Loading...
HomeMy WebLinkAboutResolution - 2023-R0616 - Contract 17664, South Plains Implement, Ltd, Farm Implement & Constr. Equipment - 12/12/2023Resolution No. 2023-R0616 Item No. 5.30 December 12, 2023 RESOLUTION BE I"1' Rl?SOLVLD I3Y 1'YIT� CI1'Y COYJNCIL OF "1'IIL CI"I'Y Ol� LCJI3BOCK: "1'IIA�I' thc Mayor of thc City of Lubbock is hcrcby authorizcd and dircctcd to cxccutc for and on behalf of thc City of I.ubbock, Contract No. 17664 for Maintcnancc and Repair on Farm Implemcnt and Construction Cquipment, as per I'I'B 24-17664-SI3, by and between the City of Lubbock and South Plains Implement, Ltd., and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth hercin and shall bc includcd in thc minutcs of thc City Council. Yasscd by thc City Council on December_12�_2023 __ __ __. AT'TLS1': Courtney Paz, City Secreta APPROVED AS '1'O CONTI;NT: � � Brooke Witcher, Assistant City Manager APPROVLI� AS '1'O T�ORM: Rachacl rostcr, ssistant City �lttorncy 1'RAY PAY ., MnYOR ccdocsII1RF.S.ScrviccContract 17664-South Ylains Implcmcnt, Ltd. I 2.4.23 Resolution No. 2023-R0616 Contract 17664 City of Lubbock Contract for ITB 24-17664-SB Maintenance and Repair on Farm Implement and Construction Equipment THIS CONTRACT made and entered into this 12th day of December , 2023, by and between the City of Lubbock ("City"), and South Plains Implement, Ltd., ("Contractor"). WITNESSETH: WHEREAS, the City of Lubbock duly advertised for bids for Maintenance and Repair on Farm Implement and Construction Equipment and bids were received and duly opened as required by law; and WHEREAS, after careful consideration of the bid submitted by Contractor, the City authorized the execution, in the name of the City of Lubbock a contract with said Contractor covering the purchase and delivery of the said Maintenance and Repair on Farm Implement and Construction Equipment. NOW, THEREFORE, in consideration of the mutual agreement contained herein, as well as the financial consideration hereinafter referred to, the parties hereby covenant and agree as follows: 1. In accordance with City's specifications and Contractor's bid, copies of which are attached hereto and made part hereof, Contractor will deliver to the City, Maintenance and Repair on Farm Implement and Construction Equipment, and more specifically referred to as Category 1 on the bid submitted by the Contractor or in the specifications attached hereto. 2. The City promises and agrees to employ, and does employ, the Contractor to cause to be done the work provided for in this Contract and to complete and fnish the same according to the attached specifications, offer, and terms and conditions contained herein. 3. The contract shall be for a term of one (1) year, with the option of two (2), one year extensions, said date of term beginning upon formal approval. This Contract will renew automatically for the additional terms, unless either Party gives 90-day written notice to terminate the Contract. 4. All stated annual quantities are approximations of usage during the time period to be covered by pricing established by this bid. Actual usage may be more or less. Order quantities will be determined by actual need. The City of Lubbock does not guarantee any specific amount of compensation, volume, minimum, or maximum amount of services under this bid and resulting contract. 5. The Contractor must maintain the insurance coverage required during the term of this contract including any extensions. It is the responsibility of the Contractor to ensure that valid insurance is on file with the Purchasing and Contract Management Department as required by contract or contract may be terminated for non-compliance. 6. A) Prices quoted shall be guaranteed for a period for six (6) months upon City approval. The rate may be adjusted at the City's discretion for the effective change in Consumer Price Index (CPI) or Product Price Index (PPI) as appropriate. B) Further, if the Contractor can provide documentation for actual charges for material, labor, etc. that demonstrates that the change in CPI or PPI is not sufficient, the Contractor shall provide such documentation to the City, and at the City's sole discretion, the contractual rate may be further adjusted. If agreement regarding a new rate cannot be reached, the City shall terminate at the end of the current contract period. C) If an adjustrnent to pricing is granted under this section, the Contractor must provide the Director of Purchasing and Contract Management written, quarterly documentation to justify the ongoing adjustment. If no such documentation is timely received, the rate will automatically revert to the initial, awarded rate. 7. This contract shall remain in effect until the first of the following occurs: (1) the expiration date, (2) performance of services ordered, or (3) termination of by either party with a 30 day written notice. The City of Lubbock reserves the right to award the canceled contract to the next lowest and best bidder as it deems to be in the best interest of the city. 8. Contractor shall at all times be an independent contractor and not an agent or representative of City with regard to performance of the Services. Contractor shall not represent that it is, or hold itself out as, an agent or representative of City. In no event shall Contractor be authorized to enter into any agreement or undertaking for or on behalf of City. 9. Insurance Requirements SECTION A. Prior to the approval of this contract by the City, the Contractor shall furnish a completed Insurance Certificate 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. 