HomeMy WebLinkAboutResolution - 2005-R0340 - Contract For Wood Grinding - MTD Environmental, L.P. - 07_28_2005Resolution No. 200540340
July 28,`2005
Item 30
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK
THAT the Mayor of the City of Lubbock BE and is hereby authorized and
directed to execute for and on behalf of the City of Lubbock, a Contract for wood
grinding at Caliche Canyon Landfill, by and between the City of Lubbock and MTD
Environmental, L.P. of Odessa, 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 this 28th da
ATTEST:
Reb cca Garza, City Secretary
APPROVED AS TO CONTENT:
erry Ell ook, Director of Solid Waste
APPROVED AS TO FORM:
Jo Knight, Assis ity 9W51mey
gs/ccdocs/res-Contract-MTD Environmental LP
July 18, 2005
r 00005975
CITY OF LUBBOCK
CONTRACT FOR SERVICES
For
Wood Grinding at Caliche Canyon Landfill
Bid No. 05-054-BM
Contract #: 5975
THIS CONTRACT, made and entered into this 28th day of July, 2005, pursuant to a resolution heretofore adopted by the
City of Lubbock, Texas, by and between the City of Lubbock ("City"), and MTD Environmental, L.P., ("Contractor").
WITNESSETH:
WHEREAS, the City of Lubbock duly advertised for bids for Wood Grinding at Caliche Canyon Landfill 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 Wood Grinding at Caliche Canyon Landfill.
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 Wood Grinding at Caliche Canyon Landfill
specifically referred to as Item No. One 1 and more particularly described in the bid submitted by the Contractor
or in the specifications attached hereto.
2. The City promises and agrees to employ, and does employ, the Contractor to cause to be done the work provided
for in this Contract and to complete and finish the same according to the attached specifications, offer, and terms
and conditions contained herein. The City agrees to pay the Contractor according to the payment schedule
attached; said payment schedule does not include any applicable sales or use tax.
3. The Contractor shall perform the work according to the procedure outlined in the specifications and Invitation to
Bid attached hereto and incorporated herein.
4. 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.
2. 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 B or better. The policies will be written on an occurrence basis, subject to the following
minimum limits of liability:
Commercial General (public) Liability insurance, per occurrence, in an amount not less than $1,000,000 and in the
aggregate.
Automotive Liability insurance, per occurrence, in an amount not less than $300,000 combined single limit including
coverage for the following:
Any and all vehicles owned, used or hired
The City of Lubbock, its agents, elected and appointed officials, and employees are to be listed as primary
additional insureds under the policies.
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. Contractor's insurance policies through policy endorsement must include wording,
which states that the policy shall be primary and non-contributing with respect to any insurance carried by the City
of Lubbock. The certificate of insurance described below must reflect that the above working is included in
evidenced policies.
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 #05-054-BM, General
Conditions, Insurance Requirements, 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. ExeAted in triplicate.
CITY OF
Mayor
ATTEST:
Rebecca Garza, City Secretary
APPROVED AS TO FORM:
CONTRACTOR
Authorized Representativ
Address
APPROVED AS TO CONTENT:
��� IL
jer's Representative
ITB#05-054-BM, Wood Grinding at Caliche Canyon Landfill
SUBMIT TO:
..
CITY OF LUBBOCK
CITY OF LUBBOCK, TEXAS
PURCHASINGQVG DEPARTMENT
/�
I
1625 13TH STREET, RM 204
LUBBOCK, TX 79401-3830
AN EQUAL
INVITATION TO BID
CONTACT PERSON:
OPPORTUNITY
Bruce MacNair
EMPLOYER
#05-054-13M
TEL: 806.775.2167
FAX: 806.775.2164
littp://purchasing.ci.lubbock.tx.us
TITLE:
SUBMITTAL DEADLINE:
Wood Grinding at Caliche Canyon Landfill
June 30, 2005 @ 2:00 P.M. CST
PRE BID DATE, TIME AND LOCATION: June 8, 2005 r 11:00
A.M., Solid
Any bids received after the lime and dale listed above, raga►drew ojrhe
Waste Conference Room, 208 Municipal Drive. Lubbock, TX
mode ofdeffm7. shall be returned unopened
RESPONDENT NAME:
LABEL THE OUTSIDE OF YOUR SEALED BID WITH TIIE ITB NUMBER,
TD
THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND
ADDRESS.
MAILING ADDRESS:
IF RETURNING AS A "NO BID", PLEASE COMPLETE AND RETURN THE
PO &tX I ? 39
"STATEMENT OF NO BID".
CITY —STATE —ZIP:
THE CITY OF LUBBOCK RESERVES THE RIGHT TO ACCEPT OR REJECT
clvs,so X i ,
ANY AND ALL BIDS IN WHOLE OR IN PART AND WAIVE ANY
INFORMALITY IN THE COMPETITIVE DID PROCESS. FURTHER THE CITY
TELEPHONE NO:
32 _ _ O (�
RESERVES THE RIGHT TO ENTER INTO ANY CONTRACT DEEMED TO BE
IN THE BEST INTEREST OF THE CITY.
IT IS THE INTENT AND PURPOSE OF THE CITY OF LUBBOCK THAT THIS
FAX NO:
H 32 2- 7 2- 140 2 3
REQUEST PERMITS COMPETITIVE BIDS. IT IS THE BIDDER'S
RESPONSIBILITY TO ADVISE THE CITY OF LUBBOCK PURCHASING
E-MAIL:
/�
- meoQ, M rpENvzw mcNNTnL. CvM
MANAGER IF ANY LANGUAGE, REQUIREMENTS, ETC., OR ANY
COMBINATIONS THEREOF, INADVERTENTLY RESTRICTS OR LIMITS
FEDERAL TAX 1D NO. OR SOCIAL SECURITY NO.
THE REQUIREMENTS STATED IN THIS ITB TO A SINGLE SOURCE. SUCH
NOTIFICATION MUST BE' SUBMITTED IN WRITING AND MIDST BE
RECEIVED BY THE PURCHASING MANAGER NO LATER THAN FIVE (5)
7
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 die City of any supplies, equipment, material or articles purchased. Will any officer or employee of the City, or member of their
immediate family, benefit from the award of this bid to the above finnT YES NO
IN,COMPLIANCE WITH THIS SOLICITATION, THE UNDERSIGNED BIDDER HAVING EXAMINED THE INVITATION TO DID 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 131D
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) purchased or acquired by the City of Lubbock. At the City's discretion, such assignment shall be made and become effective at
the time the City/tenders final
payment to the
/vendor.
