bs-33,001 Ibs and over
#23 Compaction Equipment
�2-4 Earthmoving Equipment
#2-5 Lifting & Material Handling Equipment
#2-6 Road Maintenance Equipment
200 EA
200 EA
25 EA
25 EA
25 EA
25 EA
— —
150.00
350.00
250.00
250.00
250.00
250.00
30,000.00
70,000.00
6,250.00
6,250.00
6,250.00
6,250.00
City of Lubbock, TX
Purchasing and Contract Management
Vendor Acknowledgeraent Form
ln compliance with the Invitation to Sid, the undersigned Bidder having examined the Invitation to Bid,
instructions to bidders, General Conditions of the Agreement, 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 providi�►g the items listed and agrees to deliver said items at the locations and for the
prices set forrh on the bid form and/or the bid table associated with this bid.
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 is by reference incorporated in this contract.
Where applicable, prices are quoted as: F.O.B. llestination, Freight Pre-Paid and Allowed
Where applicable, delivery days are: Days After Reeeipt of Order (ARO)
Unless otherwise specified hcrcin, 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.
'1 he City of Lubboek is seeking a contruct 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, howcvcr, is an option reserved by the City, based on the needs of the City.
�PAY ENT TERMS AND DISCOUNTS - Biddcr offcrs a prompt paymcnt discount of (� %, net
calendar days. Discounts will not be considered in determining low bid. Unless otherwise indicated
on the Bid I'orm, payment terms will be NET TIIIRTY DAYS. The City will pay the successful bidder within
thirty days after the receipt of a coilect invoice or after the date of acceptance, whichever event occurs later.
Discounls for prompt payment requiring payment by the City within a stipulated number of days will be
interpreted as applyin� within the stipulated number of calendar days after the date of receipt by the City of a
con•ect invoice or after the datc of acceptance that meets contract requirements, whichever event occurs later.
Discounts for payment in less than ten days will not be considered.
MOST FAVOi�.D PIZIC�iNG: 'The Bidder certifies that the price quoted is not in excess of the lowest price
cliarged anyone else, including its most favored customer, for like quality and yuantity of the
products/services; does not inelude 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 a�ents. If at any time during the contract period, the supplier should sell or offer for sale
to any other customer, an equal or less yuantity of similar contract products of like or better quality, at a lower
net price(s) tlian provided herein, supplier agrees to notify the City and scll same product(s) at the lower
price(s) on all deliveries made during the period in which such lower price(s) is effective.
1NTERLOCAL 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 tl,e 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 govcrnmental entities decidc to participate
in this contract, would you (the bidder) agree that all terms, conditions, spe.cifcations, and pricing would
apply?
Other governmental entities that might have inte�•ests in this contract are Frenship lndependent School
D[strict, Lubbock Housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock
Independent School Dlstrict, South Plains Association of Governments, City of Texarkana, Texas Tech
University, West Texas Municipal Power Agency, Lynn County, and City of Wolfforth.
Y�S NO
lf 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 bc billcd directly to that govcrnmental cntity and paid by that governmcntal cntity. City
of T,ubbock will not bc responsibic for anothcr govcrnmcntal entity's dcbts. Each govcrnmcntal cntity
will order their own materials/service as needed.
ADD�NDA
Bidder aclaiowlcdges receipt of addenda issued in regard to this solicitation:
Addenda No. Date
Addenda No. Date
Addenda No. Date
Addenda No. Date _
SUSPENSION AND D�BARMENT CERTIFICATION
Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non-Federal entities from contracting
with or making sub-awards undcr covcrcd transactions to partics that are suspcndcd or debancd or whosc
principals are suspended or debarred. Covered transactions include procurement contracts for goods or
services equal to or in excess of $25,000 and all non-procurement transactions (e.g., sub-awards to sub-
recipients).
Contractors receiving individual awards of $25,000 or more and all sub-recipients must certify that their
organi�ation and its principals are not suspended or debarred by a Federal agency.
Before an award of $25,000 or morc can be made to your firm, you must certify that your organization
and its principals arc not suspended or dcbarred by a Federal agency.
l, the undersigned agent for the firm named below, certify that neither this firm nor its principals are
suspendcd or debarred by a Federal agency.
TCXAS GOVEI2NMENT CODE SECTION 2252.152
Thc undcrsigncd representative of the undcrsigncd company or busincss, being an adult ovcr thc agc of
eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152, certify that
the company named above is not listed on the website of the Comptroller of the State of Texas concerning the
listing of companies that arc idcntiiicd under Scction 806.051, Section 807.051 or Section 2253.153. T further
certify that should the above-named company enter into a contract that is on said listing of companies on the
website of the Comptroller of the State of Texas, which do business with Iran, Sudan or any Foreign Terrorist
Organization, T will immcdiatcly notify thc City of Lubbock Purchasing and Contract Dcpartment.
TEXAS GOVERNMENT CODE SECTION 2271.002
Company hereby certifes the following:
1. Company docs not boycott Isracl; and
2. Company will not boycott Israel during the term of the contract.
Thc following dcfinitions apply to this statc statutc:
(1) "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any
action that is intcndcd to pcnalizc, inflict cconomic harm on, or limit commcrcial rclations spccifically with
Israel, or with a person or entity doin� business in Israel or in an Israeli-controlled territory, but does not
include an action made for ordinary business purposes; and
(2) "Company" mcans an organization, association, corporation, partncrship, joint venturc, limitcd
partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary,
majority-owned subsidiary, parent company, or affiliatc of those entitics or business associations that exists
to make a profit.