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): Commercial General Liabilitv Repuirements: $1M occurrence /$2M aggregate (can be combined with an Excess Liability to meet requirement). CGL is required in ALL contracts. It is perhaps the most important of all insurance policies in a contractual relationship. It insures the Contractor has broad liability coverage for contractual activities and for completed operations. Commercial General Liability to include Products — Completion/OP, Personal and Advertising Injury, Contractual Liability, Fire Damage (any one fire), and Medical Expenses (any one person). Automobile Liability Requirements: $1 M/occurrence is needed Workers Compensation and Emplover Liabilitv Requirements: Statutory. If the vendor is an independent contractor with no employees and are exempt from providing Workers' Compensation coverage, they must sign a waiver (obtained from COL Purchasing) and include a copy of their driver's license.. Employer Liability ($1 M) is required with Workers Compensation. Garage Liablitv Repuirements: No less than $2,000,000 combined single limit Gara�ekeepers Legal Liability Requirements: No less than $1,000,000 per location * The City of Lubbock (including its officials, employees and volunteers) shall be afforded additional insured status on a primary and non-contributory basis on all liability policies except professional liabilities and workers' comp. * Waivers of Subrogation are required for CGL, AL, and WC. * To Include Products of Completed Operations endorsement. * Carrier will provide a 30-day written notice of cancellation, 10-day written notice for non-payment. * Carriers must meet an A.M. Best rating of A- or better. * Subcontractors must carry same limits as listed above. IMPORTANT: POLICY ENDORSEMENTS The Contractor will provide copies of the policies without expense, to the City and all endorsements thereto and may make any reasonable request for deletion, revision, or modifcation of particular policy terms, conditions, limitations, or exclusions (except where policy provisions are established by law or regulation binding upon either of the parties hereto or the underwriter of any of such policies). Upon such request by the City, the Contractor shall exercise reasonable efforts to accomplish such changes in policy coverages, and shall pay the cost thereof. Any costs will be paid by the Contractor. REQUIRED PROVISIONS The Contractor agrees that with respect to the above required insurance, all insurance contracts and certificate(s) of insurance will contain and state, in writing, on the certificate or its attachment, the following required provisions: a. Name the City of Lubbock and its officers, employees, and elected representatives as additional insureds, (as the interest of each insured may appear) as to all applicable coverage; b. Provide for 30 days notice to the City for cancellation, nonrenewal, or material change; c. Provide for notice to the City at the address shown below by registered mail; d. The Contractor agrees to waive subrogation against the City of Lubbock, its officers, employees, and elected representatives for injuries, including death, properiy damage, or any other loss to the extent same may be covered by the proceeds of insurance; e. Provide that all provisions of this contract concerning liability, duty, and standard of care together with the indemnification provision, shall be underwritten by contractual liability coverage sufficient to include such obligations within applicable policies. NOTICES The Contractor shall notify the City in the event of any change in coverage and shall give such notices not less than 30 days prior the change, which notice must be accompanied by a replacement CERTIFICATE OF INSURANCE. All notices shall be given to the City at the following address: Marta Alvarez, Director of Purchasing & Contract Management City of Lubbock 1314 Avenue K, 9`h Floor Lubbock, Texas 79401 SECTION D. Approval, disapproval, or failure to act by the City regarding any insurance supplied by the Contractor shall not relieve the Contractor of full responsibility or liability for damages and accidents as set forth in the contract documents. Neither shall the bankruptcy, insolvency, or denial of liability by the insurance company exonerate the Contractor from liability. 10. Neither the City nor the Contractor shall assign, transfer or encumber any rights, duties or interests accruing from this Contract without the written consent of the other. 