AuWoraed Slgnalure Title
Tlar ll�i�►Z C r1P�D TuE 27, ?_voS
Prinu Type Name Date
THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR RESPONSE.
ITB#OS-054BM.doc 1 *
ORIGIN
116#05-054-BM, Wood Grinding at Calichc Canyon Landfill
BID FORM
Wood Grinding at Callche Canyon Landfill
CITY OF LUBBOC& TEXAS
ITB #05-054-BM
In compliance with the Invitation to Bid #054k54-BM, the undersigned Bidder having examined the Invitation to Bid and Specifications, and being
familiar with the conditions to be met, hereby submits the following Bid for furnishing the material, equipment, labor and everything necessary for
providing the items listed below and agrees to deliver said items at the locations and for the prices set forth on this form. The invitation to Bid #05-054-
BM is by reference incorporated in this contract The Bid Form must be completed in blue or black ink or by typewriter.
UNIT OF
DESCRIPTION
Lump Sum
ITEM
QTY
MEASURE
Cost
LS
Grinding of wood type materials, in accordance with attached
1
I
100,000 cubic
specifications, to produce a finished product size that is uniformly
S t i
I C, �- C [. t
graded and passes through a 2-inch x 2-inch screen.
I
yards +/ -
PAYMENT TERMS AND DISCOUNTS - Bidder offers a prompt payinent discount of I _%, net 10 calendar days. Discounts will not be
considered In determining tow bid. Unless otherwise indicated on the Bid Form, payment temu 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 lite date of acceptance that neets contract regniremcnts, whichever event occurs later. Discounts for payment in less than ten days
will not be considered.
1NTERLOCAL PURCHASING (opriondl): 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 intedoal purchasing agreements as provided for by the Interlocal Cooperation Act (Chapter
791, Government Code), the right to purchase the same services, at the prices quoted, for the period of this contract Each bidder shall indicate on the Bid
Form in the space provided below if he/she will honor Political Subdivision orders in addition to orders from the City of Lubbock. Should these other
governmental entities decide to participate in this contract, would you (the bidder) agree that all terms, conditions, specifications, and pricing would apply?
Other governmental entities that might have Interests in this contract are Frembip independent School District, Lubbock Housing Authority,
Lubbock County, Lubbock County Hospital District, Lubbock Independent School District, South Plains Association or Governments, City of
Texarkan eras 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:
• Govcm=ntal entities utilizing Intcrdocal 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 rs ✓: rs, n tee, t �. h� ( L ��. a corporation organized under the laws of the State of
IC XA:, or a partnership consisting of or an individual trading as
of the City of
Firm: r i n tI t ^� r(+� vr. C v1 "t C� < L • ;
Address: �, li 17r. K
City: C�I�CSS EJ State: x "Lip
M1I/WBE Firm: Woman 1 Black American Nativ
Hispanic American Asian Pacific American Other
By
--� Authorized Representative - muss sign by hand
Officer Name and "1'itic (/t /!t `y C t `)
Please Prim
Business Telephone Number q 3 Z ..-) ZJ - c/V i Z FAX: y j Z -.2 7.2 - qPZ 3
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND
TIME, AND YOUR COMPANY NAME AND ADDRESS.
ITB#05-054-BM.doc
ORIGINAL
ITB#05-054-BM, Wood Grinding at Cali0c Canyon Landfill
Wood Grinding at Caliche Canyon Landfill
CITY OF LUBBOCK, TEXAS
ITB # 05-054-BM
THE CITY OF LUBBOCK APPRECIATES YOUR TIME AND EFFORT IN PREPARING YOUR BID. ALL
BIDDERS SHOULD FAMILIARIZE THEMSELVES WITH THE FOLLOWING INSTRUCTIONS TO
BIDDERS, GENERAL CONDITIONS, AND ATTACHED SPECIFICATIONS.
1. INSTRUCTIONS TO BIDDERS
BID DELIVERY, TIME & DATE
1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish Wood Grinding at
Caliche Canyon Landfill per the attached specifications. Sealed bids will be received no later than 2:00
p.m. CST, June 30, 2005, if date/time stamped on or before 2:00 p.m. at the office listed below. Any bid
received after the date and hour specified will be rejected and returned unopened to the bidder. EACH
BID AND SUPPORTING DOCUMENTATION MUST BE IN A SEALED ENVELOPE OR
CONTAINER PLAINLY LABELED IN THE LOWER LEFT-HAND CORNER: "ITB #05-054-
BM, WOOD GRINDING AT CALICHE CANYON LANDFILL " AND THE BID OPENING
DATE AND TIME. BIDDERS MUST ALSO INCLUDE THEIR COMPANY NAME AND
ADDRESS ON THE OUTSIDE OF THE ENVELOPE OR CONTAINER. Bids must be addressed
to:
Victor Kilman, Purchasing Manager
City of Lubbock
1625 13th Street, Room 204
Lubbock, Texas 79401
1.2 Bidders are responsible for making certain bids are delivered to the Purchasing Department. Mailing of a
bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand
deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. The City of
Lubbock assumes no responsibility for errant delivery of bids, including those relegated to a courier
agent who fails to deliver in accordance with the time and receiving point specified.
1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier
service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic
transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. The Bid Form
must be completed in blue or black ink or by typewriter.
1.4 Bids may be withdrawn prior to the above scheduled time set for closing of the bids. Bids CANNOT be
withdrawn, altered, or amended after bid closing. Alteration made before bid closing must be initiated by
bidder guaranteeing authenticity.
1.5 The City of Lubbock reserves the right to postpone the date and time for opening bids through an
addendum.
PRE -BID MEETING
2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda
as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting
will be held at 11:00 a.m-. June 8. 2005. in the Solid Waste Conference Room, 208 Municipal Drive,
Lubbock. Texas. All persons attending the conference will be asked to identify themselves and the
prospective bidder they represent.
2.2 it is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The
City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do
not attend the pre -bid meeting.
2.3 The City of Lubbock does not,discriminate against person with disabilities. City of Lubbock pre -bid
meetings are available to all persons regardless of disability. If you would like information made
IT13#05-054-13M.doc 3 ORIGINAL
IT3ll05-054-BM, Wood Grinding at Calichc Canyon Landfill
available in a more accessible format or if you desire assistance, please contact the City of Lubbock ADA
Coordinator, 1625 13th Street, (806) 775-2018 at least forty-eight (48) hours in advance of the
conference.
