HomeMy WebLinkAboutResolution - 2008-R0209 - Contract For Heavy Vehicle Services - R&B Bearings & Hydraulics, Inc. - 06/13/2008Resolution No. 2008-RO209
June 13, 2008
Item No. 5.13
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to
execute a Contract and any associated documents with R&B Bearings and Hydraulics,
Inc., of Lubbock, Texas, for services for heavy vehicle and equipment maintenance and
repairs per Bid #08 -031 -MA, which Contract and any associated documents are attached
hereto as Exhibit A and made a part hereof for all intents and purposes.
Passed by the City Council this 13th day of June , 2008.
e--1- W
140" 00.��
TOM MARTIN, MAYOR
ATTEST:
Garza, City Secretary
APPROVED A S TO CONTENT:
earwood
tt City Manager/Chief nformation Officer
APPROVED AS TO FORM:
N
bn Vandiver, Attorney of Counsel
D Dres/R& B-H vy V eh Mai ntCon08 Res
June 3, 2008
ITB #08 -031 -MA , FFeavy Vehicle & Equipment !Maintenance and Repairs
Resolution No. 2008-RO209
CITY OF LUBBOCK
CONTRACT FOR SERVICES
For
Heavy Vehicle & Equipment Maintenance and Repairs
Bid No. 08 -031 -MA
THIS CONTRACT, made and entered into this 13th day of June, 2008, pursuant to a resolution
heretofore adopted by the City of Lubbock, Texas, by and between the City of Lubbock ("City"), and
R & B Bearings and Hydraulics, Inc ("Contractor").
WITNESSETH:
WHEREAS, the City of Lubbock duly advertised for bids for Heavy Vehicle & Equipment
Maintenance and Repairs 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 Heavy Vehicle & Equipment Maintenance and Repairs.
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:
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 Heavy Vehicle &
Equipment Maintenance and Repairs specifically described in the bid submitted by the Contractor
and "Exhibit A" attached hereto.
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.
2. The Contractor shall perform the work according to the procedure outlined in the specifications
and Invitation to Bid attached hereto and incorporated herein.
3. The contract shall be for a term of five years, said date of term beginning upon City Council date
of formal approval.
4. This contract shall remain in effect until the expiration date, performance of services ordered, or
termination of by either party with a thirty (30) day written notice. Such written notice must state
the reason for cancellation. The City of Lubbock reserves the right to award the canceled
contract to the next lowest and best bidder as it deems to be in the best interest of the city.
17'13 408 -031 -MA . Neavy Vehicle & Equipment Maintenance and Repairs Service
ITB #08 -031 -MA , Heavy Vehicle & Equipment Maintenance and Repairs
5. Contractor shall at all times be an independent contractor and not an agent or representative of
City with regard to performance of the Services. Contractor shall not represent that it is, or hold
itself out as, an agent or representative of City. In no event shall Contractor be authorized to
enter into any agreement or undertaking for or on behalf of City.
6. The contractor shall obtain and maintain in full force and effect during the term of the contract,
commercial general liability coverage with insurance carriers admitted to do business in the State
of Texas. The insurance companies must carry a Best's Rating of A- VII or better. The policies
will be written on an occurrence basis, subject to the following minimum limits of liability:
TYPE AMOUNT
Worker's Compensation Statutory
and
Employers Liability $500,000
2. Commercial General (public) Liability insurance including coverage for the following:
100,000
3. Garage Liability insurance including coverage for the following: 300,000
The City of Lubbock shall be named a primary additional insured with a waiver of
subrogation in favor of the City on all coverage's. All copies of the Certificates of Insurance
shall reference the or bid number for which the insurance is being supplied.
The contractor will provide a Certificate of Insurance to the City as evidence of coverage. The
certificate will provide 30 days notice of cancellation, and under the cancellation section, the
wording "endeavor to" and "but failure to mail such notice shall impose no obligation or liability
of any kind upon the company, its agents or representatives" will be crossed out. A copy of the
additional insured endorsement attached to the policy will be included with the certificate.
The contractor shall also maintain workers compensation insurance in the statutory amount.
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.
7. 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.
8. This Contract consists of the following documents set forth herein; Invitation to Bid #08 -031 -
MA, General Conditions, Specifications, and the Bid Form.