11. The City reserves the right to exercise any right or remedy to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 12. At any time during the term of the contract, or thereafter, the City, or a duly authorized audit representative of the City or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided to the City under this Contract. In the event such an audit by the City reveals any errors or overpayments by the City, Contractor shall refund the City the full amount of such overpayments within 30 days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 13. All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non-appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then-current fscal year or when the appropriation made for the then-current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on 30 days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 14. The Contractor shall not assign or sublet the contract, or any portion of the contract, without written consent from the Director of Purchasing and Contract Management. Should consent be given, the Contractor shall insure the Subcontractor or shall provide proof on insurance from the Subcontractor that complies with all contract Insurance requirements. 15. Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 16. The Contractor (i) does not engage in business with Iran, Sudan or any foreign terrorist organization and (ii) it is not listed by the Texas Comptroller under Section 2252.153, Texas Government Code, as a company known to have contracts with or provide supplies or services to a foreign terrorist organization. As used in the immediately preceding sentence, "foreign terrorist organization" shall have the meaning given such term in Section 2252.151, Texas Government Code. 17. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter. To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1) preserve all contracting information related to the contact as provided by the records retention requirements applicable to the governmental body for the duration of the contract; (2) promptly provide to the governmental body any contracting information related to the contract that is in the custody or possession of the entity on request of the governmental body; and (3) on completion of the contract, either: (A) provide at no cost to the governmental body all contracting information related to the contract that is in the custody or possession of the entity; or (B) preserve the contracting information related to the contract as provided by the records retention requirements applicable to the governmental body. 18. Pursuant to Section 2271.002 of the Texas Government Code, a) This section applies only to a contract that: (1) is between a governmental entity and a company with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. (b) A governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verifcation from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 19. By entering into this Agreement, Contractor verifes that: (1) it does not, and will not for the duration of the contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or frearm trade association or (2) the verifcation required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and will not discriminate during the term of the contract against a firearm entity or firearm trade association. Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not boycott energy companies; and will not boycott energy companies during the term of the Agreement. This verification is not required for an agreement where a governmental entity determines that these requirements are inconsistent with the governmental entity's constitutional or statutory duties related to the issuance, incurrence, or management of debt obligations or the deposit, custody, management, borrowing, or investment of funds. 20. The Contractor shall retain all information received from or concerning the City and the City's business in strictest confidence and shall not reveal such information to third parties without prior written consent of the City, unless otherwise required by law. 21. The Contractor shall indemnify and save harmless the city of Lubbock and its elected offcials, officers, agents, and employees from all suits, actions, losses, damages, claims, or liability of any kind, character, type, or description, including without limiting the generality of the foregoing, all expenses of litigation, court costs, and attorney's fees, for injury or death to any person, or injury to any properiy, received or sustained by any person or persons or properiy, to the extent arising out of, related to or occasioned by, the negligent acts of the Contractor, its agents, employees, and/or subcontractors, related to the performance, operations or omissions under this agreement and/or the use or occupation of city owned property. The indemnity obligation provided herein shall survive the expiration or termination of this agreement. 