3 CLARIFICATION OF REQUIREMENTS
3.1 It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It is the
bidder's responsibility to advise the City of Lubbock Purchasing Manager r if any language, requirements,
etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a
single source. Such notification must be submitted in writing and must be received by the Purchasing
Nianager no later than five (5) business days prior to the bid closing date. A review of such notifications
will be made.
3.2 ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING
THIS INVITATION TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN
FIVE (5) BUSINESS DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO:
Bruce MacNair, Senior Buyer
City of Lubbock
1625 13" Street
Lubbock, Texas 79401
Fax: (806) 775-2164
RFPDepot: http://wNvw.RFPdcpot.com
ADDENDA & MODIFICATIONS
4.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over
the Internet at http://www.RFPdepot.coin. We strongly suggest that you check for any addenda a
minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT
INTERNET ACCESS may use computers available at most public libraries.
4.2 Any offeror in doubt as to the true meaning of any part of the ITB or other documents may request an
interpretation thereof from the Purchasing Department. At the request of the offeror, or in the event the
Purchasing Department deems the interpretation to be substantive, the interpretation will be made by
written addenda issued by the Purchasing Department. Such addenda issued by the Purchasing
Department will be available over the Internet at http://www.RFPdel2ot.com and will become part of the
proposal package having the same binding effect as provisions of the original ITB. No verbal
explanations or interpretations will be binding. In order to have a request for interpretation considered,
the request must be submitted in writing and must be received by the City of Lubbock.
4.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of
Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only
information supplied by the City in writing or in this ITB should be used in preparing bid responses. All
contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees,
or representatives of the City and any information that may have been read in any news media or seen or
heard in,any communication facility regarding this bid should be disregarded in preparing responses.
4.4 The City does not assume responsibility for the receipt of any addendum sent to bidders.
5 EXAMINATION OF DOCUMENTS AND REQUIREMENTS
5.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all
requirements prior to submitting a bid to ensure that the goods and/or services being bid meet the intent
of these specifications.
5.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations
that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to
Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to
comply, in every detail, with all provisions and requirements of the Invitation to Bid.
I1'B#05-054-BM.doc 4 ONGINAL
1TB#05-051-BM, Wood Grinding at Caliche Canyon Landfill
BID SUBMITTAL
6.1 BIDDERS MUST SUBMIT THE ORIGINAL AND ONE COPY OF THE SEALED BID TO THE
PURCHASING DEPARTMENT PRIOR TO RESPONSE DUE DATE/TIME. FAILURE TO
SUBMIT THE ADDITIONAL COPY MAY RESULT IN THE BID BEING DECLARED
UNRESPONSIVE TO SPECIFICATION AND MAY NOT BE FURTHER EVALUATED. The
original must be clearly marked "ORIGINAL" and the copy must be clearly marked "COPY".
6.2 Bids must be submitted on the Bid Form and the Bidder must sign and date their bid in the space
provided. Identify the item bid, including brand name and model number, if applicable. Enter unit price,
extended cost, and delivery days in the columns provided. In the event of discrepancies in extension, the
unit price shall govern. THE BID FORM MUST BE COMPLETED IN BLUE OR BLACK INK OR
BY TYPEWRITER.
6.3 The City is exempt from Federal Excise, State Sales and Transportation taxes. TAX MUST NOT BE
INCLUDED IN BID. Tax exemption certificates will be executed by the Purchasing Manager upon
request.
6.4 Any information regarding warranties and/or maintenance agreements pertaining to said bid item(s) are
to be included in the bid.
6.5 Bids will not be considered unless bid F.O.B. delivered and include all delivery and packaging costs.
The number of calendar days required to place the materials in the City's receiving point under normal
conditions must be shown on the Bid Form. DO NOT quote shipping dates. Failure to indicate delivery
days on the Bid Form will obligate Bidder to complete delivery in two weeks. A minimum of five days
better delivery will automatically break a tie bid. Unrealistically short or undue long delivery promises
may cause bid to be disregarded. Consistent failure of a bidder to meet delivery promises without a valid
reason may cause removal from the bid list.
6.6 Bid prices must be firm for a minimum period of sixty (60) days. Bids subject to price increases will not
be considered.
6.7 All bids, responses, inquiries, or correspondence relating to or in reference to this ITB, and all reports,
charts, and other documentation submitted by bidders shall become the property of the City of Lubbock
when received.
6.8 If there are any additional charges of any kind, other than those mentioned above, specified or
unspecified, offeror MUST indicate the items required and attendant costs or forfeit the right to payment
for such items.
6.9 LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING
DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS.
7 ' BID PREPARATION COSTS
7.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the
preparation and submission of a bid. Also, should a bidder bid an alternate, any test costs to prove
equality of product will be at the expense of the bidder, not the City of Lubbock.
7.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or
equipment.
7.3 All costs related to the preparation and submission of a bid shall be paid by the bidder.
TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION
ACT
8.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision,
including trade secrets and commercial or financial information, clearly identify those portions.
8.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline
to release such information initially, but please note that the final determination of whether a particular
portion of your bid is in fact a trade secret or commercial or financial information that may be withheld
from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction.
1T13#05-05413M.doc 5
ORIGINAL
ITB#05-054-BM, Wood Grinding at Catichc Canyon landfill
In the event a public information request is received for a portion of your bid that you have marked as
being confidential information, you will be notified of such request and you will be required to justify
your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the
Government Code. In the event that it is determined by opinion or order of the Texas Attorney General
or a court of competent jurisdiction that such information is in fact not privileged and confidential under
Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such
information will be made available to the requester.
8.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY iLNJ in conformance with the Texas Open
Records Act.
LICENSES, PERMITS, TAXES
;.I The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder
is or may be required to pay.
10 HISTORICALLY UNDERUTILIZED BUSINESS (HUB) REQUIREMENTS
10.1 The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this
[TB, Historically Underutilized Businesses (HUB's) will be afforded equal opportunities to submit bids
and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in
consideration of an award.
10.2 A HUB is defined as a small business concern which is at least 51% owned and controlled by one or
more socially and economically disadvantaged individuals, or in the case of any publicly owned business,
at least 51% of the stock of which is owned by one ore more socially and economically disadvantaged
individuals. Socially and economically disadvantaged include Women, Black Americans, Hispanic
Americans, Native Americans, Asian -Pacific Americans, and Asian -Indian Americans.