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and
year first above written. Executed in triplicate.
ITS 08 -031 -MA , Heavy Vehicle & Equipment Maintenance and Repairs Service
CITY OF LUBBOCK
�I! '45;P;'4—
Tom Martin, Mayor
ATTEST:
Reber a Garza, City Secretary
APPROVED AS TO CONTENT:
Yearwood, Chief
:ant City Manager
APPROVED AS TO FORM:
A sistant City A rney
1TB .,q08 -03l -MA , Heavy Vehicle & Equipment Maintenance and Repairs Service
ITB #0"31 -MA, Heavy Vehicle & Equipment Maintenance and Repairs
CONTRACTOR
Authorized Representative
/UUP /i/ Ave. L
Address � -Z—Z.
"Exhibit All
R B Bearings Hydraulics, Inc.
08 -03I -MA Heavy Vehicle and Equipment Mainteance and Repair
Hourly
_ Repair Services Labor Rate
Trucks
Accessories
Hydraulics
Electrcial
Welding and Fabricating
R & B Bearings & Hydraulics, Inc.
Hydraulics
Forklifts
Hydraulics
Lubbock, TX
$ 60
60
60
60
60
60
ITB ""31 -MA, Heavy Vehicle & Equipment Maintenance and Repairs
SUBMIT TO:
CITY OF LUBBOCK
�
CITY OF LUBBOCK, TEXAS
Purchasing & Contract Management
1625 13`b Street, Rm 204
+
Lubbock, Tx 79401-3830
AN EQUAL
INVITATION TO BID
CONTACT PERSON:
OPPORTUNITY
Marta Alvarez
EMPLOYER
#08 -031 -MA
TEL. 806.775.2167
FAX: 806.775.2164
http://purchasing.ci.lubbock.tx.us
TITLE: Heavy Vehicle & Equipment Maintenance and Repairs
SUBMITTAL DEADLINE:
April 17, 2008,3:00 p.m. CST
PRE BID DATE, TIME AND LOCATION: April 7, 2008 at 10:00 A.M.
.4rybk*,wrivrdafter thrtimeand date fistedabove. regiardlessofthe
in the City Hall, 1625 13* Street, Training Room LOI, Lubbock,
mode ofdrfivery.shall bemavnedunopened.
Texas.
RESPONDENT NAME:
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITS NUMBER,
R&B Bearincls & H drawl is s
THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND
ADDRESS.
MAILING ADDRESS:
P O BOX 2761
IF RETURNING AS A "NO BID", PLEASE COMPLETE AND RETURN THE
"STATEMENT OF NO BID".
CITY — STATE — ZIP:
THE CITY OF LUBBOCK RESERVES THE RIGHT TO ACCEPT OR REJECT
ANY AND ALL BIDS IN WHOLE OR IN PART AND WAIVE ANY
TELEPHONE O:
INFORMALITY IN THE COMPETITIVE BID PROCESS. FURTHER, THE
CITY RESERVES THE RIGHT TO ENTER INTO ANY CONTRACT DEEMED
TO BE IN THE BEST INTEREST OF THE CITY.
FAX NO:
IT IS THE INTENT AND PURPOSE OF THE CITY OF LUBBOCK THAT THIS
806/765-6244
REQUEST PERMITS COMPETITIVE BIDS. IT IS THE BIDDER'S
RESPONSIBILITY TO ADVISE THE CITY OF LUBBOCK PURCHASING
E-MAIL:
rbhe
MANAGER IF ANY LANGUAGE, REQUIREMENTS, ETC., OR ANY
COMBINATIONS THEREOF, INADVERTENTLY RESTRICTS OR LIMITS
FEDERAL TAX ID NO. OR SOCIAL SECURITY NO.
THE REQUIREMENTS STATED IN THIS ITS TO A SINGLE SOURCE. SUCH
75-2295462
NOTIFICATION MUST BE SUBMITTED IN WRITING AND MUST BE
RECEIVED BY THE PURCHASING MANAGER NO LATER THAN FIVE (5)
BUSINESS DAYS PRIOR TO THE ABOVE SUBMITTAL DEADLINE.
