Loading...
HomeMy WebLinkAboutResolution - 2007-R0121 - Contract - Bill Williams Tire - Tires, Installation, And Flat Repair - 03/22/2007Resolution No. 2.007-RO121 March 22, 2007 Item No. 5.22 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LU1313OCK: THAT the City Council of the City of Lubbock hereby authorizes and directs the Mayor of the City of Lubbock to execute a Contract by and between the City of Lubbock and Bill Williams Tire of Lubbock, Texas, for tires, installation and flat repair services for City vehicles, ITB 07 -006 -MA, which Contract and any associated documents, are attached hereto and made a part of this Resolution for all intents and purposes. Passed by the City Council this 22nd day of ATTEST: Relfecca Garza, City Secret March , 2007. r— DAVID A. NftLLER, MAYOR i APPROVED AS TO CONTENT: Marf Yearw d Assistant City Manager/Chief Information Officer APPROVED AS- O FORM: Vandiver, Attorney cf Counsel DDres/Will ams'CireOConRes March 12, 2007 Resolution No. 2007-R0121 CITY OF LUBBOCK CONTRACT FOR SERVICES For Tires, Installation and Flat Repair Services - Annual Pricing CITY OF LUBBOCK, TEXAS ITB #07 -006 -MA THIS CONTRACT, made and entered into this 22nd day of March, 2007, pursuant to a resolution heretofore adopted by the City of Lubbock, Texas, by and between the City of Lubbock ("City"), and Bill Williams Tire, ("Contractor"). WITNESSETH: WHEREAS, the City of Lubbock duly advertised for bids for Tires, Installation and Flat Repair Services - Annual Pricing 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 Tires Installation and Flat Repair Services - Annual Pricing. NOW, THEREFORE, in consideration of the mutual agreement contained herein, as well as the financial consideration hereinafter referred to, the parties hereby covenant and agree as follows: 1. In accordance with City's specifications and Contractor's bid, copies of which specifications and bid are attached hereto and made part hereof, Contractor will deliver to the City the Services specifically referred to as Group(s) No. 1-4, 6-8 and more particularly described in the bid submitted by the Contractor or in the specifications attached hereto. 2. The City promises and agrees to employ, and does employ, the Contractor to cause to be done the work provided for in this Contract and to complete and finish the same according to the attached specifications, offer, and terms and conditions contained herein. The City agrees to pay the Contractor according to the payment schedule attached; said payment schedule does not include any applicable sales or use tax. 3. The Contractor shall perform the work according to the procedure outlined in the specifications and Invitation to Bid attached hereto and incorporated herein. The term of the contract shall be for three years and may be extended for an additional one-year, upon mutual agreement between the City of Lubbock under the same terms and conditions. 4. Contractor shall at all times be an independent contractor and not an agent or representative of City with regard to performance of the Services. Contractor shall not represent that it is, or hold itself out as, an agent or representative of City. In no event shall Contractor be authorized to enter into any agreement or undertaking for or on behalf of City. 5. 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: Worker's Compensation - The Contractor shall elect to obtain worker's compensation coverage pursuant to Section 406.002 of the Texas Labor Code. Further, Contractor shall maintain said coverage throughout the term of the Contract and shall comply with all provisions of Title 5 of the Texas Labor Code to ensure that the Contractor maintains said coverage. Any termination of worker's compensation insurance coverage by contractor or any cancellation or non -renewal of worker's compensation insurance coverage for the Contractor shall be a material breach of this Contract." The contractor may maintain Occupational Medical and Disability Insurance in lieu of Workers' Compensation. In either event, the policy must be endorsed to include a wavier of subrogation in favor of the CITY OF LUBBOCK. Employers Liability 500,000. Type of Insurance Endorsement/Limits Commercial General Liability - Occurrence General Aggregate 300,000 Products Comp/Op AGG Personal & Adv. Injury Automotive Liability Any Auto Combined Single Limit 300,000 Garage Liability Any Auto 300,000 Aggregate The City of Lubbock shall be named as primary additional insured on Auto/General Liability The City of Lubbock, its agents, elected and appointed officials, and employees are to be listed as additional insureds under the policies. The contractor will provide a Certificate of Insurance to the City as evidence of coverage. The certificate will provide 30 days notice of cancellation, and under the cancellation section, the wording "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" will be crossed out. A copy of the additional insured endorsement attached to the policy will be included with the certificate. 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. 6. Neither the City nor the Contractor shall assign, transfer or encumber any rights, duties or interests accruing from this Contract without the written consent of the other. 7. This Contract consists of the following documents set forth herein; Invitation to Bid #[number], General Conditions, Specifications, and the Bid Form. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first above written. Executed in triplicate. CITY OF LUBBOCK f �! David A. Mil Mayor ATTEST: &P e cca Garza, CitySecretary APPROVED A5 TO ONTENT: SaIrkAwdod, Aofstant City anager APPROVED AS TO FORM: Assistant City / omey CONTRAC OR BY /� uv� Authorized Representative Address Bill Williams Tire 1105 E. Slaton Hwy Lubbock, Texas 79404 Resolution No. 2007—RO121 SUBMIT TO: CITY OF LUI3BOCK i / CITY OF LUBBOM TEXAS Purchasing & Contract Management 1625 IP Street, Ren 204 f Lubbock, Tx 79401-3830 AN EQUAL OPPORTUNITY EMPLOYER INVITATION TO BID #07-006—MA CONTACT PERSON: C A22�WL TEL: 806.775.2167 FAX: 806.775.2164 http://purcbasing.ci.lubbock.tx.us TITLE: Tires, Installation and Flat Repair Services - Annual SUBMITTAL DEADLINE_ Pricing February 22, 2007, 3:00 p.m. CST PRE BID DATE, TIME AND LOCATION: February 8, 2007 at 10:00 AM bids +v d z9%rU the firm a of date listed above, rrvirdleu ojffir A. NL In the City Hall, 162513` Street, Purchasing Conference me& cfddever7 Aall be reauxed wwperted Room 204 Lubbock., Texas. RESPONDENT NAME: r 'Bill LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, I J l S e .,U-"4 1 THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS. MAILING ADDRESS: IF RETURNING AS A "NO BID", PLEASE COMPLETE AND RETURN THE 1105 f- 5 -ro 1, l&V "STATEMENT OF NO BID". CITY - STATE - ZIP: THE CITY OF LUBBOCK RESERVES THE RIGHT TO ACCEPT OR REJECT )L ANY AND ALL BIDS IN WHOLE OR IN PART AND WAIVE ANY INFORNLkMY IN THE COMPETITIVE BID PROCESS. FURTHER, THE CITY RESERVES THE RIGHT TO ENTER INTO ANY CONTRACT DEEMED TO BE TELEPHONE NO: ©� 4 g3 IN THE BEST INTEREST OF THE CITY. IT IS THE INTENT AND PURPOSE OF THE CITY OF LUBBOCK THAT THIS FAX O: " 05',S-7 REQUEST PERMITS COMPETITIVE BIDS. IT IS THE BIDDER'S RESPONSIBILITY TO ADVISE THE CITY OF LLTBBOCK PURCHASING E-MAIL- C I AAl, b. CO n+ MANAGER IF ANY LANGUAGE, REQUIREMENTS, ETC., OR ANY COMBINATIONS THEREOF, INADVERTENTLY RESTRICTS OR LIMITS THE REQUIREMENTS STATED IN THIS ITB TO A SINGLE SOURCE. SUCH FEDERAFEDERAL TAX ID NO. OR SOCIAL SECURITY NO. NOTIFICATION MUST BE SUBMITTED IN WRITING AND MUST BE 1-75 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 RF'PDEPOT.COM The City of Lubbock Charier atatem 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 articleypurchmod. Will any offirca or employee of the City, or member of their immediate family, benefit from the award of" bid to the above firm?i YES—✓ NO IN COMPLIANCE WITH THIS SOLICITATION, THE UNDERSIGNED BIDDER HAVING EXAMINED THE INVITATION TO BID AND SPECIFICATIONS, AND BEING FAMILIAR WITH THE CONDITIONS TO BE MET, HEREBY SUBMITS THE FOLLOWING BID FOR FURNISHING THE MATERIAL, EQUIPMENT, LABOR AND EVERYTHING NECESSARY FOR PROVIDING THE ITEMS LISTED ON THE ATTACHED BID FORM AND AGREES TO DELIVER SAID ITEMS AT THE LOCATIONS AND FOR THE PRICES SET FORTH ON THE BID FORM. AN INDIVIDUAL AUTHORIZED TO BIND THE COMPANY MUST SIGN THE FOLLOWING SECTION. FAILURE TO EXECUTE THIS PORTION MAY RESULT IN BID REJECTION. By my signature I certify that this offer is made without prior understanding, agreement, or connection with any corporation, firm, business entity, or person submitting an offer for the same materials, supplies, equipment, or service(s), aind is in all respects fair and without collusion or fraud. I further agree that if the offer is accepted, the offeror will convey, sell, assign, or transfer to the City of Lubbock all right, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti- t laws of the United States and the State of Texas for price fixing relating to the particular commodity(s) or seryice (s) purchased or acquired by tha C' bbock. At the City's discretion, such assignment shall be made and became effective at the time the City tenders final payment to the vendor. 