22. This Contract consists of the following documents set forth herein; Invitation to Bid No. 24- 17664-SB, Specifications, and the Bid Form. -----INTENTYONALLY LEFT BLANK----- IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first above written. Executed in triplicate. CITY O OCK Tray Pa e, or A EST: Courtney Paz, City Secreta APPROVED AS TO CONTENT: Dominic Esperat, Director of F eet Operations CONTRACTOR BY �-•� Auth z present L � .r.._ Print Name ��D l j-�wy �� Address L �� �a�,�, `r� 7gy� � City, State, Zip Code PROVED S TO �ORM: Rachael Foster, ss stant City Attorney City of Lubbock, TX 1TB 24-17664-SB Maintenance and Repair on Farm Implement and Construction Equipment Scope of WorW Specifications I. Introduction, Purpose and Intent The intent of this Invitation for Bid (hereinafter referred to as ITB) is to solicit qualified vendors to enter a contract with the City of Lubbock (hereinafter referred to as The City) to provide maintenance and repair to farm implement and construction equipment. The City is seeking to contract with one or more Vendors, if it is in the best interest of the City. II. Scope of Services The awarded vendor shall furnish and supply all insurance, labor, personnel, service, supervision, administration, documentation, reports, management, equipment, tools and materials necessary to provided preventative maintenance and repairs services. All services shall be provided on an "as needed/ requested basis" to the City. The City does not guarantee any quantities and services to be purchased under this contract. Vendor shall have been in the preventative maintenance and repairs business for a minimum of three (3) consecutive years and familiar with the specified requirements and methods needed for proper performance of this contract. Service Hours: All services performed under this contract will be conducted during normal business hours (Monday through Friday, 7:00 a.m. - 4:30 p.m.), excluding City Holidays. References: Vendor shall include with the bid a minimum of five (5) commercial customer references to substantiate the qualifications and experience requirements for services completed within the past 24 months. III. General Requirements In addition to the General Requirements, the Scope of Services shall include, but not be limited to the following the following: Air Conditioning, Heating & Ventilation System Axles Brakes, Hubs & Bearings Steering Suspension Drive Shafts Automatic Transmissions Charging Systems Cranking Systems Ignition Systems Lighting Systems, Electrical Accessories Engines Exhaust Systems Fuel Systems Power Take-Off (PTO) Buckets /Booms Def Systems Equipment & Truck Cate o� The following is a current list of Descriptions of City of Lubbock vehicles and equipment by Category which are included in this maintenance and repair contract. Category Description 1) Off-Road Equipment Tractors, Backhoes, Loaders, Excavators , Dozers, Graders, Scrapers, Cranes 2)Trailers Utility, Pipe, Hay, Equipment, Crew, Cargo, Mowers, Rotary Cutters, Shredders, Tillers, Agricultural and Recreational E ui ment 3)Forklifts Clark, Hyster, Cat, Daewoo, Case, Hilift, Compact Princeton Labor Guide Vendor is required to provide the name of the current Labor Guide software and version used to provide repair costs with the Bid Form. The City of Lubbock reserves the right to audit the labor hours charged to each job and all overcharges will be brought to the attention of the vendor. The Vendor shall issue a credit for the overcharge amount within 5 business days and the credit shall reference the City of Lubbock's vehicle identification number and work order number. If the program is proprietary, Vendor shall grant access to the City of Lubbock's Fleet Services Department for audit purposes. Work Authorization Vehicle shop repairs will be estimated on a per job basis with a fixed labor rate per hour as stated on the Bid Form. Prior to the start of any vehicle repair, the Vendor must provide a written repair estimate by a trained service advisor or technician. Estimates must include parts at the quoted cost rate. All estimates shall be at no charge to the City. The Vendor must obtain a work order number and authorization to perform the work from the City of Lubbock authorized Fleet Services designee before making any repairs. The Vendor must also obtain City approval for the type of repairs and the cost of repairs before proceeding with the work. Vendor must submit a copy of the Work Order along with the Vendor's invoice itemizing the labor hours, hourly labor rate, supplies, cost of supplies, parts list, and price for each part. The Work Order must contain the VIN number, the current license plate number, and the current vehicle mileage or hours. If any of the information is missing or incorrect, the Vendor will not be reimbursed for any services, repairs, maintenance, parts, or supplies. Anproval Procedures Approval for maintenance and repairs on all vehicles shall be as follows: Repairs up to $1,000 shall be verbally approved by an authorized Fleet Services designee. Repairs from $1,000 to $2,500 must have written approval from an authorized Fleet Services designee. Repairs over $2,500 must have written approval from an authorized Fleet Services designee and Director of Fleet Services. If any repairs are completed without proper authorization, the Vendor will not be reimbursed for any services, repairs, maintenance, parts, or supplies. Repair Time Notifications The Vendor must make a determination of the repairs, costs and times and