THE BIDDER HEREBY ACKNOWLEDGES RECEIPT OF AND AGREES ITS BID IS BASED ON ANY ADDENDA POSTED ON
RFPDEPOT.COM
The City of Lubbock Charter states that no officer or employee of the City can benefit from any contract, job, work or service for the municipality or be
interested in the sale to the City of any supplies, equipment, material or articles 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 firm? YES X_ NO
IN COMPLIANCE WITH THIS SOLICITATION, THE UNDERSIGNED BIDDER HAVING EXAMINED THE INVITATION TO BID AND
SPECIFICATIONS, AND BEING FAMILIAR WITH THE CONDITIONS TO BE MET, HEREBY SUBMITS THE FOLLOWING BID FOR
FURNISHING THE MATERIAL, EQUIPMENT, LABOR AND EVERYTHING NECESSARY FOR PROVIDING THE ITEMS LISTED ON THE
ATTACHED BID FORM AND AGREES TO DELIVER SAID ITEMS AT THE LOCATIONS AND FOR THE PRICES SET FORTH ON THE BID
FORM. AN INDIVIDUAL AUTHORIZED TO BIND THE COMPANY MUST SIGN THE FOLLOWING SECTION. FAILURE TO EXECUTE THIS
PORTION MAY RESULT IN BID REJECTION.
By my signature 1 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 servicc(s), and is in all respects fav 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 fi payment to 7va
r.
L2 President
AuAorVed Signature Title
J(m S Lara Z/' _Q ! -0 S--,
PrinvType Name Date
THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR RESPONSE.
ITB X08-031 AM. Heavy Vehicle & Equipment Maintenance and Repairs Service
City of L ubbock
PURCHASING DEPARTMENT
ROOM 204. MUNICIPAL BUILDING
1629 137.' S'l REL. 1'
LUBBOCK. TEXAS 79401
PH:(806) 779-2167 FAX: OOM 775-216.1
http: 'purchasing.ci luhlxuk.mus
ITB # 08 -031 -MA, Addendum #1
ADDENDUM #1
Heavy Vehicle & Equipment iblaintenance
and Repairs
ITB #08 -031 -MA
DATE ISSUED: April 10, 2008
NFAN ( LOSE: DATE: kpril 23.2008 d3:00 P.11. ( S I'
The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item
called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall
remain in effect.
Bidders attention is invited to review the attached Revised Bid Forms, Contract and Safety
Questionnaire to be submitted with bid.
General Specifications have been revised and attached.
22 CONTRACT TERM AND PRICING — has been revised as follows:
The contract prices shall be firm for the first tern of the contract. Contract will be for a term of five years, said
date of term beginning upon City Council date of formal approval. Contract prices may be adjusted at the end of
the fiscal year at the option of the Fleet Service Department up to one hundred percent (100%) of the cost of
living adjustment as measured by the Consumer Price Index (CPI). If an agreement cannot be reached, the
contract will be terminated at the end of the current fiscal year ending.
THANK YOU,
Marta .Alvarez
CITY OF LUBBOCK
Marta Alvarez
Purchasing Manager
It is the intent and purpose orthe City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to
advise the ('ity of Lubbock Purchasing .'Manager if any language, requirements, etc.. or any combinations thereol, inad%ertenth
restricts or limits the requirements stated in this 11'13 to a singlc source. Such notilication must be submitted in writing and must he
received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will
N. made.
08 -031 -MA Revised Bid Form. doc
1
Initials /
ITB 1111! -031 -.NL% .!!carp Vehicle .Y F,quipment Maintenance and Repairs
** REVISED **
BID FORM
Heavy Vehicle & Equipment Maintenance and Repairs
CITY OF LUnBOCK. TEXAS
fill #08 -031 -MA
In compliance with the Invitation to Bid 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 provide maintenance and repairs for the City of Lubbock heavy vehicles and equipment at the
labor rate and parts markup as listed below and/or attached.. The Invitation to Bid is by reference
incorporated in this contract. The Bid Form must be completed in blue or black ink or by typewriter.