1 I CONFLICT OF INTEREST
11.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement
with any employee, official or agent of the City of Lubbock.
11.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not
offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of
special treatment, advantage, information, recipient's decision; opinion, recommendation, vote or any
other exercise of discretion concerning this bid.
12 AUTHORIZATION TO BIND SUBMITTER OF BID
12.1 Bids must show vendor name and address of bidder. Bids must be manually signed by an officer of the
company authorized to bind the submitter to its provisions. Person signing bid must show title or
AUTHORITY TO BIND THEIR FIRM IN A CONTRACT. Failure to manually sign bid will disqualify
it.
12.2 The bid submitted by the bidder shall become an integral part of the contract between the City and the
Bidder and the representations, covenants, and conditions therein contained shall be binding upon the
person, firm or corporation executing the same.
13 BID AWARD
13.1 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides goods
or services at the best value for the City of Lubbock. In determining the best value for the City of
Lubbock, the City may consider:
a) The purchase price;
b) The reputation of the of the bidder and of the bidder's goods or services;
c) The quality of the bidder's goods or services;
d) The extent to which the goods or services meet the City's needs;
e) The bidder's past relationship with the City;
UB#05-054-BM.doc 6
ORIGINAL
14
15
IT13#05-054-8M, Wood Grinding at Caliche Carryon Landfill
f) The impact on the ability of the City to comply with laws and rules relating to contracting with
Historically Underutilized Businesses and non-profit organizations employing persons with
disabilities;
g) The total long-term cost to the City to acquire goods or services; and
h) Any relevant criteria specifically listed in the Invitation to Bid.
13.2 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to
waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole
discretion. Unless otherwise specified herein, the City may award the bid for any item or group of items
shown on the Bid Form.
13.3 All bids are evaluated for compliance with specifications before the bid price is considered. Failure to
comply with the listed General Conditions may result in disqualification of bid.
13.4 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding on any
commodity could be cause for rejection of bids by the City of Lubbock and/or investigation by the
Attorney General to determine possible Anti -Trust violations.
13.5 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than
lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder
would be required to underbid the nonresident bidder in the nonresident bidders' home state.
13.6 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the
State of Texas and under the laws of the State of Texas. 1n connection with the performance of work, the
Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all
other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the
same may be applicable.
13.7 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY
AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR
PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY
THE REQUIREMENTS OF THIS INVITATION TO BID.
13.8 Responsible Bidder Criteria: The City shall consider only responsible Bidders. Responsible Bidders are
those that have, in the sole judgment of the City, the financial ability, experience, resources, skills,
capability, reliability and business integrity necessary to perform the requirements of the contract. The
City may also consider references and financial stability in determining a responsible Bidder.
13.9 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. 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.
EQUAL EMPLOYMENT OPPORTUNITY
14.1 Bidder agrees that it will not discriminate in hiring, promotion, treatment, or other terms and conditions
of employment based on race, sex, national origin, age, disability, or in any way violative of Title VII of
1964 Civil Rights Act and amendments, except as permitted by said laws.
SPECIFICATIONS
15.1 Any catalog, brand name or manufacturees reference in the specifications is descriptive and NOT
restrictive, and is used to indicate type and quality level desired. Bids on brands of like nature and
quality may be considered unless specifically excluded.
15.2 If bidding on other than reference or specifications, bid must show manufacturer, brand, trade name,
catalog and/or lot number, etc., on article offered and certify article offered is equivalent to
specifications. If other than specified brand of items are offered, specifications, catalog sheets,
illustrations and complete descriptive literature must be submitted with bid.
15.3
1T13#05-054-13M.doc
Bidders taking exception to any part or section of the specifications shall indicate such exceptions on the
specifications. Failure to indicate any exception will be interpreted as the bidder's intent to comply fully
ORIGINAL
ITB#05-054-BM, Wood Grinding at Cal iche Canyon landfill
with the requirements as written. Conditional or qualified bids, unless specifically allowed, shall be
subject to rejection in whole or in part.
15.4 Minor deviations from written specifications shall not necessarily disqualify a vendor's bid. The City of
Lubbock specification committee will be the sole determiner of what constitutes a minor deviation. The
City has the right to waive minor defects or variations of a bid from the exact requirements of the
specifications that do not affect the price, quality, quantity, delivery, or performance time of services
being procured.
15.5 The City may deem it necessary to specify Approved Brands after conclusive testing, prior usage or
standardization. The City may test any sample(s), supplied free of charge, to qualify for the Approved
Brand list. Each sample must be marked with bidder's name and address. At bidder's request and
expense, the sample(s) not destroyed or used in examinations and testing will be returned.
15.6 When specifications call for samples to be submitted, samples must be delivered by the bidder, at bidder's
expense, to the Purchasing Manager no less than seven days prior to the opening of bids. Each sample
must be clearly tagged to show bidder's name and address, item number, and the name of the item being
substituted. The name of the manufacturer and brand name, technical data, intended use, and other
pertinent data for product evaluation must accompany each sample.
16 QUALIFICATIONS OF BIDDERS
16.1 The Bidder may be required before the award of any contract to show to the complete satisfaction of the
City of Lubbock that the Bidder or his Subcontractor has the necessary facilities, ability, and financial
resources to provide the service specified therein in a satisfactory manner. The Bidder may also be
required to give a past history and references in order to satisfy the City of Lubbock in regard to the
Bidder's or his Subcontractor's qualifications.
16.2 The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the
ability of the Bidder or his Subcontractor to perform the work, and the Bidder shall furnish to the City of
Lubbock all information for this purpose that may be requested. The City of Lubbock reserves the right
to reject any bid if the evidence submitted by, or investigation of, the Bidder fails to satisfy the City of
Lubbock that the Bidder or his Subcontractor is properly qualified to carry out the obligations of the
contract and to complete the work described therein. Evaluation of the Bidder's or his Subcontractor's
qualifications shall include:
a) The ability, capacity, skill, and financial resources to perform the work or provide the service
required;
b) The ability of the Bidder or his Subcontractor to perform the work or provide the service promptly or
within the time specified, without delay or interference;
c) The character, integrity, reputation, judgment, experience, and efficiency of the Bidder or his
Subcontractor;
d) The quality of performance of previous contracts or services.
17 ANTI -LOBBYING PROVISION
17.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD,
BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY
DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL
OR CITY STAFF EXCEPT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS,
INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY.
