HomeMy WebLinkAboutResolution - 2011-R0228 - Contract - Lubbock Wrecker Services - Heavy Duty Towing, Annual Pricing - 05/31/2011 (2)Resolution No. 2011—RO228
May 31, 2011
Item No. 5.4
RESOLUTION
I IS .i Y!]�f� �7:3•��:1�[ 1M�•(�I�IIA[1111[�I � LI"NU110081:: fIox
THAT the Mayor of the City of Lubbock is hereby authorized and directed to
execute for and on behalf of the City of Lubbock, Contract No. 9983 for heavy duty
towing — annual pricing services, by and between the City of Lubbock and Lubbock
Wrecker Services, Lubbock, Texas, and related documents. Said Contract is attached
hereto and incorporated in this resolution as if fully set forth herein and shall be included
in the minutes of the City Council.
Passed by the City Council on May 31, 2011
TOM MARTIN, MAYOR
ATTEST:
Rebe ca Garza, City Secret4l.)
APPROVED AS TO CONTENT:
C -1-A C-tlj 4---d
Mark oo , ACM, C ief Information Officer
APPROVED AS TO FORM:
Chad Weaver, Assistant City Attorney
sj:ccdocs/RES.Contract-Lubbock Wrecker Service
May 10, 2011
Resolution No. 2011-RO228
CONTRACT NO.9983
CITY OF LUBBOCK, TX
CONTRACT FOR SERVICES
FOR
HEAVY DUTY TOWING- ANNUAL PRICING
ITB# 11 -9983 -DG
THIS CONTRACT, made and entered into this 31ST day of May, 2011, pursuant to a resolution
heretofore adopted by the City of Lubbock, Texas, by and between the City of Lubbock ("City"), and
Lubbock Wrecker Service Inc. ("Contractor").
WITNESSETH:
WHEREAS, the City of Lubbock duly advertised for bids for Heavy Duty Towing- Annual
Pricin and bids were received and duly opened as required by law; and
WHEREAS, after careful consideration of the bid submitted by Contractor, the City of Lubbock
has accepted such bid, and authorized the execution, in the name of the City of Lubbock a contract with
said Contractor covering the service of said Heavy Duty Towing - Annual Pricing.
NOW, THEREFORE, in consideration of the mutual agreement contained herein, as well as the
financial consideration hereinafter referred to, the parties hereby covenant and agree as follows:
1. In accordance with City's specifications and Contractor's bid, copies of which specifications
and bid are attached hereto and made part hereof, Contractor will deliver to the City, Heavy
Duty Towing -Annual Pricing specifically referred to as item(s) 1-6 on the bid form and more
particularly described in the bid submitted by the Contractor or in the specifications attached
hereto.
2. The Contractor shall perform the work according to the procedure outlined in the Bid Form or
in the specifications attached hereto.
3. The contract shall be for a term of one year firm pricing, with the option of four (4), one (1)
year extensions, said date of term beginning upon formal approval. The rates may be adjusted
upward or downward at this time at a percentage not to exceed the effective change in the
Consumer Price Index (CPI) or Product Price Index (PPI), whichever is most appropriate for the
specific contract for the previous 12 -months. At the City's discretion, the effective change rate
shall be based on either the local or national index average rate for all items. If agreement
cannot be reached, the contract is terminated at the end of the current contract period. Requests
for price adjustments will be WRITTEN, and will include documentation that substantiates
additional costs. All requests will be received by the City 30 DAYS PRIOR, to a requested
effective date for a price adjustment. Such adjustments must be acceptable to both parties or
the item(s) in question may be deleted from the contract with respect to further orders, or the
contract may be canceled and new bids solicited.
Q.PurchaselBid Does/ l 1 -9463 -DG
4. This contract shall remain in effect until the expiration date, performance of services ordered,
or termination of by either party with a thirty (30) day written notice. Such written notice must
state the reason for cancellation. The City of Lubbock reserves the right to award the canceled
contract to the next lowest and best bidder as it deems to be in the best interest of the city.
5. Contractor shall at all times be an independent contractor and not an agent or representative of
City with regard to performance of the Services. Contractor shall not represent that it is, or
hold itself out as, an agent or representative of City. In no event shall Contractor be authorized
to enter into any agreement or undertaking for or on behalf of City.
6. At any time during the term of the contract, or thereafter, the City, or a duly authorized audit
representative of the City, 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 the 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 thirty (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.
7. The contractor shall obtain and maintain in full force and effect during the term of the contract,
commercial general liability coverage with insurance carriers admitted to do business in the
State of Texas. The insurance companies must carry a Best's Rating of A- VII or better. The
policies will be written on an occurrence basis, subject to the following minimum limits of
liability:
TYPE
Worker's Compensation
and
Employers Liability
Comprehensive Automobile
AMOUNT
Statutory
$500,000
Combined single limit for Liability insurance,
including bodily Injury and property
Coverage for loading and unloading of $200,000 per occurrence hazards, for: or its equivalent.
a. Owned/leased vehicles
b. Non -owned vehicles
Commercial General Liabiiity-
Combined Single Limit:
Q:Pwctase/Bid Docs!] 1 -9983 -DG
$300,000 General Aggregate
The City of Lubbock shall be named a primary additional insured with a waiver of
subrogation in favor of the City on all coverage's to include Products and Completed
Operations. All copies of the Certificates of Insurance shall reference the project name or
bid number for which the insurance is being supplied.
The contractor will provide a Certificate of Insurance to the City as evidence of coverage. The
certificate will provide 34 days notice of cancellation, and under the cancellation section, the
wording "endeavor to" and "but failure to mail such notice shall impose no obligation or
liability of any kind upon the company, its agents or representatives" will be crossed out. A
copy of the additional insured endorsement attached to the policy will be included with the
certificate.
The contractor shall also maintain workers compensation insurance in the statutory amount.
If at any time during the life of the contract or any extension, the contractor fails to maintain the
required insurance in full force and effect, all work under the contract shall be discontinued
immediately. Any failure to maintain the required insurance may be sufficient cause for the
City to terminate the contract.
8. Neither the City nor the Contractor shall assign, transfer or encumber any rights, duties or
interests accruing from this Contract without the written consent of the other.
9. This Contract consists of the following documents set forth herein; Invitation to Bid #11 -9983 -
DG, General Conditions, Specifications, and the Bid Form.
QTurehaselBid Docs/ 11 -9983 -DG
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:
Torn Martin, Mayor
ATTEST:
Rebe ca Garza, City Secret
APPROVED AS TO CONTENT:
- 4-e\ C-� 4
Mark Ye ood, Assistant ity Manager
Chief Information Officer
APPROVED AS TO FORM:
Assistant City Attorney
Q:Purchase/Bid Docs/11-9983-DG
CONTRACTOR:
BY :
Authorized Representative
.�> e -a // 6"' j
Printed Name
Title