notify the City within 24-hours after receiving the vehicle or equipment. Repeat Repairs The Vendor will be responsible for correcting all previous repairs performed by the Vendor that were incorrectly repaired or the repair failed to correct the reported deficiency. The Vendor will be responsible for the total cost of the repair including any replacement parts. In the event of a Repeat Repair, Vendor shall open a new work order. The new vendor work order must indicate on the work order "repeat" or "return" work. Copies of the original City and Vendor work orders and any applicable invoices shall be attached to the new work order. Pick-Up and Delivery The bidder's bid may include a separate price for pick-up and delivery of heavy vehicles or equipment. The bidder must indicate on the Bid Form the additional charge, if any, for this pick -up and delivery service. The City reserves the right to use this service as needed. Vehicles must be picked up by City personnel or delivered to a City location within 24- hours after the vehicle has been repaired. City Fleet Services Garage: 206 Municipal Drive, Lubbock, TX 79403 Parts, Supplies and Services The Vendor must use their own parts and/or supplies in completing all repairs. No City parts or supplies will be issued by the City Garage to the Vendor. The Vendor's invoice must include charges for all parts, supplies, and services used in making repairs. The Vendor must return all parts that were removed and replaced during the repair of the vehicle or equipment upon completion of the repair(s) and the parts must accompany the vehicle or equipment. The Vendor is responsible for all core returns andcredits. Bid submissions Bids will be awarded by category of vehicles and equipment. Invoices Invoices will show only the cost rates indicated on the Bid Form. Any additional charges or fees not listed will be disallowed from any invoice. Vehicle shop repairs will be billed per the approved estimate. An individual Work Order shall be issued for vehicle shop repairs and are to not be duplicated. No delivery or repair shall be performed without proper authorization. Invoices for parts purchased by the Vendor for all repairs to City vehicles and equipment will be made available for inspection by a City representative upon request. Invoices must display the Vendor name imprinted on the face, the parts purchased and the date of the purchase. Repair invoices should match the parts invoice when there were replacement parts required for the repair. If a request is submitted by the City to review a particular invoice, that request will be met within 24 hours from the time of the request. Damages The Vendor is responsible for any damage to the vehicle or equipment while in the Vendor's control. The City shall be responsible for damages after the vehicle or equipment has been delivered to a City representative and said representative has inspected the vehicle or equipment and has verified that no damage occurred during the repair process. In the event that a vehicle is scheduled to be picked up from the City for repairs, the vehicles will be: l. Picked up by tow vehicle/wrecker, or 2. Driven to the repair destination by a licensed and insured individual representing the Vendor. Suecial Requirements: 1. Vendor to provide secure shelter (locked fence) for City vehicles. 2. Estimate must be submitted to Fleet Services within 24-hour period of request. 3. All furnished parts must be OEM, OEM equivalent new, or OEM equivalent re- cycled parts. 4. All suspension or steering components must be OEM or OEM equivalent only. 5. All repairs shall be warranted for a period of 12 months or 12,000 miles. City of Lubbock, TX pprchasing and Contract Managemeat Vendor Acknowledgement Form Ia compliaace with the Invitadon to Btd, the undersi8ned Bidder having examined dte Invitarion to Bid, in8tructions to bidders, Cieneral Conditions of the Agr�ement, SpaciScetione, and being familiar with the conditions to be �►et, hereby submits the following bid for furnishing the material, equipment, labor and everything aecessary for providing the items listed and agrees to deliver said items at the locations aad for the prices set forth on the bid form aad/or the bid table associated a►ith this bid. A bid will be aubject to being considered 'uregular and may be rejected if it shows omissions, slteratlons of form, conditional alternate bids, additione or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or uregularities of any kind. The Invitstion to Bid is by reference incorporated in this contract. Where applicable, prices are quote� as: F.O.B. Desdneflon, Freight Pre-Paid and Altowed Whete applicable, delivery days are: Daya After Receipt of Order (ARO) Unless otherwlse epeci8ed 6ereia, t6e City may award the bld either item-by—ltem or on an all-or- none basis for any ltem or group of items ehown on the bfd. The C1ty of Lubbock le seeking a contract for with one or more contractors. In order to assure adequste coversge, t6e Clty may make multlple awards, selecting multipie vendors to prnvtde t6e products des[red, if multiple awards are in t6e best interest of the Clty. A