17.2 This provision is not meant to preclude bidders from discussing other matters with City Council members
or City staff. This policy is intended to create a level playing field for all potential bidders, assure that
contract decisions are made in public, and to protect the integrity of the bid process. Violation of this
provision may result in rejection of the bidder's bid.
IT8#05-054DM.doc 8
NAL
ORIGI
ITB#05-054-BM, Wood Grinding at Caliche Canyon Landfill
18 BONDS, INSURANCE AND INDEMNITY
18.1 No bonds are required to be submitted with this bid.
18.2 The successful bidder shall meet the minimum insurance requirements as defined in Section 11. A City of
Lubbock Insurance Requirement Affidavit completed by the bidder's insurance agent/broker(s) must
accompany each bid.
18.3 The successful bidder agrees to indemnify, defend, keep and save harmless the City, its agents, officials
and employees, against all injuries, deaths, loss, damages, claims, patent claims, suits, liabilities,
judgments, costs and expenses, which may in anywise arise or accrue against the City in consequence of
the granting of the contract or which may anywise result there from, whether or not it shall be alleged or
determined that the act was caused through negligence or omission of the Contractor or its employees, or
of the subcontractor or assignee or its employees, if any, and the Contractor shall, at his own expense,
appear, defend and pay all charges of attorneys and all costs and other expenses arising there from or
incurred in connection therewith, and, if any judgment shall be rendered against the City in any such
action, the Contractor shall, at its own expenses, satisfy discharge the same. Contractor expressly
understands and agrees that any bond required by the contract, or otherwise provided by Contractor, shall
in no way limit the responsibility to indemnify, keep and save harmless and defend the City as herein
provided.
19 UTILIZATION OF LOCAL BUSINESS RESOURCES
The City desires, as much as practicable, to stimulate growth in all sectors of the local business community.
Bidders are strongly encouraged to explore and implement methods for the utilization of local resources.
20 PROTEST
20.1 All protests regarding the bid solicitation process must be submitted in writing to the City Purchasing
Manager within five (5) business days following the opening of bids. This includes all protests relating to
advertising of bid notices, deadlines, bid opening, and all other related procedures under the Local
Government Code, as well as any protest relating to alleged improprieties with the bidding process.
This limitation does not include protests relating to staff recommendations as to award of this bid.
Protests relating to staff recommendations may be directed to the City Council by contacting the
Executive Assistant to the City Council.
All staff recommendations will be made available for public review prior to consideration by the City
Council as allowed by law.
20.2 FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A WAIVER
OF ANY PROTEST.
The City of Lubbock is aware of the time and effort you expend in preparing and submitting bids to the City. Please let us
know of any bid requirement causing you difficulty in responding to our Invitation to Bid We want to facilitate your
participation so that all responsible vendors can compete for the Citys business. Awards should be made approximately
two to six weeks after they opening date. 1f you have any questions, please contact the City of Lubbock Purchasing
Manager at (806) 775-2165.
1TB#05-054-BM.doc 9
ORIGINAL
iT13#05-054-13M, Wood Grinding at Caliche Canyon Landfill
Wood Grinding at Caliche Canyon Landfill
CITY OF LUBBOCK, TEXAS
ITB #05-054-BM
11. INSURANCE
SECTION A. Prior to the approval of this contract by the City, the Contractor shall furnish a completed Insurance
Certificate, along with a copy of the additional insured endorsement, to the City which shall be completed by an agent
authorized to bind the named underwriter(s) to the coverages, limits, and termination provisions shown thereon, and which
shall furnish and contain all required information referenced or indicated thereon. THE CITY SHALL HAVE NO DUTY
TO PAY OR PERFORM UNDER THIS CONTRACT UNTIL SUCH CERTIFICATE SHALL HAVE BEEN
DELIVERED TO THE CITY.
INSURANCE COVERAGE REQUIRED
SECTION B. 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.
SECTION C. Subject to the Contractor's right to maintain reasonable deductibles in such 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):
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 this 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 Accident 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.
Commercial General (public) Liability — Contractor's insurance shall contain broad form contractual liability with a
combined single limit of a minimum of $1,000,000 each occurrence and in the aggregate.
Automotive Liability — Contractor's insurance shall contain a combined single limit of at least $300,000 per occurrence,
and include coverage for, but not limited to the following:
Any and all vehicles owned, used or hired
ADDITIONAL POLICY ENDORSEMENTS
Contractor agrees to waive its right of recovery against the City of Lubbock for all claims and suits against the City of
Lubbock, which are or may be covered by the above -described insurance coverages. Contractor. in addition, its insurers,
through policy endorsement, waive their right of subrogation against the City of Lubbock for all claims and suits. The
certificate of insurance must reflect waiver of subrogation endorsement. Contractor further waives its right of recovery, and
its insurers also waive their right of subrogation against the City of Lubbock for loss of its owned or leased property under
its care, custody, or control. Contractor's insurance policies through policy endorsement must include wording, which
states that the policy shall be primary and non-contributing with respect to any insurance carried by the City of Lubbock.
The certificate of insurance must reflect that the above wording is included in evidenced policies. All policies required
above (excluding Workers' Compensation) shall include a severability of interest endorsement and shall name the City as
iT13005-054-13M.doc 10
ORIGINAL
IT13#05-054-13M, Wood Grinding at Caliche Carryon Landfill
primary additional insured with respect to work performed under this agreement. Sever -ability of interest naming the City
of Lubbock, as primary additional insured shall be indicated on the certificate of insurance.
The City shall be entitled, upon request, and without expense, to receive copies of the policies 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.
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:
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;
Provide for 30 days notice to the City for cancellation, noarenewal, or material change;
Provide for notice to the City at the address shown below by registered mail;
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;
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.
All copies of the Certificates of Insurance shall reference the project name or bid number for which the insurance is being
supplied.
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:
Victor Kilman - Purchasing Manager
City of Lubbock
1625 136' Street, Room 204
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.
IT61105-054-RM.doc I 1
ORIGIA
IT13#05-054-13M, Wood Grinding at Caliche Canyon Landfill
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Bidder
And Attached to Bid Submittal
I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been
reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of
Lubbock, I will be able to, within ten (10) days after being notified of such award by the City of Lubbock,
furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal.