Failure to provide the appropriate information in the format requested shall be just cause for rejection of bid
1. Category: Trucks over 19500 lbs GVWR (Class 6-7-8) including Sweepers and
Trash Trucks
Current Fleet: 241
(please print vour information)
1. What is you labor rate per hour?
(Billed in increments of;fiill, half -and %r hours)half
$ 60.00 per hour i
95.00 per ho
2. What is your percentage markup on parts?
15 to 40
markup from R&B cost
LIST PRI"E BOOK
3. Do you provide pickup and delivery of vehicles?
If yes, what is the mileage charge? $ no charge
Yes
No
4. Could you respond to a pickup 24 hours a day?
Ciy2i)
No
5. Miles from your location to City' Fleet Services Garage ( 206
Municipal Drive, Lubbock, Texas 79403)
1.5 miles
PARTS SHALL BE PROVIDED AT CRASH GUIDE LIST LESS PERCENT.
NOTE: Item 2 - Price list available upon request
11"B :08-031-h1A . Addendum 41
Initiat
;j
n house
r service
call
Il'B #08 -031 -Wk, Heavy Vehicle & Equipment Maintenance and Repairs
** REVISED **
BID FORM
Heavy Vehicle & Equipment Maintenance and Repairs
CITY OF LUBBOCK, TEXAS
ITB #08 -031 -MA
In compliance with the Invitation to Bid #08 -031 -MA , 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 908 -031 -!VIA is by reference incorporated in this contract. The
Bid Form must be completed in blue or black ink or by typewriter.
2. Category: Off -Road Equipment (Tractors, Backhoes, Loaders, Excavators, Dozers, Graders,
Scrapers, and Cranes)
Current Fleet: 146
(please print your information)
1. What is you labor rate per hour?
(Billed in increments of full, half'and '/o hours) half
$ 60.00
per houri
90.00
per hour
2. What is your % markup on parts?
markup,—from R&R r-nGt
15-40
" LIST PRICE BOOK"
3. Do you provide pickup and delivery of vehicles?
Yes
No
If yes, what is the mileage charge? $
4. Could you respond to a pickup 24 hours a day?
Yes
No
6. Miles from your location to City' Fleet Services Garage ( 206
Municipal Drive, Lubbock, Texas 79403)
1 .5
miles
I'Ili ,N78 -031 -..MA -Addendum n I
Initial
house
service
call
ITB 008-031 -AlA, Fleavy N'chicle & Equipment Maintenance and Repairs
** REVISED **
BID FORM
Heavy Vehicle & Equipment Maintenance and Repairs
CITY OF LUBBOCK, TEXAS
ITB #08 -031 -MA
In compliance with the Invitation to Bid 908-031-INIA , 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 firm. The Invitation to Bid 408 -03I -MIA is by
reference incorporated in this contract. The Bid Form must be completed in blue or black ink or by typewriter.
3. Category: Trailers Utility Pipe, Hay, Equipment, and Cargo
Current Fleet: 310
(please print your information)
I . What is you labor rate per hour?
(Billed in increments oJ: full, ha?f and %r how -s) half
$ 60.00
per hour i
90.00 per
hour
2. What is your % markup on parts?
mar -kelp from R&B cost
15 -
40-%
"LIST PRICE BOOK"
3. Do you provide pickup and delivery of vehicles?
If yes, what is the mileage? $
Yes
bo
4. Could you respond to a pickup 24 hours a day?
Yes
No
6. Miles from your location to City' Fleet Services Garage ( 206
Municipal Drive, Lubbock, Texas 79403 _71
.5
miles
ITB A . ,Addendum � I
Initiat
l�
i house
Service
call
ITB 008 -031 -NIA, Heavy Vehicle .& Equipment .Maintenance and Repairs
** REVISED **
BID FORM
Heavy Vehicle & Equipment Maintenance and Repairs
CITY OF LUBBOCK, TEXAS
ITB #08 -031 -MA
In compliance with the Invitation to Bid #08 -031 -MA , the undersigned Bidder having e.xamined 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 108 -031 -IIIA is by
reference incorporated in this contract. The Bid Form must be completed in blue or black ink or by typewriter.
4. Category: Forklifts: Clark, Hyster, Cat, Daewoo, Case, Hilift, Princeton
Current Fleet: 24
(please print your information)
1. What is you labor rate per hour?
(Billed in increments of f idl, huff and '/e how -s) half
$ 60.00 per hour i
2. What is your % markup on parts?
markup from R&B cost
15 - 40 %
"LIST PRICE BOOK"
3. Do you provide pickup and delivery of vehicles?
Yes
If yes, what is the mileage charge? $
4. Could you respond to a pickup 24 hours a day?
Yes
CNo
6. Miles from your location to City' Fleet Services Garage ( 206
Municipal Drive, Lubbock. Texas 79403.
