Loading...
HomeMy WebLinkAboutResolution - 2008-R0257 - Contract Agreement - MAACO Collision Repair And Auto Painting Of Lubbock - 07_22_2008Resolution No. 2008—RO257 July 22, 2008 Item No. 5.7 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the City Council of the City of Lubbock hereby authorizes and directs the Mayor of the City of Lubbock to execute a Contract by and between the City of Lubbock and MAACO Collision Repair and Auto Painting of Lubbock, Texas, for auto body repair and paint services per bid ITB 08-041-MA, which Contract and any associated documents, are attached hereto and made a part of this Resolution for all intents and purposes. Passed by the City Council this 22nd day of ` J /�� ///O-� TOM MARTIN, MAYOR ATTEST: Rebe a Garza, City Secretary APPROVED AS TO CONTENT: M e ' oo Assistant City Manager/Chief Information Officer A2PP AS FORM: Chad Weaver, Assistant City Attorney cw/MAACO Collision Repair&Auto Painting.res08 07/ 16/08 , 2008. Resolution No. 2008 RO257 CITY OF LUBBOCK CONTRACT FOR SERVICES For Auto Body Repair and Painting Services Bid No. 08-041-MA THIS CONTRACT,'made and entered into this 22"d day of July , 2008, pursuant to a resolution heretofore adopted by the City of Lubbock, Texas, by and between the City of Lubbock ("City"), and MAACO Collision Repair and Auto Painting ("Contractor"). WITNESSETH: WHEREAS, the City of Lubbock duly advertised for bids for Auto Body Repair and Painting 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 of Lubbock has heretofore adopted a resolution authorizing the acceptance of such bid; and the execution, in the name of the City of Lubbock a contract with said Contractor covering the purchase and delivery of the said Auto Body Repair and Painting 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 specifications and bid are attached hereto and made part hereof, Contractor will deliver to the City the Auto Body Repair and Painting Services specifically referred to as Item(s) No. 1-3 and more particularly described in the bid submitted by the Contractor or in the specifications attached hereto. 2. The City promises and agrees to employ, and does employ, the Contractor to cause to be done the work provided for in this Contract and to complete and finish the same according to the attached specifications, offer, and terms and conditions contained herein. The City agrees to pay the Contractor according to the payment schedule attached; said payment schedule does not include any applicable sales or use tax. The Contractor shall perform the work according to the procedure outlined in the specifications and Invitation to Bid attached hereto and incorporated herein. The contract shall be for a term of five years, said date of term beginning upon City Council date of formal approval. The rates may be adjusted at the option of the Fleet Service Department up to one hundred percent (100%) of the cost of living adjustment as measured by the Consumer Price Index (CPI). If an agreement cannot be reached, the contract will be terminated at the end of the current fiscal year ending. 4. This contract shall remain in effect until the expiration date, performance of services ordered, or termination 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. 08-041-MA.doc 5. Contractor shall at all times be an independent contractor and not an agent or representative of City with regard to performance of the Services. Contractor shall not represent that it is, or hold itself out as, an agent or representative of City. In no event shall Contractor be authorized to enter into any agreement or undertaking for or on behalf of City. 6. The contractor shall obtain and maintain in full force and effect during the term of the contract, commercial general liability coverage with insurance carriers admitted to do business in the State of Texas. The insurance companies must carry a Best's Rating of A- VII or better. The policies will be written on an occurrence basis, subject to the following minimum limits of liability: INSURANCE COVERAGE REQUIRED The City reserves