declston to make a muldple sward o! this Bid, however, is an optlon reserved by the City, based on the needs o! the City. PAYMENT TERMS AND DISCOIJNfS - Bidder offera a pmmpt peyment discount of %, net calendar days. Discounts will not be considered ia debermining low bid Unless otherwise indicated on the Bid Fom�, psycnent terms will be NET THIRTY DAYS. The City will pay the successful bidder within thirty days aftet the receipt of a oon�oct invoice or after the date of acceptance, whichever event occurs ]ater. Discounts for prompt payment r�quiring payment by the City within a stipulaXed number of days will be inte►preted as applying within the stipulated number of calendar days afier the date of receipt by �e City of a correct invoice ar after ihe date of acceptance that meets contract requirements, whichever event occura later. Discounts for payment in less than ten days will not be considered. MOST FAVORBD PRICIIVG: The Bidder ccrtifies that the price quoted is not in excess of the lowest grice charged eayone else, inchiding its most favored customer, for like quality and quan6ty of the products/aervices; does not include an element of pro�it on tha sala in excess af that n�rmally obtained by the Bidder on the sale of products/sarvices of like quality and quantity; and does not iuelude any pmvision for discounts to selling agents. If at any time during the contract period, the supplier should sell or offer for sale to oay other euatomer, an equal or lass quantity of similar contraat products of like or bettsr quality, et e lower net price(s) thsn provided hereia, supplier agrees to notify the City and sell same product(s) at tho lower price(s) on all deliveries made during the period in which such lower price(s) is effective. INTERLOCAL PURCHASING (optional): The City desires to make available to other locat governmental enddes of the State of Tcxas, by mutual agreement with the succesaful biddcr, and properly authorized intedocal pu�hasing agreements as provided for by the Interlocal Cooperation Act (Chapter 791, Government Code), the right to pu�+chase the same services� at the pricee quoted, for tl�e period of ffiis contract. Each bidder shall indic,ate on the Bid Form in the space provided below if he/she will ho�r Political3ubdivision orders in addition to ordeas flom the City of Lubbock. Should these other govemmentel enHdes decide w participate in this contract, would you (the bidder) agree that all tenms, conditiona, specificarions, and pricing would appl�? The City of Lubbock ITB 24-17664-SB Maintenance and Repair on Farm Implement and Construction Equipment Bid Form Quantity # Items (+/-) �-�����: = ---- . #1-1 Labor rate per hour (Billed in 1 increments of full, half, and 1�4 hours) #1-2 °�o Markup above! below parts 0 #1-3 Pickup and Delivery Round Trip Charge South Plains Implement, Ltd Location Lubbock, TX Unit Total UOM Price Cost Hourly Rate Percentage Roundtrip Charge $152.50 $152.50 No Bid No Bid $4.25 a running $4.25 a running mile $300 min mile $300 min #1-4 Roundtrip Tow Service Charge 1 Roundtrip Charge No Bid No Bid #1-5 Service Call Fee 1 Service Call Fee $167.50 $167.50 #1-6 Mileage Fee 1 Charge per Mile $2.25 $2.25 � �� . �- #2-� - �abrx�Ee �ho,�{•B�lle�-+�r — - � - -+ - --�[xtt��t�et� - — - -- - — -AFn�F3i� — - —Pda--E�icl increments of full, half, and 1; 4 hours) #2-� - -Qr6-�i�up�tHevel�elnw-pa�-is — - — - � - -; �,;.�.:ng� - — - — - -- #e-�i� — - --PdtrBid #2-r- - ---P�oket�-end�aEi�v�te�T�i�i�arg� - � - -�ot�r�ri�rGleagge— _ ___. _ .� Ai�Bic�- — - Na-13sd #�2-� - �}ourr�ts�p �ery £erviee �#ar�e— _ ._._. .. � - --;{or�n�ersp �=harg� - — - — �it�-�1':c� -- - —Ncr�ici #2-3- - -�T.=;���1-Fee — - — - -- - — - � - �.T.����e — - — - — �a-�(� — - —�a-�d �2�r- - -[44i�c� F� - �.. _ ....�... - — - — - -� - �rar��er-A4i�� — - — - — �ie-�ic� — - —Nv-�id • . :� _ .. _ . . . ._. #3-�- - -babe�-�'ate.�hou�{-$tlla�-it� — - — - --� - -�I�at� - — - ---- - — �i� — - —W��;:; increments of full, half, and 1'4 hours) #3-�- - -�o��a�beveF-�e4cx�-�e�rts — - — - -� - -�.-I..�ge— _ .—. �- —. - — �F3�'s� — - —Na-�ici �3-� - �iek�rarr�9e[iwer���or.e�-�r�harg� - -� - �cx�t�ip �ta�rg� - — - — �Te$'sc� .�._. _ —Wc3�Bid #3-4-- - �cnmd�rip �ew�e�wrice £=#+nrg� - — - --� - ---�ou�ip C�arg� _ ---�- - ---�- �&� — - —PIe-Sid #3-� - --l�e���ie�[=a�Fe� --�-�- - — - — - --- - -� - �eew�C$l�ee� — _ �. .. ._._. }�Te-�ic� — - —I�c��id #3-E� - �IVIi{es�e Fee- - — - — - —. _ -- - -�- - ��t��er�4'ti� — - — - — �Sic� .---. _ .---.I�Iv$id Question Set 1: Questionnaire # Oves�ivrt Responsc Commenl Ca[egories 7, 2, and 3 _� .