1 .5 miles
11A X10 -031 -,NAA ..Addendum d I
Initial�) L
'J
houE
cafi
ITB #os-03wwt , Heavy Vehicle & Equipment Maintenance and Repairs
Vendor shall mark the appropriate services offered by their company in the corresponding boxes under
"General Repairs" and/or "Specific Service Repairs'
Category 1
Trucks
General Repairs Specific Service Repairs
Chassis Group
Heating, Ventilation, Air -
Conditioning
Drive Train Group
Hydraulics
En gine Group
Electrical x
Accessories Group
Alignments
Welding / Fabricating 1XI
Category 2
Off -Road Equipment
General Repairs
Cateiory 3
Trailers
Category 4
Forklifts
Specific Service Repairs
Chassis Group
Heating, Ventilation, Air-
Conditionin
Drive Train Group
Hydraulics
Engine Group
Electrical
Accessories Group
Alignments
Welding/ Fabricating
General Repairs Specific Service Repairs
Chassis Group
Heating, Ventilation, Air-
Conditionin
Drive Train Group
Hydraulics x
Engine Group
Electrical
Accessories Group_
_
A_li nments
Welding / Fabricating
General Repairs Specific Service Repairs
Chassis Group
Heating, Ventilation, Air -
Conditioning
Drive Train Group
Hydraulics x
Engine Group
Electrical
Accessories Grou2+1
Ali nments
Welding / Fabricating
t'I'B . 08 -631 -MA , Addendiun 4I
Initial � )
(J
iT13 k08-031-1*I:\ , Ileavy Vehicle & Equipment Maintenance and Repain
PAYMEN i' TERMS AND DISCOUNTS - Bidder oilers a prompt pa) ment discount of 1 - 0 ",O, net 15 calendar days. Discounts will not
he considered in determining low bid. t htless otherwise indicated on the Bid Form. pa} ment terms will he NE r "i"11IRTY DAYS. The Cite a II
pay the successtid bidder within thirty days atter the receipt of it 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 ofdays still be interpreted as applying within the stipulated
number of calendar days atter the date of receipt by the City of a correct invoice or after the date of acceptance that meets contract requirements.
whichever event occurs later. Discounts for payment in less than ten days will not be considered.
MOST FAVOURED PRICING: The Bidder certifies that the price quoted is not in excess of the lowest price charged anyone else, including its most
favoured customer, for like quality and quantity of the products/seryices: does not include an element of profit on the sale in excess of that normally
obtained by the Bidder on the sale of productsisery ices of like quality and quantity; and does not include any provision for discounts to ceiling
agents. If at any time during the contract period, the supplier should sell or otter tier ;ale to any other customer. an equal or less quantil ol'snndar
contract products of like or better quality, at a lower net priccys) than provided herein. supplier agrees to notitj. tit City and sell same product(s) at
the lower pricets) on all deliveries made during the period in which such lower pnceis) is ettcctive.
INTERLOCAL PURCHASING (optional): The City desires to make available to other local governmental entities of
the State of Texas, by mutual agreement with the successful bidder, and properly authorized interlocal purchasing
agreements as provided for by the Interlocal Cooperation Act (Chapter 791, Government Code), the right to purchase
the same services, at the prices quoted, for the period of this contract. Each bidder shall indicate on the Bid Font 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 Frenship Independent School
District, Lubbock Housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock
independent School District, South Plains Association of Governments, City of Texarkana, Texas Tech
University, West Texas Municipal Power Agency, Lynn County, and City of Wolfforth.
YES NO X
• If you (the bidder) checked YES, the following will apply:
• Governmental entities utilizing interlocal Agreements for Cooperative Purchasing with the City of Lubbock
will be eligible, but not obligated, to purchase materials/seryices 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/seryice as
needed.