Contractor (Signatur Contractor (Print)
CONTRACTOR'S NAME: YYL�� k y+N ry r� ►�n t r.'�c� L C"
(Print or Type)
CONTRACTOR'S ADDRESS:. p2c 13i
f4WC.sIA . I e )sA-, 7 76 9
Name of Agent/Broker:
Address ofAgentBroker: �.0 ,�r�wc.r- S // 8-'
City/State/Zip: L o.�o,.� t L A Il S -7
Agent/Broker Telephone Number: ( 3 7 ) J bl'?A, G
Date: to 2 3 o 5-
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this bid/proposal and
award the contract to another contractor. If you have any questions concerning these requirements,
please contact the Purchasing Manager for the City of Lubbock at (806) 775-2165.
frl3#05-054-13M.doc 12
ORGINAL
ITBNOS-054-BM, Wood Grinding at Caliche Canyon landfill
III. GENERAL CONDITIONS
•*•* PLEASE READ CAREFULLY **••
These General Conditions apply to all bids and become a part of the terms and conditions of any bid submitted. The City
shall mean the City of Lubbock.
Requirements Contract: During the period of the contract, the Contractor shall provide all the services described in the
contract. The Contractor understands and agrees that this is a requirements contract and that the City shall have no
obligation to the Contractor if no services are required. Any quantities that are included in the scope of work reflect
the current expectations of the City for the period of the contract. The amount is only an estimate and the Contractor
understands and agrees that the City is under no obligation to the Contractor to buy any amount of the services as a
result of having provided this estimate or of having any typical or measurable requirement in the past. The Contractor
further understands and agrees that the City may require services in an amount less than or in excess of the estimated
annual contract amount and that the quantity actually used, whether in excess of the estimate or less than the estimate,
shall not give rise to any claim for compensation other than the total of the unit prices in the contract for the quantity
actually used. In making its bid hereunder, the Contractor expressly recognizes the rights of the City provided herein,
and further recognizes that the Contractor shall have no claims against the City for anticipated profits for the quantities
called for, diminished or deleted.
Nonapproeriation: 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 nonappropriation 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
thirty (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.
Invoices: Contractor shall submit separate invoices, in duplicate, on each purchase order or purchase release after each
delivery. Invoices shall indicate the purchase order or purchase release number and the supply agreement number if
applicable. Invoices shall be itemized and transportation charges, if any, shall be listed separately. A copy of the bill
of lading, and the freight waybill when applicable, shall be attached to the invoice. Mail to Accounts Payable, City of
Lubbock, P.O. Box 2000, Lubbock, Texas 79457. Payment shall not be due unless and until the Contractor shall not
be in default under the terms of the contract, and until the above instruments are submitted after delivery. CITY MAY
MAKE PAYMENTS FOR PURCHASES UNDER THIS CONTRACT USING THE CITY'S MASTERCARD
PURCHASING CARD (PCARD). THE SELLER AGREES TO ACCEPT PCARD PAYMENTS WITHOUT ANY
ADDITIONS OR SURCHARGES.
4 No Warranty By The Ci!y Against Infringements: As part of the contract for sale, Contractor agrees to ascertain
whether goods manufactured in accordance with the specifications attached to the contract will give rise to the rightful
claim of any third person by way of infringement of the like. The City makes no warranty that the production of goods
according to the specification will not give rise to such a claim, and in no event shall The City be liable to Contractor
for indemnification in the event that Contractor is sued on the grounds of infringement or the like. If Contractor is of
the opinion that an infringement or the like will result, he will notify the City to this effect in writing within two weeks
after the signing of the contract. If the City does not receive notice and is subsequently held liable for the infringement
or the like, Contractor will save The City harmless. If Contractor in good faith ascertains the production of the goods
in accordance with the specifications will result in infringement or the like, the contract shall be null and void.
5 Material Safety Data Sheets: Contractor shall provide Material Safety Data Sheets (MSDS) for all chemicals to comply
with provisions of the Texas Hazard Communication Act, Title 6, Subchapter D, Chapter 502, Texas Health and
Safety Code Ann. (This Act is corollary to OSHA Standard 29 CRF 1910.1200, which is generally known as the
Right to Know Law.)
6 Gratuities: The City may, by written notice to the Contractor, cancel the contract or purchase order without liability to
Contractor if it is determined by the City that gratuities, in the form of entertainment, gifts or otherwise, were offered
or given by the Contractor, or any agent or representative of the Contractor, to any officer or employee of the City of
Lubbock with a view toward securing a contract or securing favorable treatment with respect to the awarding or
1TB#05-054-8M.doc U
ORIGINAL
ITBM05-054BM, Wood Grinding at Caliche Canyon Landfill
amending, or the making of any determinations with respect to the performing of such a contract. In the event the
Contract is canceled by the City pursuant to this provision, the City shall be entitled, in addition to any other rights and
remedies, to recover or withhold the amount of the cost incurred by Contractor in providing such gratuities.
7 Force Maieure: Neither party shall be held responsible for losses or damages hereunder, if the fulfillment of any terms
of provisions of the contract is delayed or prevented by strike, walkouts, acts of God, or public enemy, fire, or flood.
8 Assignment-Dele a> lion: No right or interest in the contract shall be assigned or delegation of any obligation made by
Contractor without the written permission of the City. Any attempted assignment or delegation by Contractor shall be
wholly void and totally ineffective for all purposes unless made in conformity with this paragraph.
9 Waiver: No claim or right arising out of a breach of the contract can be discharged in whole or in part by a waiver or
renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing
signed by the aggrieved party.
10 Right To Assurance: Whenever one party to the contract in good faith has reason to question the other parry's intent to
perform he may demand that the other party give written assurance of this intent to perform. In the event that a
demand is made and no assurance is given within five (5) days, the demanding party may treat this failure as an
anticipatory repudiation of the Contract.
I I Unsatisfactoa Work: If, at any time during the contract term, the service performed or work done by the Contractor is
considered by the City to create a condition that threatens the health, safety, or welfare of the community, the
Contractor shall, on being notified by the City, immediately correct such deficient service or work. In the event the
Contractor fails, after notice, to correct the deficient service or work immediately, the City shall have the right to order
the correction of the deficiency by separate contract or with its own resources at the expense of the Contractor.
12 Time: It is hereby expressly agreed and understood that time is of the essence for the performance of the contract and
failure by Contractor to meet the time specifications of the contract will cause Contractor to be in default of the
contract.