��: i � �� Miles Irom your locahon to Ciry Fleet Services Garage y o( Miles 6 MILES (208 Munidpal Drive, Lu6bock TX 79403) 1.1.2 Could you respond to e pidcup 24 houB a dey! No 1.1.3 Can you provide sewre shelter (locked fence) for Ciy vehicles7 Yes 1.1.1 Lebor Guide Sollwere and Version used to provlde repalr cost on Bid Form SoRwere end Version SERVICE DEUVERY Other governmental enHties that might have interests tn th� contract are Frenship Independent School District, Lubbock Hoaeing Anthority, Lubbock Connty, Lubbock Connty Hospital Dish�lct, Lnbbock Independent Sc6001 Dietrict, South Plaios Aesociation of Governmeats, City of Tesarkana, Teaas Tech University, Wat Tersa Municipal Power Agency, Lyan County, and City of Wolfforth. yES NO If you (the bidder) checked YES, the following will apply: Ciovenimental entities utilizing Interlocal Agreetnents for Cooperative Purchasing with the City of Lubbock will be eligible. but not obligated, to purchase raaterislslservices under the contract(s) awarded as a result of this soGcitadon. All purchases by governmental entiries 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 reeponsible for another govemme,ntal entity's dobts. Each governmental emity will order their own materialslsen►ice as needed. ADDENDA Bidder acknowled�es receipt of addenda issued in regard to this solicitation: Addenda No. Date Addenda No. Date Addeada No. Dste Addanda No. Date INSURANCE REQUIREMENTS I, the undersigned Bidder certify that the insurance r�uirements contained in this bid document have been reviewed by me and my Insurance AgenVBcaker. if I am awarded this wntract by the City of Lubbock, I wili be able W, within ten (10) business deys after being notified of such award by the City of Lubbock, furniah a valid insurance certificate to the City meeting all of ihe requirements defined in this bid. If the time requirement specified above ia not met, the City hss the right to reject thia proposal and award t6e contract to another contractor. If you have any questions concerning these requirements, please coirtact the Director of Purchasing 8c Contract Management for the City of Lubbock at (846) 775-2572. SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-1 Q2 Common Rule and QMB Circulsr A-110) prohibits non-Federal entities from contracdng with or malcin� sub-awarda under covered hansactions W parties that ere suspended ar dabarred or whoae principals sre suspended or debarred. Covered trausactions include procurement contracts for goods or serviQee equst W or in excess of $25,000 and all non-pracureraent transactiona (e.�., sub-awarde to sub- recipiente). Contractors receiving individual awards of $25,000 or more and all eub-recipients must cettify that their organization and ite priacipals ere not suepended or debarred by a Federal agency. Before an award of $25,OQ0 or more can be made to your firm, you must certify that yow organizarion and its principals are not suspended or debarred by a Federal agency. I, the undersigaed agent for the fum named below, certify that neither this firm nor its principals are suapended ar debarred by a Federal agency. TEgpS GOVERNMENT CODE SECTION 2252.152 The undersigned representative of the undersigned compattY or business, being an adult over the age of eighte� (18) years of age, pursuant to Texas Government Code, Chapter 225Z, Secdon 2252.152, certify that the compeny named above is not listed on the website of the Comptroller of the State of Texas conceming the listing of companies tbat are identified unc�r Section 806.051 � Section 807.051 or Section 2253.153. I fiuther certify thet should the above-named company enter into a contraot that is on said listing of compsnies oa the website of the Ca�mptroller of the State of Texas, wluch do business with Iran, Sudan or any Foreign Ternorist Org,anization, I will immediately notify tite City of Lubbock Purchasing and Contract Dopartmon4. TEXpg GpVERNMENT CODE SECTION 2271.002 Compaay hereby certifies the following: 1. Company does not boycott Israel; and 2. Company wtll not boycott Israel during the term of the contracw The following de5nitions apply to this state statute: (1) "Boycott Israel" means refusing to deal with, teimineting business activities with, or otheruvisa taking any action that is intended W penalize, inflict economic harm on, or limit commereial relations specifieally with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include en acrion made for ordinary business purposes; and (2) "Compsnyv" meaas an orgeaization, association, corporation, per�eiship, joint venture, limited partnership, limited liability pactnership, or limited liability company, including a wholly owned subsidiary, majority-owned subsidiary, parent company, or affiliate of those ec�tities or business associations that exists to make a pmfi� T6is Certilication fs required flrom a Company If the Company hae 10 or more ti�ll-time employeea and the contrnct for goods or services (w6ich 9ncludes contrscte %rmed thrnug6 purchase ordere) hsa a value of 5100,800 or more that ie to be psid wholly or partly irom publlc funds of the governmental entlty. TEXAS GOVERNMENT CODE 2Z74 By entering into this Agreement, Contractor verifies that: (1 } it does not, and will not for the duratioa of the contract, have a practice, policy, guidance, or directive that discriminates against a firearm endty or fireann trade association or (2) the vetification required by Section 2274.002 of the Texas Govemment Code does not apply to tha contrac� If Co�ractor is a company with 10 or more ful[-time employees aad if this Agneement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Govern�nent Code Chapter 2274, it does not have a prectice, palicy, guidance, or