the right to review the insurance requirements of this section during the effective period of the contract and to require adjustment of insurance coverages and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decisions, or the claims history of the industry as well as the Contractor. Subject to the Contractor's right to maintain reasonable deductibles in stich amounts as are approved by the City, the Contractor shall obtain and maintain in full force and effect for the duration of this contract, and any extension hereof, at Contractor's sole expense, insurance coverage written by companies approved by the State of Texas and acceptable to the City, in the following type(s) and amount(s): TYPE AMOUNT Worker's Compensation The Contractor shall elect to obtain worker's compensation coverage pursuant to Section 406.002 of the Texas Labor Code. Further, Contractor shall maintain said coverage throughout the term of the Contract and shall comply with all provisions of Title 5 of the Texas Labor Code to ensure that the Contractor maintains said coverage. Any termination of worker's compensation insurance coverage by contractor or any cancellation or non -renewal of worker's compensation insurance coverage for the Contractor shall be a material breach of this Contract." The contractor may maintain Occupational Medical and Disability Insurance in lieu of Workers' Compensation. In either event, the policy must be endorsed to include a wavier of subrogation in favor of the CITY OF LUBBOCK. The Contractor shall also provide to the CITY OF LUBBOCK proof of Employers' Liability in an amount no less than $500,000. Garage Liability insurance, including: Combined Single Limit for bodily injury and property damage of $ 500,000 per occurrence 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. 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 30 days notice of cancellation, and under the cancellation section, the wording "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" will be crossed out. A copy of the additional insured endorsement attached to the policy will be included with the certificate. The contractor shall also maintain workers compensation insurance in the statutory amount. 08-041-MA.doc 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. 6. 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. 7. This Contract consists of the following documents set forth herein; Invitation to Bid #08-041-MA, General Conditions, Specifications, and the Bid Form. IN WITNESS WHEREOF, the parties hereto have caused this. Contract to be executed the day and year first above written. Executed in triplicate. CITY OF LUBBOCK Tom Martin, Mayor ATTEST: Rebeql Garza, City Secretary APPROVED AS TO CONTENT: Mar Ye rw d, ChieY Information Officer Assi tant City Manager APP VE S FORM: Assistant City Attorney CO L-13w, C^1LISION REPAIR $ AUTO P 51 l r nA A15►nx AddressLUBBOCK, TX 79424 08-041-MA.doc "ie � "kf( SUBMIT TO: v a CITY OF LUBBOCK Purchasing & Contract Management 1625 131h Street, Rm 204 CITY OF LUBBOCK, TEXAS Lubbock, Tx 79401-3830 INVITATION TO BID CONTACT PERSON: :Marta .Alvarez AN EQUAL #OS-041-MA TEL: 806.775.2167 FAX: 806.775.2164 OPPORTUNITY ltttp:Hpurchasing.ei.lubbock.tx.us EMPLOYER TITLE: Auto Body Repair and Painting Services SUBMITTAL DEADLINE: April 30, 2008,100 p.m. CST PRE BID DATE, TIME AND LOCATION: April 16, 2008 at 11:00 A.M. Anybid+'recervedafierrhe lime anddarali.riedabove. regardlessofrhe in the City Hall, 1625 13'h Street, Training Room - LO1, Lubbock, made ofdelivery, shall be returned unopened Texas. RESPONDENT NAME: �SfG11 ��� LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, ` ' � THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS: ffADDRESS. COLLISION REPAIR & AUTO PAINTING 8721 GENOA AVENUE IF RETURNING AS A "NO BID", PLEASE COMPLETE AND RETURN THE 24 "STATEMENT OF NO BID". — 'C — I : THE CITY OF LUBBOCK RESERVES THE RIGHT TO ACCEPT OR REJECT ANY AND ALL BIDS IN WHOLE OR IN PART AND WAIVE ANY INFORMALITY IN THE COMPETITIVE BID PROCESS. FURTHER, THE CITY RESERVES THE RIGHT TO