13 Silence of Specification: The apparent silence of specifications as to any detail, or the apparent omission from it of a
detailed description concerning any point, shall be regarded as meaning that only the best commercial products and
practices are to prevail and that only material and workmanship of the finest quality are to be used. All interpretations
of the specifications in this bid shall be made on the basis of this statement. The items furnished under this contract
shall be new, unused, of the latest product in production to commercial trade, and shall be of the highest quality as to
materials used and workmanship. Manufacturer furnishing these shall be experienced in design and construction of
such items and shall be an established supplier of the item bid.
ITBM05-054-BM.doc 14
OiMr,71NAL
lT13ri05-054-13M, Wood Grinding at Caliche Canyon Landfill
Wood Grinding at Caliche Canyon Landfill
CITY OF LUBBOCK, TEXAS
ITB #05-054-BM
IV. Contract Specifications
The City of Lubbock is soliciting bids for the grinding of wood, brush, limbs, and stumps at the City of Lubbock Landfill.
1.0 SCOPE OF WORK
1.1 Contractor will provide all equipment, labor, materials, and supplies necessary for the grinding of wood,
brush, limbs, and stumps located at the City of Lubbock Landfill composting facility at 8425 North
Avenue P, Lubbock, Texas. The grinding shall be completed within forty (40) working days from the
date specified in the Notice to Proceed, issued by the City of Lubbock The contractor shall stockpile all
ground material on site as directed by the City of Lubbock Landfill Manager. The material to be ground
must be bid based on producing a finished material, uniformly graded and passing through a two-inch by
two-inch screen. Bidders must provide a Lump Sum price to process several stockpiles located within a
twenty (20) acre area at the landfill. The estimated quantity of wood -waste to be ground is + / - 100,000
cubic yards.
1.2 Contractors are urged to visit the City of Lubbock Landfill at 8425 North Avenue P, Lubbock, Texas and
inspect the material to be ground. Bidders must supply, as a sample of the finished product, a volume of
ten gallons of comparable material, ground to these specifications, not later than the bid due date and
time.
2.0 LENGTH OF SERVICE
2.1 This is a one-time grinding service.
3.0 MATERIAL AND VOLUME
3.1 The City of Lubbock Landfill currently accepts 5700 tons of yard -waste and clean wood -waste material
per year for grinding. The majority of this material will be brush, tree trimmings, and stumps with some
pallets, plywood, and other lumber. Both the City of Lubbock and the contractor will measure the
calculated volume of the stockpile. Bidders are responsible for verifying the stockpile volumes. If
contractor disputes the City's estimated volume, an independent surveyor will be retained to provide an
accurate volume of material processed. The surveyor's volume will be the basis for settling any disputed
volume and will be used for establishing payment to the contractor.
4.0 PRICING
4.1 The Lump Sum processing price must include all contractor costs, including mobilization and
demobilization.
1TB#05-054-BM.doc 15
ORIGINAL
1TB#05-054-BM, Wood Grinding at Calicbc Canyon Landfill
CITY OF LUBBOCK, TEXAS
STATEMENT OF NO BID
The City of Lubbock is very conscious and extremely appreciative of the time and effort you expend in preparing and
submitting bids to the city. If you do not intend to bid on this requirement, please complete and return this form prior to
date shown for receiut of bid to: Victor Kilman, Purchasing Manager, City of Lubbock, P.O. Box 2000, Lubbock, Texas
79457.
We, the undersigned, have declined to bid on your ITB # 05-0.54-BM for the following reason(s):
Specifications too "tight", i.e. geared toward one brand or manufacturer only. (Please explain reason below)
Specifications unclear. (Please explain below)
Insufficient time to respond to Invitation to Bid.
We do not offer this productls or equivalent. (If you wish to remain on bidders list for other commodities and/or
services, please state particular product and/or service under which you wish to be classified.)
Our product schedule would not permit us to perform.
Unable to meet specifications.
Job too large.
Job too small.
Cannot provide required bonding.
Cannot provide required insurance.
Bidding through dealer.
Do not wish to do business with the City of Lubbock. (Please explain below)
Other (Please speck below)
RE MA
Company Name:
Address:
City:
Contact Name:
Business Telephone Number.
Internet Address:
Company's Internet Web Page
ITB#05-054-BM.doc
16
State: Zip
Title:
FA X:
,�R1GlNAL
IT13#05-054-13M, Wood Grinding at Caliche Carryon Landfill
SUSPENSION .AND DEBARMENT CERTIFICATION
Federal Law (A-102 Common Rule and OMB Circular A -I 10) 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.
COMPANY NAME: MT�E n ✓,'r in r v►ne- r% Act-i
Signature of Company Offic
Date Signed:
Printed name of company official signing above:-- led l (1 c
1T13#05-054-13M.doc 17
ORIGIM
ITBd05-0541310, Wood Grinding at Caliche Canyon Landfill
CITY OF LUBBOCK
NON -COLLUSION AFFIDAVIT
STATE OF TEXAS
ss
LUBBOCK COUNTY
---T� d Ic k1 t �" being first duly sworn, on his/her oath,
says that the bid abo4!sbbmitted is a genuine and not a sham or collusive bid, or made in the interest
or on behalf of any person not therein named; and s/he further says that the said bidder has not directly
induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person
or corporation to refrain from bidding; and that said bidder has not in any manner sought by collusion
to secure to self an advantage over any other bidder or bidders.
NAME OF FIRM
SIGNATURE O DER
ck v
TITLE
Subscribed and sworn to before me this � 3 day of -J t.c o jL�- , 2005
Notary PubliV in and for the Statel/
of Texas residing ate olch (Iran-fl /
MITZI BRU7!-i.iS
NOTARY PUBLIC
STATE OF TEXAS
My Comm. Expires :'2.17--41Z ?
NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED IN WITH THE BID/PROPOSAL
ITB#05-054BM.doc
18
ORIGINAL
IT3#05-054-BM, Wood Grinding at Caliche Canyon Landfill
CITY OF LUBBOCK
CONTRACT FOR SERVICES
For
Wood Grinding at Caliche Canyon Landfill
Bid No. 05-054-BM
Contract #:
THIS CONTRACT, made and entered into this day of , 2005, pursuant to a resolution
heretofore adopted by the City of Lubbock, Texas, by and between the City of Lubbock ("City"), and
, ("Contractor").
W ITN ESS ETH:
WHEREAS, the City of Lubbock duly advertised for bids for
opened as required by law; and
and bids were received and duly
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
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 Wood Grinding at Caliche Canyon Landfill
specifically referred to as Item No. On 1 and more particularly described in the bid submitted by the Contractor
or in the specifications attached hereto.