1 Anthorizal-Signsture Title 1419-0 VJLLw}�UrI4-L J? a? -07 PrinuType Name Date THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR RESPONSE C P -i El (A) BID FORM Tires, Installation and Flat Repair Services - Annual Pricing CITY OF LUBBOCK, TEXAS ITB #07 -006 -MA In compliance with the Invitation to Bid #07-OO&NU, the undersigned Bidder having examined the Imitation 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 farm. The Invitation to Bid #07 -006 -MA is by reference incorporated in this contract. The Bid Formm must be completed in blue or black ink or by typewriter. GROUP 1 PASSENGER TIRES N ! ` N n CI�AeZnE 60,000 mile Limited Warranty, Ail Season Tread (Aft OR All Terrnin Tread (Arr), Standard Laad Range, OEM Tires Only lba s TIRE SIZE b EST. Q.I.y c 'I RE UNIT d BALANCING e VALVE STEM f TIRE DISPOSAL MOUNTING TOTAL TIRE COST TOTAL TIRE PRICE EACH EACH EACH EACH c+ d+ e+f + COST a h I P155/80R13 A/S00 p Tire M( fius1a r_ M1,390J� i $ $ C $ NIC $ N/�- $ t' & 30 $ 30aa 30 J 2. P145/75R14 AIS 5 $ $ $ $ $ $ $ Tire Mfg. FAESTONEFR%O V 35 We, NIC NJ /c NIC 0 3S 0 I -75 3. P205/75R15 A/S 14 $ S S $ S $ $ Tire Mfg ����1oNE FR380 4000 Nl�', N C / NIC N/'�C 40"D pa S&O 4. P205/65R15 AIS 8 $ $ $ $ $ $ Tire Mfg. BTP E FOR 1 4000 C NIC NSC 4 u 32-0 5. P205170HR15 A/S PURS�UIITS� E� 12 $ CO $ $ S $ $ ao $ pa Tin Mfg HCTI I�ti 30 52 NJ Ci i.' tj c N C Z �� 6. P215/70HR 15 A/S RSUIT TIRE KVSTONt 30 $ $ $ $ $$ oc $ oe Tim Wr,'-� ,-f L��la so fc Nr NrC s� I 7. P215/75R15 AIS 7 S po $ 0 $ 00 i� Tire Mfg. Bili 2 J� 0 q S I �' G (� Y 315 8. P215/65R15 A/S 13 $$ $ S $ $ $ Tire Mfg, r1Q 5T4rvE F�3ga `� 00 N N/C c. q7 °O lit N/ N% 0ILiC-,1riA1. WA :-- NOT APP1Pc.46LF_ GROUP 1 (continued) a b c d e f g h i of TIRE SIZE EST. TIRE BALANCING VALVE TIRE MOUNTING TOTAL TIRE TOTAL TIRE QTY UNIT STEM DISPOSAL COST COST PRICE EACH EACH EACH EACHc + d + e +f + : 9. P225/70HRIS AIS PURSUIT TIRE 3 S 00 S S 1 $ I S $oa G� 0 $ ao Tire Mf H S N 0 NII N N f G Iv - _ ISO 10. P235/70HR15 AIS PURSUITTIRE 2 $ 00 S IC S S $ $ c�0 $ no Tire Mf %MWtL ' 0 N N,/C Al %C N C © 12-0 11. P215/60R16 AIS iL�J�Q 6 Soo 43 S $ G S $ �C $ e0 3 $ 58 " Tire Mf fim%ONE + 12. P215/70R16 A/S Ff #-I 'S a ONE ' 'T 1 $ po 5$ $ $ $ / S �� S Va S$ S on S S Tire Mf Af- N C N G ! C. N 13. P225/60HRM A/S PURSUITTIRE -rook- PUy 616$ Do $ C $ $ A $ $ ts9 1500 $ ao Tire Mf Urs GN -P/C- I4. P235/70VR16 AIS PURSUIT TIRE ' 22 $ 0p � $ S r k S $ S $ C co rD .3 $ ea �7 {i Tire M[ t 61 O NJ N N C f C. 15. P235/75R16 A/T 1Fhtf'>T04V 4 $ DO $ $ S IC S / $ 00 a $ 2 j_�� no Tire Mf VEsYifjATI'P P-lT C /C 16. P235/75R16 AIS F-12fST0NIE 65 S op $ $ $ $ S 00 $ 00 Tire Mf r)f�'(r')VA.'Ibn1 LE C �. c %s 4g2-0 17. IP255/70RI6 AIS VIQFS 10NE iN 4 SO0 $ /C $ S $ S ofl GaD $ Z40oe Tire Mf ! TiLE C 18, P235/55VR17 A/S gU UIT TIRE ft -roNE 12 $ p0 SN S $ $ $ S o S ea Tire Mf fi A9 T2 C. ( C 19. P245/65R17 A/S fiMTONE im 2 $ p0 r7q S /C S $ S $ vv S TireMfg. DtslnLZ G P•y A, 20. P265/70RI7 AIT FiPeS'faNry '6 21 S do © $ IC $ j $ /c- $ lG $ av $ A4 ' f 3 Tire Mf D3 r� TOTALS FOR GROUP 1 Passenger Tires 410$ ADDITIONAL COST PER TIRE I . S' � c 'G✓" INtr 1. Flat Repair, per tine S Svc 2. Mobile Service for flat repair or new tire, installation, per tire. CAAE&E OGk 1 t J -S 3. Front End Alignment Is A WA :-- NOT APP1Pc.46LF_ OR iOi NAL - GROUP 2 LIGHT TRUCK TIRES 50,000 mile Limited Warranty, All Season Tread, (HIT), All Terrain Tread (API) or Aggressive Block Tread (MVP), Lord Range as Indicated, OEM Tires Only a b c d e f 9 h i item TIRE SIZE EST. TIRE BALANCING VALVE TIRE MOUNTING QTS' UNIT EACH STEM DISPOSAL EACH TOTAL TIRE TOTAL TIRE PRICE EACH EACH COST COST (c + d + e +f + g) (b i h) 1 LT215/75R15 Ari 6 PLY 1 $ 00 $ $ $ $ $ $ Tire Mfg d E� pj 6fa Q aa 1-1 1 e- G G C �`1 0 o —741 2. LT235/75R15 HIT 6 PLYRfS191VE 3 $ $ $ $ $ $ $ Tire Mfg. TIZONC3FOR r'p0 4 /l✓ j! tQlC C l q D t] 190 192- 3. LT235/75R15 A/T 6 PLY VjZe -r0tje 16 $ $ $ $ $ $ $ Tire Mfg. T¢ftFjSF04( Ad 50 0 G N G C 1 J c / 0 rO o ( oC 10LAO 4, LT215/85R16 1- /T 10 PLY F1 LES7pNe 27 $ 'S $ $ $ $ $ The Mfg y �,1 N s 2 Q% 0o N k G ! , iti D a I% 2 FS ° 5. LT215/85R16 AIT 10 PLY �RffST#IYE 19 $ $ $ $ $ $ $ av Tire Mfg. f SNS Ce A H OD to C- N / IC / N foo { ! 6. LT225/75R16 H/T 10 PLY f:fjfS7pjVe 21 $ p0 $ /C $ $ $ $ G� $ f 3 2-3 od 132-300 Tire Mfg. 7WaANSVHIT 6,;N L C +u 7 7. LT225I75R16 A/T 10 PLY FItES70NE 25 $DO $ $ $ °S $ no $ Do Tire Mfg. Taftlisp 1 c C C La 17 s 8. LT235/70R16 A/T 10 PLY 4 $ L90 $ $ $ $ S $ pa Tire Mfg. n '� ' I 6q NIC N I C oa // 9. LT235/85R16 H/T 10 PLY FIf6liNi 14 $ 00 $ $ $ $ $ $ ca Tire Mfg. :L -ow S E 41T N L' N& L 300 Z 10. LT235/85RI6 AIT 10 PLY HMUNG 22 $ 00 $ $ $ $ $ Op $ po Tire Mfg. Tig S fiwc f, 4 � % ! C � n► C I L452- I1. LT235/85RI6 NUT 10 PLY 6tE TOTE 20 $ $ $ $ $ $ C c $ an Tire Mfg. X5 n T `Oa (35 N �� N — C 1-700 12. LT245/70RL6 Ail" 10 PLY Tire Mfg. !'n+�+.' 11 $ 61 co $ N �� $ 11.I ILN,�L $ $ N f C $ �� oo $ t-7 ! 3-7 �D ibn A- � aILi 6- 'p L N�a = too} lk?P li c.04le. GROUP 2 (Continued) s b c d e f g h i JYM TIRE SIZE EST. QTY 'TIRE UNIT BALANCING VALVE STEM TIRE DISPOSAL MOUNTING TOTAL TIRE COST TOTAL TIRE COST PRICE EACH EACH EACH EACH c + d + e +f + s h 13. LT245/75R16 H/T 10 PLY Fj 0-(j)!AL 62 $ $ $ $ $ $ $ Tire Mfg k-*wsfo,-Le- Aft 00 C C 00 � C oa 3-7,82- �� 14. LT245/75RI6 AIT 10 PLY gitf,5)fnt 117 $ $ $ $ $ $ $ dp Tire Ttt Mfg. 14NSi°OfGC Alf t00 / Lt 6 L 1 t � �11a�C C / 400 [f� 15. LT245/75R16 MIT 10PLY•fW$6a4 10 $ $ $ $ $ $ cru $ Tire Mfg. p e41 nAA10n 00 +� N L C mk gi� 8'0 16. LT25517OR 16 A/T 10 PLY 4 $ v o $ $ $ $ $ Vo $ Tire Mfg. "f I l p 3 C J N f C N /C L4 k2,0' 17. LT265/75RI6 IPT 10 PLY F;RtS1FAf- 6 $ 00 $ $ $ $ $ $ 00 Tire Mfg. Uftw5r0 at WT 61 rq C N/c o0 4 0 2- 18. 18. LT265/75R16 A/T 10 PLY "f iliWont- 35 $ $ $ $ $ $ $ 00 Tire Mfg. "C1C44"wsev(. A l I QG0 U 1 G / by (0� -41 5 19. LT245/70R 17 H/T 10 PLY f W S•}W 21 $ 04 $ S S $ $ o o $ ao Tire Mfg. I i lus fo at Or Iq C /c W C S D to $0 20. LT245/70R17 AIT 10 PLYlit4lAon! 20 $ 00 $ $ $ $ $ tl 0 $ oe `% Tire Mfg. (a A-v5F4rLE A� 1 } �'S � e- L � � 110 21. LT275/65R1g A/T 10 PLYRfirSitnC 4$ $ $ $ $ $ GO $ Tire Mfg. ATIs LG 12q p0 L j Z q 22. LT275/70R18 HITii 10PLY 13 $ 00 $ $ $ $ $ ©a $ oa Tire Mfg. e0p)tnW4.1 �fk( 1�Q N C Ai/t" // 0Cl.Yr+� TOTALS FOR GROUP 2 Light Truck Tires �[f0 5 3 4�01 ADDITIONAL COSI PER TIRE Me - 1. Flat Repair, per tire $ © O 2. Mobile Service for flat repair or new tire, installation, per tire. i p �' ( nj2j U6, $ 3. Front End Alignment $ N�a = too} lk?P li c.04le. Cbei rAt:1-L REVISES"" GROUP 3 HEAVY TRUCK TIRES ITB 0 07 -006 -MA, Addendum *t Standard Mfg. Limited Warranty, Tubeless, Commercial Steer Tire (HWY), Commercial Deep Drive Tires (MVS), Load Range as Indicated, OEM Tires Only ITB$07-006-MAAd1 a b c d e f 9 h i Item TIRE SIZE EST. TIRE BALANCING VALVE TIRE MOUNTING TOTAL TIRE TOTAL TIRE QTY UNIT EACH STEM DISPOSAL EACH COST COST PRICE EACH EACH (c + d + e +f + g) (b z h) t 215/75817.5 H/T 16 PLY 68 S $ $ $ S $ cO $ 04 Tire Mfg. rr `' feta �sTONrC &`I 15500 X• N L G 1 � I C, S,4o 2. 