THIS BID IS SUBMITTED BY R & B Bearings & Hydrau1icragorpJriiQorganized under the laws of the
State of Texas , or a partnership consisting of or an individual trading
as of the City of Lubbock
Firm
Address: 1002 North Ave O Drive
city: Lubbock, state: TX zip &9403
MAYBE Firm: Woman Black American Native American
X Hispanic American Asian Pacific American Other (Snecifv)
By
l uthorr_ed Re/n esenwure - utast sign b)• hand
9"-.2 /.L,
Officer Name and "ritic: J i m S Lara Prim S i deLlt _
Please Pratt
Business"I'clephuneNumher_ $06-765-638-9.--� — FAr:__$Qfi---7765-6244
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING_
DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS.
11 13 1;(;8-03 I -Lt\ . Addendum ': t
Initial /f
ITB #08431 -MA, Heovy vehicle & Egdpmmt Malotenance and Repahs
Heavy Vehicle & Equipment maintenance and Repairs
CITY OF LUBBOCK, TEXAS
ITB #08 -03I -MA
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.
I. INSTRUCTIONS TO BIDDERS
BID DELIVERY, TIME & DATE
1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish Heavy Vehicle &
Equipment Maintenance and Repairs per the attached specifications. Sealed bids will be received no
later than 3:00 p.m. p.m. CST, April 17, 2008, if dateltime stamped on or before 3:00 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 #08 -031 -MA , Heavy Vehicle & Equipment Maintenance and Repairs " 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:
Marta Alvarez, 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 pre-bid meeting will be held at
10:00 a.m.. April 7. 2008 , in LOI Traininz_Room_ in Ci_tY Ha11 1625.13`" Street_ Lubbock Texas. All
persons attending the conference will be asked to ntify 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 available
ITB #0R -031 -MA . Heavy Vehicle & Equipment Mainienance and Repairs Service
ITB #W01 -MA, Heavy Vebkle & Egn1pmeat Maintenance and Repahe
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.
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
single source. Such notification must be submitted'in writing and must be received by the Purchasing
Manager 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:
[buyer name], Buyer
City of Lubbock
1625 131" Street
Lubbock, Texas 79401
Fax: (306)775-2164
Email: malvarez(ii mylubbock.us
RFPDepot: http://www.bid.ci,norwalk.ct.us./ ht://www.RFPdcpotxorYi
ADDENDA & MODIFICATIONS
4.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the
Internet athttp://www.bid.ci.norwalk.ct.us./ httn://www.RFPdepot.com. 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 athttP://www. bid.ci,norwalk.ct.us./ htty://www.RFPdepot.coxn 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.
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.
ITB 40"31 MA , Heavy Vehicle & Equipment Maintenance and Repairs Service
ITB #08431 -NU, Heavy V ebicle & Equipmeat Maintenance and Repairs
6 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.
BID PREPARATION COSTS
7.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay My 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 frtancial 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 ftttaticial information that may be withheld from public
inspection will be made by the Texas Attorney General or a court of competent jurisdiction. 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 itis determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction
ITB 90R -031 -MA . Heavy Vehicle tit Equipment Maintenance and Repairs Service
ITB #00.031 -MA , Heavy Vehicle & Equipment Maintenance and Repairs
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 CONFIDENTLkUPROPRIETARY is not in conformance with the Texas Open
Records Act.
9 LICENSES, PERMITS, TAXES
9.1 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
ITB, 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.
11 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;
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.
ITB ,M"3I-MA . Heavy Vehicle & Equipment Maintenance and Repairs Service
ITB "S -031 -MA, Heavy Vehieie & Equipment Maintenance and Repairs
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.
I3.3 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. In 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.
14 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.
15 SPECIFICATIONS
15.1 Any catalog, brand name or manufacturer's 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 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
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.
!TB 10"31 -MA, Heavy Vchick & Equipment Maintmance and Rcpairs Service
ITB #08431 -MA, Heavy Vehicle & Equipment Maintenance and Repairs
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 samplc(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.
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 II. 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
ITB AR -031 -MA , Heavy Vehicle & Equipment Maintenance and Repairs Service
ITB #08 -031 -MA, Heavy vehicle & Equipment Maintenance and Repairs
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 Manager.
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.