2. The City promises and agrees to employ, and does employ, the Contractor to cause to be done the work provided
for in this Contract and to complete and finish the same according to the attached specifications, offer, and terms
and conditions contained herein. The City agrees to pay the Contractor according to the. payment schedule
attached; said payment schedule does not include any applicable sales or use tax.
3. The Contractor shall perform the work according to the procedure outlined in the specifications and Invitation to
Bid attached hereto and incorporated herein.
4. 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.
2. 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 B or better. The policies will be written on an occurrence basis, subject to the following
minimum limits of liability:
Commercial General (public) Liability insurance, per occurrence, in an amount not less than $1,000,000 and in the
aggregate.
Automotive Liability insurance, per occurrence, in an amount not less than $300,000 combined single limit including
coverage for the following:
ITB#05-054-13M.doc
Any and all vehicles owned, used or hued
19
ORIGINAL
I'M#05-054-13M, Wood Grinding at Caliche Canyon Landfill
The City of Lubbock, its agents, elected and appointed officials, and employees are to be listed as primary
additional insureds under the policies.
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. Contractor's insurance policies through policy endorsement must include wording,
which states that the policy shall be primary and non-contributing with respect to any insurance carried by the City
of Lubbock. The certificate of insurance described below must reflect that the above working is included in
evidenced policies.
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 #05-054-BM, General
Conditions, Insurance Requirements, 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
Marc McDougal, Mayor
ATTEST:
Rebecca Garza, City Secretary
APPROVED AS TO FORM:
City Attorney
CONTRACTOR
BY
Authorized Representative
Address
ITB#05-054-BM.doc 20
ORIGINAL
•�•�� 4s«r�417Yi MTD ENVIRONMENTAL PAGE 02
Ho suer su W" zu POW o& AW A'D AUVW NO omavw o Ok loom
SaUW SAVU T* W 1pAYOO 71M VWrW [ M= S •ARC AKA XWO
=UWAMW4aL GMEOWDIN 0910M SiDWoL:MAW
vi-
r
: en11
` r sti *A im
s gars
t yAM01/Y!-A'�IDQ1jW
s .u�
s ,►ur�n+�a '�i
_ err►+°a�
�woa�irri io ssta
3cxw= 10 1110 to umvi uI R=XVvqdtmff io VKAX OL
®ftAB= "01==v zxvmxa 9Y mm 3 00H m 40 LL1:)
90/1:T/40 j so/rIA0
5�S9f LOOo�sQAWAUSM
sas�c'AMa
vrvwwawre+soos+�oiow�
• +iou�
aor��wya � 11r�o
iu�Aern �
r
O1IIVAMY
Al1�Vf1 �9VWb
oaultlmwAo"x
• ETW
Souixa40MVI
QUW AW
■
LA
- s
e�+irawNo�-
.
•
on AMW
am U= sL_joauooyyM
_
s
sawewv -�r�
AaRwNlvs'Nru�aa
Wtoao Q wmwpws+
AJTII� T+flp1�l� 7pp
s
�
CT"
iar
3W a. wi%V Hide
3L
9960L X& Ivsszw
16ECT xx 10 'd
lxrrm cm
lvaumm IAm am aaffm
Bill't-Ogg SEA
ToL6L = 'woomm
a8 ;a4l a CUT
YRommou Sii70gt _
JA goo ..e.+■ .A ..... _ l�IfiDRlc
AMWL CERTIFICATE OF LIABILITY INSURANCE 4dM°`Rp"""""'
z a ,sacs upt ft"if'S, ZAv
P. 0. am~ SU97
LLla"ttr IA loacs-usl
vh=s c 337-33a-adsi
HOWM "M M ll UM Wr AWj WOW Ot
ALMIMOOVIOAMMORMCDSYMPOUMOsAft
NMUMq AFFMCM COVERAGE
i
40MOaw av
rreAmt Maim xhlam L Sffujua C! 00
� pacaoss � aiaaueeaieetaEo afe,oYaWwe�1 Aeireb'101NtnM�walsae0r! �tfala�d.aCvr�oror�rr�. Nafwnaisnwe.aa
alNwRwtaap�.'riw�dtCdMoRwNORNMiCYOlte�ate0ou�irw�rNwdTbiiii`Metii�e�l►�tleiWar�isawsoro�
aw 1�eMw APPOOM rMMr ,CR�1d01CI�iiOl t�eMatlea Lva" M4.dauMON6Ma erm=
wts tawfs�aOlwM�tMaI�II441MIR �iKMOOWMi. _,..,..::.._
a"lrNleaalrl
LAM
s
z
staraarn
= a �w..a.r
uma mm 0 omn
0o000os22i-oai
OVUM
03,123/06
Matoaa�ct
s 1 000 000
a r,.
.mm ..p""
$ s0 004
55,000
s1,0 ova
GM040 809ne UWFAMUW R pP
►%M Lw
t 2
�►
se outAbalft
10"l lml AU=
4000003899-031
031231*3
9303196
000. 000
wwzr
.►a"°r'q
a
Mersstr.aaurr
a�+rararo
MMMLY-aaasOMW
s
�Iwc Sin
A"
s
s
utaw"
:]Cox [] awe Moe
07591OM s
avtocd++Aa�s
s
ri
s
a
s
.osamaaa oo�aa>•tbeaa AM
wwarMrr uwrer
r wrwc
l�CNL%DMlviiWSW
ti rsna aeceerr
•
au oefsli•%gr�sK
=
s
r
2ac00%"32
07/13/05
01/13/06
M scantgmalma �i,000,000
000 000
o.an.ri �.�,�.a.i
sao Yit sorasszfa�r r rzat s,•s ssar�w " zMsaoum AM rs2W* or
a�mlTzar ur VAVC t or csrdsncm MUD= iks ss PAQ?2m s# rkxwm=
rsmou"
MM.z
. oaalae�or,�mu��araui+w�uaioe�e�o� 34 arsMtrrtaM '
Mo�fas,a,.� a�.nria.,a �aeaowr�,o � uv�saaeaMa�cr000aews
aift w Mom arrant.ao�uM asw ,�+rarnwa.araurcMuaRna.srnsos
s 0 on 2000
1020M sa 7%37
E0 39tid 3d1N3WN0?iI N3 a- W P7ab7L77.Rh