225/70R i9.5 H/T 12 PLY S $ $ S S $ S D c7 $ 010 Tire Mfg. fig Rt 5 tori e, T3 5f D 10 vo G NI C /C c- 3. 225/70R19.5 ;AA/T 12 PLY e, i -- , l 6 39 S l a0 $ S IC S �t- S S ` S $ 0 a , I 41, �, 'f S Tire Mfg (fit 0 e -6N t M-714 Ip S NIC �V /�� ` 4, 10.00/20 HWY 14 PLY I $ $ $ $ $ $ a $ oa Tire Mfg. S�n1C ��1� lC. Gtile- NA �D 5. 10.00/20 MIS 14 PLY�r 'u5 1 $ $ S S $ /I $ ep ;t -60 $ 0v ��d Tire Mfg C 5ql� o��lii�ad IllA L L 6. _ 24R21 XZL 16PLY 2 $ S $ $ $ $ C $ Yb MICHELIN TIRE ONLYt Specialized Fire Truck va � � -W / N is r /G IS4Q �� 000 7. 10.00R22.5 HWY 16 PLY lyrly 1 S eo $ $ $ $ $ , Tire Mfg -Fi ptS� oNe- TSg'C7 ASO A L L 8. 10.00R22.5 MIS 16 PLY I�1ply 3 $ 09 $ $ $ $ / $ o� $ // do Tire Mfg gI DS tptlle- M-7 Z1oA �t 0 G C 9. 11.001122.5 HWY 16 PLY °l 77 S e& 19S $ $ S S $ pp i q g $ j° 1512-q L Tire Mfg. p--r_S (qIj(_ 5 ft c C N/C 10. 1 LOOR22.5 WS 16 PLY 482 $ .g $ $ S S $ ro S Tire Mfg. �' rye s �f C 3 p�i 3o N / L L / IC IJ /'c I 10,Ste pd 11. 1 LOOR22.5 MIS 16 PLY 48 S �] oo qa S $ S $ $ Goodyear G287 MSA Dura Seel Only (JS N A -`2x ITB$07-006-MAAd1 ITB 0 97 -008 -MA. Addendum 01 ITB#07-006-MAAd1 q N/A = W4 App k -m -We- GROUP 3 (Continued) a b c d e f 9 h i Ite TIItESTCE EST, TIRE BALANCING VALVE TIRE MOUNTING TOTAL `TIRE TOTAL TIRE QTY UNIT STEM I3ISPOSAL COST COST PRICE EACH EACH EACH EACH c + d + e +f + (b : h 12. 12.00822.5 HWY 16 PLY 37 p0$ $ $ $ $ Tire Mfg l 6ne V55G? 24D C NIC C �$ 9%90 13. 1.2.001122,5 MIS 16 PLY 80 $ $ $ $ $ $ $ 00 Tire Mfg. 11 �S�4s�� �Q �[ � 73 26 � N C N C C t:, o� �on o�D $©t) 14. 255f70R22.5 HWY 16 PLY Tire Mfg. t ts6 c T5'15 C1 1 $ '1y 7° $ N1c $ c $ is $ c $ 1-756Q $ an 15. 315/80822.5 HWY 18 PLY 76 $ $ $ $ 8 $ '1 $ 1 ' as i g 2D Tim Mfr, m' s6c 1 qi p 1 2.q5010 f1j G NIC C f gsao 16, 315/80822.5 HWY 20 PLY 18 $ Q $ $ $ $ $ $ Vo Tire Mf& - ' } t f 261; tj G too q, ?70 17. 315/80R22.5 HWY 20 PLY 12 $ Od $ $ $ $ $ $ do Croodyear G287 AM DuraSeal Only � 2 7 o C. G +� 4 (�o v 18. 385/65R22.5 HWY 18 PLY 15 $ $ $ $ $ $ Do $ pv Tire Mfg I Q.CS�tLm Tg 1 195 G M C Q C-� 19. 425/65822.5 HWY 20 PLY 25 $ $ $ $ $ $ oo $ 00 Tire Mfg, flip s lli' g Jc) yyVC 3L9 J c NC G 325 1 gi 1 Z's 20. 11.00824.5 HWY 16 18 $ s00 � $ $ $ $ $ t 015"o $ 3, 970 00 Tire Mfg. I usl one T 6 5 -1A pi C C c to C TOTALS FOR GROUP 3 Heavy Truck Tires 5 3r' ar$ Goo ADDITIONAL COST PER TIRE I. Flat Repair, per fire $ © O 2. Mobile Service for flat repair or new fire, installation, per tire. s • $ N h e- : ! b 'J .3s M" It- Ks c.p,002 3. Front End Alignment A ITB#07-006-MAAd1 q N/A = W4 App k -m -We- OQ+ C�r'nvr:E � GROUP 4 TRAILER TIRES Standard Mfg. Limited Warranty, Steer Tire Rib Tread Design, Load Range as Indicated fu f Ar = NDS fkQ pl i rt t - a b c d e f 9 h i item TIRE SIZE EST. TIRE BALANCING VALVE TIRE MOUNTING QTY UNIT EACH STEM DISPOSAL EACH TOTAL TIRE COST TOTAL TIRE COST PRICE EACH EACH (c + d + e + f + 1{) (b a h) 1. 7.00 - 15 LT HWY 10 PLY 8 $ so $ $ $ $$ $ ro Tire Mfg. %14Wq 4 W + yt4-c- NX + Nj i NIC 2 334 2. 7.50 -- 15 LT HWY 10 PLY Tire Mk 2 $ $ N fC $ NIL $ U�C $ NIC $ f-05 tO c 3. 5T225175R15 HWY $PLY 1 $ � � cv $N �� $��C $ N � � $ � � $ � � UO $ CJn Tire Mfg S N 4. 7.00 -16LT HWY 10 PLY Tire MfgS-FA kJ21, 4 $ C OQ -1 $$ NI1 L N lC $ N r C $ tj /C' $ 90 o $ vo 3 L o 5. 7.50 -16 LT HWY 10 PLY Tire Mfg4 19 $ C70N $ � �' $ N � C, $ r.J �� $ N � C- $ b � � 49 $ ry Luft odz'T O TOTAL'S FOR GROUP 4 Trailer Tires $ an ADDITIONAL COST PER TIRE L 1ah� fS 1. Fiat Repair, per tire $ 0 2. Mobile Service for flat repair or new tire, installation, per tire. hi 0f 1-35 2r m"6 $ van '% ' t _ 3. Front End Alignment $ to, fu f Ar = NDS fkQ pl i rt t - GROUP 5 MOWER TURF TIRES Standard Mfg. Limited Warranty, Nylon Rib Saw Tooth Tread, Soft Turf Saver Tire Tread, Load Range Standard N I14 7-1 NO+ App Ikl-114- ic." A b c d e f 9 b i Item TIRE SIZE EST. TIRE BALANCING VALVE TIRE MOUNTING QTY UNIT EACH STEM DISPOSAL EACH TOTAL TIRE TOTAL TIRE PRICE EACH EACH COST COST (c + d + e +( + g) (b I h) 1 4.10/3.50 - 4 Saw Toothh 1 S 00 S r� S S S Oo S s o Tir C 1500 2. 15-6.00-6 0 - 6 ver Turf Saver 1 S Do S $ S /L S 5 0° S ua $ Tire B N�C G 1ti I 2000 3. Saw TZ 1 S � oa S !G S S S 5 a9 S oo S zq 00 TTre Mf Tire S nt IV // � � �y 4. 2TlrelW -8 tf-SAInver e 1 $ 00 S A1!C S pi C $ �/ Nei... $ Goo � l S _3 Q0 J S-3 017 q 5. 22.5--10.00-8 Tire Mf Turf saver I�tta 2 SS [�•r S 5�'0° S l0yad 6. 25-13.00-9 Tire Mf Turf Saver 'ELO Ttof 2 $ GO S Iv t S C S S • o 5 $ V' 83 S o 0 I �� 7. 6.50-10 Turf Saver 1 S oo S S S S av S oo S ea Tire Mf, �r N C G C S % 75'0 8. 23-8.50-12 Tire Mf Turf S er1 neGS pnl, S V 0 S G S N c $ t S aiO 5 S 0 o y i S e� y 9. 2�lMf -12 Turf Sive 1 S pa S S S S Seo S S 40 A C Spr spo } 10. 24 - 12.00 - 12 Turf Saver 1 $ / 0 p S[1 S /C $ $ $ o a �D $ Tire Mf It G G lel foo 1 l. 12.00 - 12'D Turf Saver t $ dp S S $ S Sao $ va $ o0 Tire f $ N C tIL 93 3 TOTALS FOR GROUP 5 Mower Turf Tires S 4 pa ! ADDITIONAL COST PER TIRE fi� jG f S LA A 1. Flat Repair, per fire $ Oo 2. Mobile Service for fiat repair or new tire, installation, pertire,ntoyr o JM winS $ �- C3 3. Frani End Alignment -iba- let N I14 7-1 NO+ App Ikl-114- ic." d P-1 GROUP 6 INDUSTRIAL TITRES Standard Mfg. Limited Warranty, Load Range as Indicated, N1A = Nr� Ap'plitAble. a 6 e d c f 9h i 1 TIRE SIZE EST. TIRE BALANCING VALVE TIRE MOUNTING QTY UNIT EACH STEM DISPOSAL EACH TOTAL TIRE TOTAL TIRE PRICE EACH EACH COST COST (c + d + e +f + Z) (b a h) 1 31/15.5-15 Lug 10 PLY Tire Mfg.I 9 P-141-65 4 S Vo $ N !e- $ O c. $ N /r- $ E D� fl $ 1 t -I S cc S is Soo' I �"MF*� LQ 2. 7.00/12 Lug 14 PLY 1 S $ S $ $ $ $ Tire Mfg. LirT it" 5 °O U 3. 12/16.5 HWY 12 PLY 1 S S S $ S S $ Tire MfF, sno N G N1 4. 10/16.5 LUG 10 PLY Tire Mfg. GA 6n & 4 S 00 -75 S �� $ NIG $ N lC (� oa S a° 340 5. 10.01 16.5 L-2 }} 8 PLY 1 $ S $ / $ $ S 00 cc $ Qa Tire Mfg. 7iJ r1 e, 90'0 N - l L j+J L 10,00 ) TOTALS FOR GROUP 6 Industrial Tires s a 3 ADDITIONAL COST PER TIRE fhj k- a K S )4 110 1. Flat Repair, per tire $ °Q 2. Mobile Service for flat repair or new tire, installation, per tire. fti A e -S 5 3. Front End Alignment S I N1A = Nr� Ap'plitAble. GROUP 7 CONSTRUCTION, EARTH MOVING TIRES Standard Mfg. Limited Warranty, Load Range as Indicated, X11! A -- No+ ►of f i,'c..AMC V/' a b c d e f 9 h i itcal TIRE SIZE EST. TIRE BALANCING VALVE TIRE MOUNTING QTY UNIT EACH STEM DISPOSAL EACH TOTAL TIRE COST TOTAL TIRE COST PRICE EACH EACH (c + d + e +f + g) (b z h) 1 9.5L - 15SL Contractor 10 PLY 1 S S S $ S $ S j Tire Mfg. t 7 0 Vi e 7 a 4 c ! i C w G I 00 I ,'5 0" 2. 11L- 15 Contractor 10 PLY 9 $ S $ S $ S $ Tire Mfg, I m 190 Oy �G C N C N l C 0 00 s, o D, 3. 9.50-16.5 Contractor 10 PLY 2 S $ $ $ S $ $ 1 Tire Mfg. b -ex S 7V'l e (r 00 1j /C (39 ao 40 4, 111-- 16 Contractor 12 PLY 41 S t3O SL $ $ $ a $ 0 t7 $ Tire Mfg.AT - 0 NI G � IJj c S Q O -b, LIOS 5. 13.00124 GRADER G-2 12 PLY Tire Mfg '< 9 $ ao �05 $ $ $ rl.Qi7 S po S a $ 04 a;) f -1M f - G S 17� �7 $ J 6. 14.00124 GRADER G-2 12 PLY 40 $ r' M a ys S $ $ !40 S oo 3s S ` p0 Tire Mfg. 2.1�M11 G p� / 7. 17.5125 Loader L-2 16 PLY MfgLtf 7 $ 40o.a S $ $ 00 �� Sod SP co $ 4(j © OD $31 0 Tire G 8, 20.5125 Loader L-2 20 PLY 6 $ 00 S S $ S no S Gty $ 00 Tire Mfg. —' 79 S N C �� so -7'l S 41-770 9. 215/25 Loader L2 20 PLY 1 S $ $ $ S $ $ Tire Mfg 5TANCh -1-15- N�G NIC 10©� �0mo $ Seo SSS°a oa S -71( on TOTALS FOR GROUP 7 Cstruction, Earth Moving Tires ADDITIONAL COST PER TIRE y11! IG PLb.3 (AA 1. Flat Repair, per tire { ium S 1-4 JQVO S — tp "L ;",,-7-S oo + 9 W" $ 2. Mobile Service for flat repair or new tire, installation, per tyre. t Cl .r S $ s 3. Front End Alignment $ X11! A -- No+ ►of f i,'c..AMC V/' GROUPS FARM IMPLEMENT TIRES Standard Mfg. Limited Warranty, Load Range as Indicated, N I pr ;� iia ,k? p I1 Cy*j6I c a b c d e f 9 h_ i ite TIRE SIZE EST. TIRE BALANCING VALVE TIRE MOUNTING In QTY UNIT EACH STEM DISPOSAL EACH TOTAL TIRE TOTAL TIRE PRICE EACH EACH COST COST (c+d+ a +f + z) (ba h) 1 14.9124 Sprinkler R-1 6 PLY 24 $ 61O 610 $ $ $ f7C "7 $ 00 $ GO $ Tire Mfg. f�tST it N1c NIC NIC 1`77 41q 9 2. 