21 CONSIDERATION OF LOCATION OF BIDDER'S PRINCIPAL PLACE OF BUSINESS
21.1 Pursuant to Subchapter Z, Chapter 271, Texas Local Government Code, In purchasing under this title any
real property, personal property that is not affixed to real property, or services, if a municipality receives
one or more competitive sealed bids from a bidder whose principal place of business is in the municipality
and whose bid is within five percent of the lowest bid price received by the municipality from a bidder who
is not a resident of the municipality, the municipality may enter into a contract with:
(1) the lowest bidder; or
(2) the bidder whose principal place of business is in the municipality if the governing body of the
municipality determines, in writing, that the local bidder offers the municipality the best combination
of contract price and additional economic development opportunities for the municipality created by
the contract award, including the employment of residents of the municipality and increased tax
revenues to the municipality.
21.2 This section does not apply to the purchase of telecommunications services or information services, as
those terms are defined by 47 U.S.C. Section 153.
21.3 In order to receive consideration, bidders must submit an Affidavit of Eligibility.
22 CONTRACT TERM AND PRICING
22.1 The contract shall be for a term of five years, said date of term beginning upon City Council date of
formal approval.
22.2 Listed quantities are estimates only.
23 TERMINATION OF CONTRACT
This contract shall remain in effect until the expiration date, performance of services ordered, or termination of by
either party with a thirty (30) day written notice. Such written notice must state the reason for cancellation. The
City of Lubbock reserves the right to award the canceled contract to the next lowest and best bidder as it deems to
be in the best interest of the city.
ITB #0R -031 -MA . Heavy Vehicle & Equipment Maintenance and Repairs Service
ITB "&031 -MA, Heavy Vehicle & Equipment Maintenance and Repairs
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 City's business. Awards should be made approximately two
to six weeks after the opening date. If you have anv questions, please contact the City of Lubbock Purchasing Manager at
(806) 775-2572.
ITB x08-031 -SAA, Heavy Vehicle & Equipment Maintenance and Repairs Service
ITB #08431 -MA , Heavy vehicle & Equipment Maintenance and Repairs
c. Provide for notice to the City at the address shown below by registered mail;
d. The Contractor agrees to waive subrogation against the City of Lubbock, its officers, employees, and elected
representatives for injuries, including death, property damage, or any other loss to the extent same may be covered
by the proceeds of insurance;
e. Provide that all provisions of this contract concerning liability, duty, and standard of care together with the
indemnification provision, shalt be underwritten by contractual liability coverage sufficient to include such
obligations within applicable policies.
f. 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:
Marta Alvarez, Purchasing Manager
City of Lubbock
1625 13`h 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.
ITB #0"31 -MA, Heavy Vehicle & Equipment Maintenance and Repairs Service
IT8 #08431 -MA, Heavy Vehicle & Equipment Maintenance and Repairs
Ill. 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.
1 RegWiy eats CQn Ct: 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.
2 Nonaoorooriatioa: 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.
3 Igves: oicContractor shall submit separate invoices, in duplicate, on each purchase order or purchase release after each delivery. Invoices shell
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 City Against ln_f cements: 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 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 amending, or the making of airy 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.
6 Force Majeure: Neither parry 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.
7 Assiamm At-Deleggi�o 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.
8 Material Safety Data Sheets: Seller shall provide the City of Lubbock with current Material Safety Data Sheets (MSDS) for each chemical defined as
hazardous under the Texas Hazard Communication Act (every chemical bearing any manner of warning label on the container) 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.)
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 party'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 l L*nsatrsta___Q Want: 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 Snecifration: 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
ITB ,bR-03I-MA, Heavy Vehicle & Equipment Maintenance and Repairs Service
ITR #0&831 -MA, Heavy Vehlek & Equip®eat Maintenance and Repairs
under this contract shall be new, unused, of the latest product in production to commercial trade, and shalt 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.
14 EnvLroamental Stewardship
The City of Lubbock is fully committed to environmental excellence. It is the policy of the City to demonstrate sound environmental performance by
controlling and mitigating the environmental impact of City activities, operations, and services. This commitment extends to the procurement and
contracting process. Contractors and suppliers selected to provide services and materials to the City are required to uphold an equally high standard. To
that end all contractors and suppliers hired by the City agree to maintain full compliance with any and all applicable environmental regulations. In
addition, contractors and suppliers agree to implement whatever processes and procedures necessary to reduce and eliminate pollution and wastes and
conserve natural resources while under contract with the City. To the greatest extent possible, while still delivering the highest quality service or
material. City contractors and suppliers, as well as any sub -contractors under their supervision, will:
• minimize waste and pollution generation;
• conserve natural resources and energy;
• minimize the use of hazardous materials by choosing the least toxic - yet effective - materials and products;
• use the highest available post -consumer content materials and products;
• recycle and/or reuse as much as is possible, waste materials; and incorporate into project design energy efficient fixtures, appliances
and mechanical equipment.