ENTER INTO ANY CONTRACT DEEMED TO BE TELEPHON `� 1 �� 1N THE BEST INTEREST OF THE CITY. IT IS THE INTENT AND PURPOSE OF THE CITY OF LUBBOCK THAT THIS FAX NO: /��1� REQUEST PERMITS COMPETITIVE BIDS. IT IS THE BIDDER'S RESPONSIBILITY TO ADVISE THE CITY OF LUBBOCK PURCHASING E-MAIL: /- , //�' e l��f P� Q 1 j �� v ' MANAGER IF ANY LANGUAGE, REQUIREMENTS, ETC., OR ANY COMBINATIONS THEREOF, INADVERTENTLY RESTRICTS OR LIMITS FEDERAL TAX ID NO. OR SOCIAL SECURITY NO. {� THE REQUIREMENTS STATED IN THIS ITB TO A SINGLE SOURCE. SUCH NOTIFICATION MUST BE SUBMITTED IN WRITING AND MUST BE RECEIVED BY THE PURCHASING MANAGER NO LATER THAN FIVE (5) U BUSINESS DAYS PRIOR TO THE ABOVE SUBMITTAL DEADLINE, THE BIDDER HEREBY ACKNOWLEDGES RECEIPT OF AND AGREES ITS BID IS BASED ON ANY ADDENDA POSTED ON RFPDEPOT.COM The City of Lubbock Charter states that no officer or employee of the City can benefit from any contract, job, work or service for the municipality or be interested in the sale to the City of any supplies, equipment, material or articles pure a d Will any officer or employee of the City, or member of their immediate family, benefit from the award of this bid to the above firm? YES, NO IN COMPLIANCE WITH THIS SOLICITATION, THE UNDERSIGNED BIDDER HAVING EXAMINED THE INVITATION TO BID AND SPECIFICATIONS, AND BEING FAMILIAR WITH THE CONDITIONS TO BE MET, HEREBY SUBMITS THE FOLLOWING BID FOR FURNISHING THE MATERIAL, EQUIPMENT, LABOR AND EVERYTHING NECESSARY FOR PROVIDING THE ITEMS LISTED ON THE ATTACHED BID FORM AND AGREES TO DELIVER SAID ITEMS AT THE LOCATIONS AND FOR THE PRICES SET FORTH ON THE BID FORM. AN INDIVIDUAL AUTHORIZED TO BIND THE COMPANY MUST SIGN THE FOLLOWING SECTION. FAILURE TO EXECUTE THIS PORTION MAY RESULT IN BID REJECTION. By my signature I certify that this offer is made without prior understanding, agreement, or connection with any corporation, firm, business entity. or person submitting an offer for the same materials, supplies, equipment, or service(s), and is in all respects fair and without collusion or fraud. I further agree that if the offer is accepted, the offeror will convey, sell, assign, or transfer to the City of Lubbock all right, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Texas for price fixing relating to the particular commodity(s) or service (s) purchas d or a ired by the City of Lubbock. At the City's discretio , su h assignment shall be made and becom ffective at the time the Cit final nt t or. l ✓✓`` Aut rite ' atur Title Print/Tvoe Ifame Date THIS FORM MIDST BE COMPLETED AND RETURNED WITH YOUR RESPONSE. C 'SIG?' REPAIR & AUTO PAINTING J! ` 0'. , OA AVENUE Page 9 of 26 LU 6. S' C K, TX 79424 ITB N08-031-MA , Heavy Vehicle & Equipment Maintenance and Repairs Independent School District, South Plains Association of Governments, City of Texarkana, Texas Tech University, West Texas Municipal Power Agency, Lynn County, and City of Wolfforth. YES NO • If you (the bidder) checked YES, the following will apply: • Governmental entities utilizing lnterlocal Agreements for Cooperative Purchasing with the City of Lubbock will be eligible, but not obligated, to purchase materials/services under the contract(s) awarded as a result of this solicitation. All purchases by governmental entities other than the City of Lubbock will be billed directly to that governmental entity and paid by that governmental entity. City of Lubbock will not be responsible for another governmental entity's debts. Each governmental entity will order their own materials/service as needed. THIS BID IS SUBMITTED BY ��' a corporation organized under the laws of the State of City:_ M/WBE Firm: By Officer or an individual trading as {'h,G l or a partnership pgnsisting Stater Z of the City of SWoman Black American Native American Hispanic American Asian Pacific American Other (Specify) must sign by hand Pleafe/Print Business Telephone Number / �r v FAX: LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS. ITB 908-031-MA , Addendum f I M AACO I C`�U!SION REPAIR & AUTO PAXW y ? 1 GENOA AVENUE LUL.JOCK, TX 79424 lniti4o�i