directive that diacciminabes against a fireerm entity or firearm trade essociatian; and will nat discriminate duting the t8rm of the contract against a firearm entity or firearm trade association. Contractor represents aad wairaats that: (1) it does not, and wiU. not for the duraripn of the contract, boycott energy companies or (2) the verification required by Section 2274.002 of the Texas Governmeat Code does not apply to the contract If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor veriSes that, puxsuant to Texas C3overnrnent Code Chapter 2274, it does not boxcott anergy companies; and will aot boycott energy companies during the term of the Agreemen� Tlus ve�Ification is not required for an agreement where a goveramental endty determines that these requirements are inconeistent with the governmentai entity's constiturional or stetutory duties related to the iasuance. incxurence. or management of debt obligations or the deposit, custody, management, borrowing, or investrnent of funde. INCOMPLETE INFORMATION Failpre to complete or provide any of the infomiation reque.sted in ti�ia Request for Proposal, including rcfereacxs, aad/or additional information as inf�ora�tion es indicated, nt�y resulta in disqualification by reeson of "�on-resporisivenese". rn,� s[�OR ACKNOWLEDGEMENT In compHance witl� thie solicltation, the underatgned bidder, Laving eaamined the bid docaments, inatractloas to biddera, documenffi associated witb tde invitatton to bid, and being familiar with the ¢onditlone to be met 6as reviewed the above information regardiag: • Iasarance Requirements • Suspensioa and Debarment CerHiication • Teaa� Goverament Code Section ZZs2.i52 • Texas Government Code Secdon 2271.002 . Texas Government Code Z274 SUBNIISSION INFORMATiON An individual authorized to bind the company must sign the following section. Failure to cxecute this portion may result in bid rejection. THiS BID IS SUBMITTED BY L a corporntion organized tnndcr the laws of thc State of _��a� , or a partnership consisting of or individual t�ading as vf the City of�,j�,, Tax ID No.: f Z4Sg S- 2 Address:., �g0��.,.$� _,- -�.. - ._ ..�- .� � . . City: c State:_�x - - , ZiP:, '�Q�i! �� M/WBg Fum: womea Blaak American Nativa American H'i ic American Asian Paciftc American Other S Plesee complete the informadon below. Bv Dace: 3 d Rep tive - must s�gn by hvnd Officer Name and Title: k� "' � Business Telephone Number N - r7 FAX: E-mail CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofl Complete Nos. i- a and 6'rf there are interested partles. OFFICE USE ONLY Complete Nos. l, 2, 3, 5, and 6 if there are no interested parties. CERTIFICAT'ION OF FILING i Name of business entity flling torm, and the city, state and country of the business entity's place Certificate Number: of business. 2023-1099632 South Plains Implement, Ltd. Lubbock, TX United States Date Filed: 2 ame o govemmen ent ty or state agency at s a pazry to e contract or w c t e orm s 12/OL2023 being filed. City of LubboCk Date Acknowledged: g Provtde the identiflcation number used by the governmental entity or state agency to track or identify the contract, and provide a descripUon of the services, goods, or other property to be provided under the contract. ITB 24-17664-SB Maintenance and Repair on Farm Implement and Construction Equipment 4 Nature ofinterest Name of Interested Party City, State, Country (place of business) (check applicable) Controllin Intermedi 5 Check only if there is NO Interested Party. � X 6 UNSWORN DECLARATION My name is _ , �� _ , and my date of birth is ❑ My address is �� Q � �� 1 � ��_ � � L.A�c� �Q+...! L , ��, 7� ►� Z� , .�d.��. (street) (ciy) (state) (zip code) (country) I declare under penalry of perjury that the foregoing is true and correct Executed in Counry, State of �'�/YQS , on the �day ot��, 20�. (month) (Year) Signatu of au r ed agent of conuacdng business entity (oedarsnq Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.OY381ab6 CERTIFICATE OF INTERESTED PARTIES FORM ZZ9S 1 of 1 Complete Nos. i- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. l, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING i Name of business entity filing form, and the city, state and country of the business entity's place Certificate Number: of business. 2023-1099632 South Plains Implement, Ltd. Lubbock, TX United States oate Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 12/01/2023 being filed. City of Lubbock Date Acknowtedged: 12/06/2023 3 Provide the identification number used by the governmental entity or state agency to track or identi(y the contract, and provide a description of the services, goods, or other property to be provided under the contract. ITB 24-17664-SB Maintenance and Repair on Farm Implement and Construction Equipment 4 Nature of interest Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. ❑ X 6 UNSWORN DECLARATION My name is , and my date of birth is My address is , , (street) (city) (state) (zip code) (country) I declare under penalry of perjury that the foregoing is true and correct. Executed in Counry, State of , on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.OY381ab6