15 The l: itv Riaht to Audit
At any time during the term of this 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 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 thirty
(30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor.
ITB 408 -03I -NA, Heavy Vehicle & Equipment Maintenance and Repairs Service
ITB k08 -031 -NIA . Neavy Vehicle & Equipment Maintenance and Repairs
Heavy Vehicle & Equipment Maintenance and Repairs
CITY OF LUBBOCK. TEXAS
ITB #08 -031 -MA
GENERAL SPECIFICATIONS FOR
HEAVY VEHICLE & EQUIPMENT MAINTENANCE AND REPAIRS
Scope
The City of Lubbock ("the, City) is seeking a contract for maintenance and repairs of heavy vehicles and
equipment. ' . The successful bidder ("the Company") will
provide corrective maintenance and repairs to heavy vehicles and equipment not covered under any
manufacturer's warranty, unless the Company is the authorized warranty dealer, to maintain fleet
availability for the City. Maintenance and repairs include the following General System Repair Groups and
Specific Service Repair Groups:
General Repair Groups
• Air Conditioning, Heating, & Ventilating System
• Chassis Group includes but not limited to Brakes, Steering, Axles, Suspension
• Drive Train Group includes but not limited to Clutches, Automatic & Manual Transmissions,
Driveshafts
• Engine Group includes but not limited to Diesel & Gas Engines
• Accessories Group includes but not limited to Batteries, Power Take Offs, Winches, Horns, Alarms
Specific Service Repair Groups
• Heating, Ventilation, Air -Conditioning
• Hydraulics
• Electrical
• Alignments
• Welding/Fabricating
Equipment & Truck Categories
The following is a current list of categories of City vehicles and equipment, by Category, that are included
in thic mnintPnnnt-P and rmnir contract.
Category
Estimated Qty.
Description
1) Trucks
241
Class 6-7-8
2) Off -Road Equipment
146
Tractors, Backhoes, Loaders, Excavators, Dozers, Graders,
Scrapers, Cranes
3) Trailers
310
Utility, Pipe, Hay, Equipment, Crew, Cargo
4) Forklifts
24
Clark, Hyster, Cat, Daewoo, Case, Hilift, Princeton
P1-13 08 -031 -NIA, Addendum 91
Initial
ITB #08 -031 -MA, Heavy vehkk k Equipment Malatenance and Repairs
Labor Guide
The vendor is required to provide the name of the current Labor Guide software and version used to provide repair
costs. The City of Lubbock reserves the right to audit the labor hours charged out to each job. All overcharges
will be brought to the attention of the vendor. The vendor shall issue a check for the overcharge amount. The
check shall reference the City of Lubbock's work order number. If the program is proprietary, the vendor shall
grant access to the City of Lubbock's Fleet Services Department for audit purposes.
Labor guide software not available for our field — labor charges
Program Name / Version actual hours or
quoted price.
Work Authorization
Vehicle shop repairs will be estimated on a per job basis with a fixed SHOP LABOR RATE per hour as stated on
the Bid Form. Prior to the start of any vehicle repair, the Company must provide a written repair estimate by a
trained technician. Estimates must include parts at the quoted cost rate. All estimates shall be at no charge to the
City. The Company must obtain a work order number and authorization to perform the work from the City of
Lubbock fleet department designee before making any repairs. The Company must also obtain City approval for
the type of repairs and the cost of repairs before proceeding with the work. The Company must submit a copy of
the Work Order along with the Company'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 V or E number assigned by the City, 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 Company
will not be reimbursed for any services, parts, or supplies.
Repair Time Notifications
The Company 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, the vendor shall open a new vendor 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.
Parts, Supplies and Services
ITB h08 -031 -MA , Heavy Vehicle & Equipment Mainicnance and Repairs Service