16.9124 Tractor R-1 8 PLY � 6 $ -3 20 $ NIS- $ /c�! $ 00 $ 00 3o $ -55700 $ Tire Mfg. 2,t S O'n f• N 2_1 4 2-" 3. 17.5/24 Tractor R-1 8 PLY bat 3 $ C° 30n $ $ / fc $ 00 ? $ o o 3° $ ©v 337 $ ea Tire Mfg, orle 2—q Wle— N 10lt 4. 18.41826 Tractor R-1 8 PLY i $ $ NIC $ W/(- $ 00 !© $ 00 �d $ cc 54� $ ad 660 Tire Mfg. Le CO 5. 16.9128 Tractor R-1II IO P+LfY 3 $ CC Ga 37D $ $ Ai $ I 00 !Q S 00 Is $ 00 ��� $ p0 12--3 C7 Tire Mfg. 11 j F-t5-6ne —T NA- 6, 11.2/38 Tractor R-1 , 4PLY I1 $ rj5°O $ N A, $ ftj C $ 70P is {Sao $ !-77 00 $ -7-700 Iii u TOTALS FOR GROUP 8 Farm Implement Tires $ C1 3 1s 8 Od [ ADDITIONAL COST PER TIRE P (us 1A,4a y, 00 oo 000 tvn 5 Doo 1.F1atRepair, pertire —2 2x UP .o 2. Mobile Service for flat repair or new tire, installation, per tire. n g TI i nC I rv+l S $ 1.->5- ',r th 1 3. Front End Alignment $ Na N I pr ;� iia ,k? p I1 Cy*j6I c THIS PAGE INTENTIONALLY LEFT BLANK bt2i I i iu A -L *PRICE: F.O.B. Destination, Freight Pre -Paid and Allowed '"Days After Receipt of Order (ARO) PAYMENT TERMS AND DISCOUNTS - Bidder offers a prompt payment discount of %, net _ calendar days. Discounts will not be considered in determining low bid. Unless otherwise indicated on the Bid Form, payment terms will be NET THIRTY DAYS. The City will pay the successful bidder within thirty days after the receipt of a correct invoice or after the date of acceptance, whichever event occurs later. Discounts for prompt payment requiring payment by the City within a stipulated number of days will be interpreted as applying within the stipulated number of calendar days after the date of receipt by the City of a correct invoice or after 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/services; does not include an element of profit on the sale in excess of that normally obtained by the Bidder on the sale of products/services of like quality and quantity; and does not include any provision for discounts to selling agents. If at any time during the contract period, the supplier should sell or offer for sale to any other customer, an equal or less quantity of similar contract products of like or better quality, at a lower net price(s) than provided herein, supplier agrees to notify the City and sell same product(s) at the 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 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 Form in the space provided below if he/she will honor Political Subdivision orders in addition to orders from the City of Lubbock. Should these other governmental entities decide to participate in this contract, would you (the bidder) agree that all terms, conditions, specifications, and pricing would apply? Other governmental entities that might have interests In this contract are 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 Wolftorth. YES -11 NO • 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/services under the contract(s) awarded as a result of this solicitation. All purchases by governmental entities other than the City of Lubbock will be billed directly to that governmental entity and paid by that governmental entity. City of Lubbock will not be responsible for another governmental entity's debts. Each governmental entity will order their own materials/service as needed. TI -IIS 13ID IS SUBMITTED BY IN( W N HAMS I I -C a corporation organized under the laws of the State of I i:-: -N4 Pc S , or a partnership consisting of or an individual trading as of the City of Firm: Bilt woltpm% Address: VS Iff, , S to n) I.4w City: l! State: zip ---d M/'W'BE Woman Black American Native American Firm -07 Authorized RRee�presentati�ver-1must mgn by hand Officer Name and Title:�M (� f *1� f/1 I rl4Q Cf� LA� i✓�' Please Print Hispanic American Asian Pacific American Other (Specify) -07 Authorized RRee�presentati�ver-1must mgn by hand Officer Name and Title:�M (� f *1� f/1 I rl4Q Cf� LA� i✓�' Please Print Business Telephone Number 06 _ - N 8 Y Od $ 3 -FAX f%04, — -74 8 -05-577 __ FOR CITY USE ONLY Bid Form Item Numbers) Awarded to Above Named Firm/Individual: Date of Award by City Council (for bids over $25,000): Bate P.O./Contract Issued: LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS. URi!5 in 44_. : CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder And Attached to Bid Submittal I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. Contractor (Signature) Contractor (Print) CONTRACTOR'S NAME: CVkW40 (Print or Type) CONTRACTOR'S ADDRESS: _ 1 lI; S c. 5t,l-i oN 14wy LiAo t ic, Tip 7gyaq� - Name ofAgentBrokcr: uhiyt.Y &I{n�.. �G�Vtrrr�Cr� q ^� Address of Agent/Broker: I© N S Collt� e U d- _ City/State/Zip: 5 AgentBroker Telephone Number: ($04) 9Lilo (� Date: 7,— 7Q.'oi NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid/proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Lubbock at (806) 775^2165. 09-1 r N A -L SUSPENSION AND DEBARMENT CER'T'IFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the fine named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: R11 W! l (I &MS I t RC- --- r Signature of Company Official: Date Signed: : 7 - 0-7 _... Printed name of company official signing above: C-4 M o' l-µ!4�f City of Lubbock Consideration of Location of Bidder's Principal Place of Business Affidavit of Eligibility 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. This section does not apply to the purchase of telecommunieations services or information services, as those terms are defined by 47 U.S.C, Section 153. In order to receive consideration, bidders must submit this affidavit to: Victor Kilman, Purchasing & Contract Manager City of Lubbock 1625 13`h Street, Room 204 Lubbock,'I-X 79401 Complete all areas below. Incomplete affidavits may be rejected Local Business Name: L,1' i . WA { tr a ms —Jie— Local Address (must be within the City limits): `� �5 6 �5" l UN t t{aJ� f { Q�e ik % / Y�y Address of the company's principal place of business within the United States: )'Soo 5. e.9kic N Aw y lh(O , Tic 7'970Z 1. How many residents of the City of Lubbock are employed at the above business location? 2. Year your business was established in the City of Lubbock: �C 0 D 1 3. For transactions that require sales tax, provide the following Reseller informationReseller Permit Number. 1--75— ©i S U i o ^ ) Company Name and Address (as it appears on permit): itl wl'11110C�ms -TTIne- -- tl oS 'r, subgg( N 9D __A.48occyt- Tic 21404 --- 4, Does your business have more than one office in the State of Texas? ✓ Yes No If Yes, identify the office ce location considered as the point -of sale credit for sales tax purposes: TX Was the local business required to pay business and/or real property tax for the most recent tax year? Yes No If Yes, did the local business pay any of this tax to the City of Lubbock'? � Yes No Under penalty of perjury, the undersigned states that the roregoing statements are true and correct. It is further acknowledged that any person, firm, corporation or entity intentionally submitting false information to the City in an attempt to qualify for eligibility shall be prohibited from bidding on City of l.ubbock products and services for a period of on (1) dr. Authorized Signature: Date: Printed Name and Title: y/ AJVA!i EJZ PAGE 1 OF 4 DATED: CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TIRES AND INSTALLATION AND PLAT REPAIRS SPEC #: NV -TIRES IT IS THE INTENT OF THIS SPECIFICATION, REFERENCED DOCUMENTS, REQUIREMENTS AND CONDITIONS SECTIONS TO DESCRIBE MINIMUM PERFORMANCE REQUIREMENTS. THE VEHICLE OR PRODUCT MEET OR EXCEED THE PERFORMANCE OR CONSTRUCTION DESCRIBED HEREIN. THE VENDOR SHALL BE REQUIRED TO MARK COMPLIANCE OR NON-COMPLIANCE TO EACH ITEM DESCRIPTION IN THE SPACE PROVIDED. ALL EQUIPMENT FURMSHED AS STANDARD TO THE GENERAL PUBLIC ON THE PRODUCT BY THE MANUFACTURER SHALL BE INCLUDED, EVEN WHEN NOT SPECIFICALLY IDENTIFIED IN THIS SPECIFICATION, ANY DEVIATIONS FROM THE WRr1TEN SPECIFICATION WITH DATE AS SHOWN IN THE INVITATION TO BID (ITB) SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATION. IN ORDER TO RECEIVE FULL CONSIDERATION, ITB RESPONSE QUOTATION MUST FOLLOW THIS SPECIFICATION AND THE INVITATION TO BIDS TERMS AND CONDITIONS. NO. ITEM MINIMUM REQUIREMENTS SELLER COMiPLIANCE 1. General The purpose of this bid and specifications is to have in place a contract for tire replacement with installation and flat repairs for the City of Lubbock vehicles and equipment to include but not limited to passenger vehicles, pick-up trucks, heavy duty trucks, trailers, construction equipment, farm and turf equipment and emergency equipment. The vendor shall provide tire mobile service as well as in house tire service with trained personnel and proper equipment. Only original equipment manufacture (OEM) tires will be accepted. Quantities are estimates only based on historic usage. 