This Certification is required from a Company if the Company has 10 or more full-time employees and
the contract for goods or services (which includes contracts formed through purchase orders) has a
value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental
entity.
TCXAS GOVERNMENT COD� 2274
By entering into this A�reement, Contractor verifes that: (1) it does not, and will not for the duration of the
contract, havc a practicc, policy, guidance, or dircctivc that discriminatcs against a fircarm cntity or fircarm
tradc association or (2) thc vcrification rcquircd byScction 2274.002 of thc Tcxas Govcrnmcnt Codc docs not
apply to the contract.
If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least
$100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not
havc a practicc, policy, guidancc, or dircctivc that discriminatcs against a%rcarm cntity or fircarm trade
association; and will not discriminate during the term of the contract against a firearm entity or iirearm trade
association.
Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott
energy companics or (2) thc verification required by Section 2274.002 of the Texas Government Code does
not apply to the contract.
lf Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least
$] 00,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not
boycott cncrgy companics; and will not boycott cncrgy companics during thc tcrm of thc Agrccmcnt. This
verif cation is not required for an a�reement where a�overnmental entity determines that these requirements
ace inconsistent with the governmental entity's constitutional or statutory duties related to the issuance,
incuncncc, or managcmcnt of dcbt obligations or thc dcposit, custody, managcmcnt, borrowing, or invcstmcnt
of funds.
INCOMPT.ETE 1NFORMATION
Failure to compictc or providc any of thc information rcqucsted in this Rcqucst for Proposal, including
references, and/or additional information as information as indicated, may results in disqualification by reason
of "non-responsiveness".
1 _ _ �.:_ . _ 1 ' � � � � — ►r M
In compliance with this solicitation, the undcrsigned bidder, having examined the bid documents,
instructions to bidders, documents associated with the invitation to bid, and bein� familiar with the
conditions to bc mct has revicwed thc above information regarding:
• Suspension and Debarment Ccrti�cation
. Texas Government Code Section 2252.152
. Texas Government Code Section 2271.002
• Texas Governmenr Code 2274
SUBMISSION INFORMATION
An inc9ividu�l autl�orized to bind the c�mpany must sign the followin� section. Failure to execute this
portion may result in bid cejection.
'fHIS l3ID I5 SUBMT'I'TED BY ��v�� ������� ` "`'`��K
corporation organizcd undcr thc laws of thc Statc of ��xa `
or individual trading as
thc City of L b _.
'i'ax LD I�o. ��'���1��_
Address: � �� �r � ►�,t �7�'
City: LJ�bc�t�t State: T Zip
M/WBF, I'irm:
:
Representative - mu.st sign by l7and
��`��
J � o'�.�
Officer Name and Title: PJ' Q Lv��` e �� Y
Business '1'elephone Number�� `a ��' �� FAX; �/
L-mail Address: �v� ��`�ti�"'�'�'"S u° Q°� ' «''�
Womun
Hispaiii
�
�
�lmerican
I31uck Amcrican
Asian I'acific American
Plcase completc the information below.
or a partncrship consisting of
of
' _ ' .. . • . . �.� � � . � i ' _ . . . .. H
CERTIFICATE OF INTERESTED PARTIES FORnn 1295
iori
Complete Nos. i• 4 and 6 If there are interested parties. OFFICE USE ONLY
Comptete Nos. l, 2, 3, 5, and 6 If there are no interested partles. CERTIFICATION OF FILING
i Name ot business entiry tiling (orm, and the city, state and country of the business entity's place Certi(icate Number:
of business. 2025-1312535
South Plains Towing
Lubbock, TX United States oate Filed:
2 Name of governmente ent ry or state agency t at s a party to t e cont�act or w c t e orm s 05/20/2025
being filed.
Ciry of Lubbock, TX Date Acknowledged:
3 P�ovtde the identification number used by the governmental entiry or state agency to track or ldenUfy the contract, and provide a
description of the services, goods, or other property to be provided under the cont�act.
18769
Towing Services
Nature oflnterest
4
Name of Interested Party City, State, Country (place of businoss) (check applicable)
Controlltng Mtermediary
Luckie, David Lubbock, TX United States X
5 Check only i( tbere is NO Intorested Party. ❑
8 UNSWORN DECLARATION
I � !
My name Is A��� O � ���1 � t , and my dale o( blrlh Is
My address is i� Y/ VpZ � 3��1 ��, � ��j�l-` ��� Iq �� ,��6�1
(eUeet) (ciry) (slate) (:Ip code) (country)
I dedare under penally ol perjury tbat the foregofng Is Uuo and corrocl.
Executed in l. v bbo� �'! Counly, 3lale of _�ta_i�� on lhe �Aday ol M"� , 20„�,.
(monlh) (yoar)
3lgnnlure o( eulhorizad nqonl of conlracling businass ontiry
(Doolnrnnl)
Forms provfded by Toxas Ethics Commisafon www.plhlca,atAto.tx.us Verslon VA.�..O,e02d6221
+`
��� �,�:�-�'R' -.5�'�R�'_�' "'" 'i.' "`_ "'''1�" "' '