2. Tires All tires listed herein shall be Original Equipment Manufacture Tires (OEM) as installed on passenger, light trucks, heavy-duty 2.1 trucks and equipment from the manufacture. Tires such as Goodyear, Firestone, Bridgestone, Michelin, Continental etc. No second line of tires will be accepted. 2.2 Passenger tires shall have a minimum of 60,000 -mile warranty. Tire tread design shall be an all season tread (AJS). 2.3 Light truck tires shall have a minimum of 50,000 -mile warranty. Tire tread design shall be an all terrain (AIT) or an all season tread design (HIT) as indicated. 2.4 All tires shall have standard manufacturers warranty and be honored by successful vendor. 3. Tire Service Vendor shall list number of locations and address of each tire 3.1 service location. Number of locations. Location Address I I D S ', SLA D y t x1313 dGlc, T,k 74wq Location Address Location Address Location Address Location Address GT< Li r [ OGS#iD+v 4 1 1N ! FIS f�'GIn }pw w1 S • M i O LAN 4 2 51 ere S Am A sti Ile . soka Ar.► 61v PAGE 2OF4 _ ©��rn�1 '. DATED: CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR SPEC 0: NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 3.2 Successful vendor shall provide new tire replacement and mobile service for passenger vehicles. 3.3 Successful vendor shall provide new tire replacement and mobile service for light trucks. 3.4 Successful vendor shall provide new tire replacement and mobile service for heavy-duty trucks. ,/ 3.5 Successful vendor shall provide new tire replacement and mobile service for construction equipment 3.6 Successful vendor shall provide new tire replacement and mobile service for industrial equipment. 3.7 Successful vendor shall provide new fire replacement and mobile service for mower turf equipment 3.8 Successful vendor shall provide new tire replacement and mobile service for trailers. f 3.4 Successful vendor shall provide new tire replacement and mobile service for fano implement equipment 3.10 Successful vendor shall provide new tire replacement and mobile service for emergency equipment. 3.11 Successful vendor shall provide mobile tire service within the city limits and outside the City limits as needed and any other City Of Lubbock department location site. 3.12 Successful vendor shall provide tire service twenty-four hours a day, seven days per week (2417). 3.13 To minimize down time, successful vendor shall respond within one hour of notification for mobile tire road service. Failure to arrive within one hour of notification will be considered as a violation of the contract requirements. 3.14 Successful vendor shall balance all new tire installation for passenger vehicles, light, and medium duty trucks. 3.15 Successful vendor shall replace all rubber valve stems when installing anew tire. PAGE 3 OF 4 DATED: Q.j r/la. ( : CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR SPEC #: NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES N 3.16 Successful vendor will dispose of used tires and wheels being replaced on city vehicles and equipment. 3.17 Successful vendor shall comply with all state laws and any other governmental regulations during the term of this contract. 4. Work Order Successful vendor shall obtain a work order number from Fleet Services by calling (806) 775-2185, or (806) 775-2192 or (806) 4.1 775-2191 before any type of tire service is performed. 4.2 For fire service after hours, weekends, or holidays, vendor shall call for a work order number the next business day before invoice is completed. 4.3 Successful vendor shall advise Fleet Service 5. Invoice Successful vendor will submit all invoices to Fleet Services in a 5.1 weekly basis to: City Of Lubbock Fleet Services 206 Municipal Drive Lubbock, Texas 79408 5.2 All invoices shall have the following information, Date of tire service. Time dispatched. Time arrived. City's work order number. City's vehicle number. (Ex. V020012) City's vehicle license plate number. City's cost center number. Signature and employee number. (when possible) Position of flat repair on vehicle or equipment. Tire size of flat repaired. 5.3 All charges listed on invoices shall be separated by parts cost and labor cost with a grand total for the invoice. 5. Tire Inventory Successful vendor shall utilize the City Of Lubbock's Parts department's tire inventory first until depleted. �,/ 4 PAGE 4 OF 4 DATED: L-)(Li6) 1n&( : CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR SPEC #: NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES N 7. EXCEPTIONS TO THE SPECIFICATION -Mc- i`o l l ©r^. l -Ail is A L -is v v F j t ,e v►, 5 4 -in A-+ D o rnC G� 5 P I° C I ,- t GA4-0 N S DLL °�- T� E l� tt v "Ao e) e- 4 ttleo�-o S- 4 le- D I T4t Sc- r'+-tw, s 14g2e U,S- to ks L)oce PrS evii ble b 5 pcc),rI'(-►4�1'bON) ; GaoLap ' rArv�, - g j } twt l G Cn O-Vup '4 # #- $ 619-OtAr tk�m # to claou0 t+'(, 4,, -# 1 C iLo up y - -*- 9 C-, 4-5 Tires, Installation and Fiat Repair Services - Annual Pricing CITY OF LUBBOCK, TEXAS ITB 407 -006 -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. 1. INSTRUCTIONS TO BIDDERS BID DELIVERY, TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish Tires, Installation and Flat Repair Services - Annual Pricing per the attached specifications. Sealed bids will be received no later than 3:00 p.m. CST, February 22, 2007, if date/time 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: "ITS 1107 -006 -MA, Tires, Installation and Fiat Repair Services - Annual Pricing" 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 hetshe 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 most 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 re -bid meeting will bw held at 10:00 A.M. February 8, 2007, at City Hall, 1625130' Street, Purchasing Conference Room 204. Lubbock, Texas. A11 persons attending the conference will be asked to identify themselves and the prospective bidder they represent - 2.2 It is the bidder's responsibility to attend the pre-bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre-bid meeting to bidders who do not attend the pre-bid meeting. 2.3 The City of Lubbock does not discriminate against person with disabilities. City of Lubbock pre-bid meetings are available to all persons regardless of disability. if you would like information made available in a more accessible format or if you desire assistance, please contact the City of Lubbock ADA Coordinator, 1625 13th Street, (806)775-2018 at least forty-eight (48) hours in advance of the conference. CLARIFICATION OF REQUIREMENTS 3.1 It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It is the bidder's responsibility to advise the City of Lub k Purchas' Manager if an +; langua�uirements. etc.. or any combinations thereof inadvertency restricts or limija the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) 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 SUBMI"ITED IN WRITING NO LATER THAN FIVE (S) BUSINESS DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: Marta Alvarez, Purchasing Manager City of Lubbock 1625 131h Street Lubbock, Texas 79401 Fax: (806)775-2164 RFPDepot: http://vv-�vlv.RFIldcyot.com ADDENDA & MODIFICATIONS 4.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at htt ://»1vw.RFPd ot.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 librarics. 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 he made by written addenda issued by the Purchasing Department. Such addenda issued by the Purchasing Department will be available over the Internet at http://tvvvlv.tZFPdcpot.com and will become part of the proposal package having the same binding effect as provisions of the original ITB. No verbal explanations or interpretations will be binding. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock. 4.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 4.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 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. BID SUBMITTAL 6.1 BIDDERS MUST SUBMIT THE ORIGINAL AND ONE COPY OF THE SEALED BID TO THE PURCHASING DEPARTMENT PRIOR TO RESPONSE DUE DATEITIME. 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. A bid will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form conditional alternate bids, additions 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 irregularities of any kind. "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 d lived and ac& 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 ITS 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 M coats incurred in the preparation and submission of a bid. Also, should a bidder bid an alternate, any test costs to prove equality of product will be at the expense of the bidder, not the City of Lubbock. 7.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 7.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 8.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 8.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 8.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act_ 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. I I CONFLICT OF INTEREST 11.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 11.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 12 AUTHORIZATION TO BIND SUBMITTER OF BID 12.1 Bids must show vendor name and address of bidder. Bids must be manually signed by an officer of the company authorized to bind the submitter to its provisions. Person signing bid must show title or AUTHORITY TO BIND THEIR FIRM IN A CONTRACT. Failure to manually sign bid will disqualify it. 12.2 The bid submitted by the bidder shall become an integral part of the contract between the City and the Bidder and the representations, covenants, and conditions therein contained shall be binding upon the person, firm or corporation executing the same. 13 BID AWARD 13.1 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides goods or services at the best value for the City of Lubbock. In determining the best value for the City of Lubbock, the City may consider: a) The purchase price; b) The reputation of the of the bidder and of the bidder's goods or services; c) The quality of the bidder's goods or services; d) The extent to which the goods or services meet the City's needs; c) The bidder's past relationship with the City; I) The impact on the ability of the City to comply with laws and rules relating to contracting with Historically Underutilized Businesses and non-profit organizations employing persons with disabilities; g) The total long-term cost to the City to acquire goods or services; and h) Any relevant criteria specifically listed in the Invitation to Bid. 13.2 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City may award the bid either item -by -item or on an all -or - none basis for any item or group of items shown on the Bid Form. 13.3 All bids are evaluated for compliance with specifications before the bid price is considered. Failure to comply with the listed General Conditions may result in disqualification of bid. 13.4 In case of tic 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. 13.5 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 extern that the same may be applicable. 13.6 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. 13.7 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. 13.8 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 1484 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 are 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 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. 15.4 The City may deem it necessary to specify Approved Brands after conclusive testing, prior to usage or standardization. The City may test any sample(s), supplied tree of charge, to qualify for the Approved Brand list. Each sample must be marked with bidder's name and address. At bidder's request and expense, the sample(s) not destroyed or used in examinations and testing will be returned. 15.5 When specifications call for samples to be submitted, samples shall be delivered by the bidder, at bidder's expense, five days prior to the opening of bids. Each sample shall be clearly tagged to show bidder's name and address and item number. 15.6 The City of Lubbock reserves the right to determine which specific items on any specification requirements require strict adherence, or are most important, and those that are not, or requiring a lesser degree of importance (i.e., the shade of paint is far less important than the horsepower of a motor). Such determination can and will be a basis for evaluating, recommending and making award. The City will, at its sole discretion, assess warranty offered, and utilize life -cycle costing and/or performance factors as the evaluation method and basis for award. The low bid most closely meeting specifications is usually the bid given the award, although delivery time is sometimes a necessary factor (i.e., a low bid that best meets specifications will not do us much good if delivery is two years from now). Should a requested specification sheet not be submitted with a bid, this is considered non-responsive and therefore may not be considered. PLEASE READ AND RESPOND TO SPECIFICATION REQUIREMENTS CAREFULLY. 16 CONSIDERATION OF LOCATION OF BIDDER'S PRINCIPAL PLACE OF BUSINESS 16.1 Pursuant to Subehapter 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. 16.2 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. 16.3 In order to receive consideration, bidders must submit an Affidavit of Eligibility. 17 QUALIFICATIONS OF BIDDERS 17.1 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. 17.2 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. 1$ ANTI -LOBBYING PROVISION 18.1 DURING THE PERIOD BETWEEN 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. 18.2 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. 19 UTILIZATION OF LOCAL BUSINESS RESOURCES 19.1 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 RIDDING ITEMS WITH RECYCLED CONTENT 21.1 In addressing environmental concerns, the City of Lubbock encourages Bidders to submit bids or alternate bids containing items with recycled content. 21.2 When submitting bids containing items with recycled content, Bidder shall provide documentation adequate for the City to verify the recycled content. The City prefers packaging consisting of materials that are degradable or able to be recycled. 22 TERMS 22.1 The purpose of this Invitation to Bid is to set for a period of one (1) year firm pricing for items described herein to be supplied by one or more vendors. The term of the contract shall be for three years and may be extended for an additional one-year, upon mutual agreement between the City of Lubbock under the same terns and conditions. 22.1 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. Usage will be determined by actual need. 22.2 Price adjustments may be allowed for "Pass Through" costs incurred by vendor. Requests for price adjustments will be WRITTEN, and will include documentation that substantiates additional costs from the manufacturer. All requests will be received by the City 30 DAYS PRIOR to a requested effective date for a price adjustment. Such adjustments must be acceptable to both parties or the item(s) in question may be deleted from the contract with respect to further orders, or the contract may be canceled and new bids solicited. 23 TERMINATION OF CONTRACT 23.1 This contract shall remain in effect until the expiration date, performance of services ordered., or termination of either party with a sixty (60) day written notice by either party prior to any cancellation. 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 responsible bidder or to the bidder who provides goods or services at the best value for the City of Lubbock. The City of Lubbock is aware of ehe time and effort you expend in preparing and submitting bids to the City. Please let us know ofany bid requirement causing you difficulty in responding to our Invitation to But We want to facilitate your participation so that all responsible vendors can compelefor the City's business_ Awards should be made approximately two to six weeks after the opening date. If you have any questions, please contact the City of Lubbock Purchasing Manager at (806) 773-1165. Tires, Installation and Flat Repair Services - Annual Pricing CITY OF LUBBOCK, TEXAS ITB #07 -006 -MA 11. INSURANCE 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. INSURANCE COVERAGE REQUIRED SECTION B. The City reserves the right to review the insurance requirements of this section during the effective period of the contract and to require adjustment of insurance coverages and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decisions, or the claims history of the industry as well as the Contractor. SECTION C. Subject to the Contractor's right to maintain reasonable deductibles in such amounts as are approved by the City, the Contractor shall obtain and maintain in full force and effect for the duration of this contract, and any extension hereof, at Contractor's sole expense, insurance coverage written by companies approved by the State of Texas and acceptable to the City, in the following type(s) and amounks): 1. Worker's Compensation - The Contractor shall elect to obtain worker's compensation coverage pursuant to Section 406.002 of the Texas Labor Code. Further, Contractor shall maintain said coverage throughout the term of the Contract and shall comply with all provisions of Title 5 of the Texas Labor Code to ensure that the Contractor maintains said coverage. Any termination of worker's compensation insurance coverage by contractor or any cancellation or non -renewal of worker's compensation insurance coverage for the Contractor shall be a material breach of this Contract." The contractor may maintain Occupational Medical and Disability insurance in lieu of Workers' Compensation, In either event, the policy must be endorsed to include a wavier of subrogation in favor of the CITY OF LUBBOCK. Employers Liability 500,000. 2. Type of Insurance Endorsement/Limits Commercial General Liability - Occurrence General Aggregate 300,000 Products — Comp/Op AGG Personal & Adv. Injury Automotive Liability Any Auto Combined Single Limit 300,000 Garage Liability Any Auto Aggregate 300,000 The City of Lubbock shall be named as primary additional insured on Auto/General Liability ADDITIONAL POLICY ENDORSEMENTS The City shall be entitled, upon request, and without expense, to receive copies of the policies and all endorsements thereto and may make any reasonable request for deletion, revision, or modification of particular policy terms, conditions, limitations, or exclusions (except where policy provisions arc established by law or regulation binding upon either of the parties hereto or the underwriter of any of such policies). Upon such request by the City, the Contractor shall exercise reasonable efforts to accomplish such changes in policy coverages, and shall pay the cost thereof. REQUIRED PROVISIONS The Contractor agrees that with respect to the above required insurance, all insurance contracts and certificate(s) of insurance will contain and state, in writing, on the certificate or its attachment, the following required provisions: 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. Insurance polices through policy endorsement must include wording which states that the policy shall be primary and non-contributing with respect to any insurance carried by contractor. The Certificate of insurance must reflect that the above wording is included in evidenced policies. 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, 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, shall 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 IP Street, Room L04 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. 11. 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 tities: The quantities appearing in this Invitation. to Bid are approximate only and the City reserves the right to increase, decrease or delete any or all items. If the quantities of materials to be furnished are increased, such increase shall be paid for according to the unit prices established for the item. In making its bid hereunder, the Seller expressly recognizes the rights of the City provided herein, and further recognizes that the Seller shall have no claims against the City for anticipated profits for the quantities called for, diminished or deleted. 2 Product Guarantee: Seller guarantees equipment or product offered will meet or exceed specifications identified in this bid invitation. The Seller shall, upon request, replace any equipment or product proved to be defective and make any and all adjustments necessary without any expense to the City. If at any time, the equipment or product cannot satisfactorily meet the requirements of the specifications, the Seller shall upon written request from the City, promptly remove such equipment or product without any further expense to the City. At the City's request, Seller will provide evidence sufficient to demonstrate such equipment or product meets the foregoing. Invoices: Seiler shall submit separate invoices, in duplicate, on each purchase order or purchase release after each delivery. Invoices shall indicate the purchase order or purchase release number and the supply agreement number if applicable. Invoices shall be itemized and transportation charges, if any, shall be listed separately. A copy of the bill of lading, and the freight waybill when applicable, shall be attached to the invoice. Mail to Accounts Payable, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457. Payment shall not be dice unless and until the Seller shall not be in default under the terms of the contract, and until the above instruments are submitted atter 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 Delivery Delay: When delivery delay can be foreseen, the Setter shall give prior notice to the Purchasing Manager, who shall have the right to extend the delivery date if reasons for delay appear acceptable. The Seller must keep the Purchasing Manager informed at all times of the status of the order. Default in any manner under the contract, including, but not limited to default on promised delivery, without acceptable reasons, or failure to meet specifications hereunder authorizes the Purchasing Manager to purchase goods elsewhere and charge any increase in cost and handling to the defaulting Seller, and/or exercise any and all rights available to it by law, equity and/or under the terms of the contract. Every effort will be made by the Purchasing Office to locate the goods at the same or better price as than originally contracted. No Wan-a!g By The City Against Infringements: As part of the contract for sale, Seller agrees to ascertain whether goods manufactred 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 Seller for indemnification in the event that Seller is sued on the grounds of infringement or the like. If Seller 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, Seller will save The City harmless. If Seller 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. Gratuities: The City may, by written notice to the Seller, cancel the contract or purchase order without liability to Seller if it is determined by the City that gratuities, in the form of entertainment, gifts or otherwise, were offered or given by the Seller, or any agent or representative of the Seller, 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 any determinations with respect to the performing of such a contract In the event the Contract is canceled by the City pursuant to this provision, the City shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred by Seller in providing such gratuities. Warranty -Price: a. The price to be paid by the City shall be that contained in Seller's bid which Seller warrants to be no higher than Settees current prices on orders by other parties for products of the kind and specification covered by the contract for similar quantities under similar or like conditions and methods of purchase. In the event Seller breaches this warranty, the prices of the items shall be reduced to the Seller's current prices on orders by other, or in the alternative. The City may cancel the contract without liability to Seller for breach or Seller's actual expenses. b. The Seller warrants that no person or selling agency has been employed or retained to solicit or secure the contract upon an agreement or understanding for commission, percentage brokerage, or contingent fee excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Seller for the purpose of securing business. For breach or violation of this warranty the City shall have the right in addition to any other right or rights to cancel the contract without liability and to deduct from the Contract price, or otherwise recover the full amount of such claimed commission, percentage, brokerage, or contingent fee. R Cancellation: The City shall have the right to cancel for default all or any part of the undelivered portion of this order if Seller breaches any of the terms hereof including warranties of Seller or if the Seller becomes insolvent and/or tiles bankruptcy or has bankruptcy tiled against it. Such right to cancellation is in addition to and not in lieu of any other remedies which the City may have in law, equity or hereunder. 9 Material Safety Data Sheets. Seller shall provide the City ofl.ubbock 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 5502, Texas Health and Safety Code Ann. (This Act is corollary to OSHA Standard 29 CRF 1914.1200, which is generally known as the Right to Know Law.) t 0 Termination: The contract or purchase order may be terminated in whole, or in part by the City. Termination hereunder shall be effected by the delivery to the Seller of "Notice of'rennination" specifying the extent to which the contract or purchase order is terminated and the date upon which such termination becomes effective. In the event of said termination, in whole or in part, provided that Seller shall not be in default under the Contract, the Seller shall be entitled to payment only for goods actuatly delivered, and/or services actually performed under and in compliance with the terms of the contract or purchase order. 1 I Force Majeure: Neither party shall be held responsible for losses or damages hereunder, if the fulfillment of any terms of provisions of the contract is delayed or prevented by strike, walkouts, acts of God, or pubbe enemy, fire, or flood. 12 Assignment -Del, egation: No right or interest in the contract shall be assigned or delegation of any obligation made by Seller without the written permission of the City. Any attempted assignment or delegation by Seller shall be wholly void and totally ineffective for all purposes unless made in conformity with this paragraph. 13 Waiver: No claim or right arising out of a breach of the contract can he 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. 14 Interpretation -Parole Evidence: This writing, plus any specifications for bids and performance provided by the City in its advertisement for bids and any other document provided by Seller as pari of his bid, is intended by the parties as a final expression of their agreement and is intended also as a complete and exclusive statement of the terns of their agreement. Whenever a term defined by the Uniform Commercial Code is used in the contract, the definition contained in the Code is to control. 15 Applicable Law: The Contract shall be governed by the Uniform Commercial Code. Wherever the term "Uniform Commercial Code" is used, it shall be construed as meaning the Uniform Commercial Code as adopted in the State of Texas as effective and in force on the date of the contract. 16 Right To Assurance: Whenever one party to the contract in good faith has reason to question the other party's intent to performs 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. 17 Indemnification: Seller shall 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 therefrom, whether or not it shall be alleged or determined that the act was caused through negligence or omission of the Seller or its employees, or of the subcontractor or assignee or its employees, if any, and the Seller shall, at his own expense, appear, defend and pay all charges of attorneys and all costs and other expenses arising therefrom or incurred in connection therewith, and, if any judgment shall be rendered against the City in any such action, the Seller shall, at its own expenses, satisfy discharge the same. Seller expressly understands and agrees that any bond required by the contract, or otherwise provided by Seller, shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City as herein provided. 18 Nonappropriatiow 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 finds 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. 14 Time: It is hereby expressly agreed and understood that time is of the essence for the performance of the contract, and failure by Seller to meet the time specifications of the contract will cause Seller to be in default of the contract. 20 Silence of Specification: The apparent silence of specifications as to any detail, or the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial products and practices are to prevail and that only material and workmanship of the finest quality are to be used. All interpretations of the specifications in this bid shall be made on the basis of this statement_ The items furnished under this contract shall be new, unused, of the latest product in production to commercial trade, and shall be of the highest quality as to materials used and workmanship. Manufacturer fiirnishmg these shall be experienced in design and construction of such items and shall be an established supplier of the item bid. 21 Envirorunenial StewardshiQ 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. CITY OF LUBBOCK, TEXAS STATEMENT OF NO BID The City of Lubbock is very conscious and extremely appreciative of the time and effort you expend in preparing and submitting bids to the city. If you do not intend to bid on this requirement, please complete and return this formrior�to date shows for receipt of bid to: Victor Kilman, Purchasing &. Contract Manager, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457. We, the undersigned, have declined to bid on your ITB # for the following reason(s): Specifications too "tight", i.e. geared toward one brand or manufacturer only. (Please explain reason below) Specifications unclear. (Please explain below) Insufficient time to respond to Invitation to Bid. We do not offer this productls or equivalent. (!f you wish to remain on bidders list for other commodities andlor services, please state particular product and/or service under which you wish to be classified) Our product schedule would not permit us to perform. Unable to meet specifications. Job too large. Job too small. Cannot provide required bonding. Cannot provide required insurance. Bidding through dealer. Do not wish to do business with the City of Lubbock. (Please explain below) Other (Please specify below) I1tt8Vfl..7 Company City:, Contact Business Telephone N Internet Address: Company's Internet Web Page URL: State: Zip 1"A To: 01ad Srjllarreal Page 1 0(2 2047-03-13 13:38:58 tGKIT) 181335206007 From: Staoey Fleronee Resolution No. 2007-80121 -AG-ORD, CERTIFICATE OF LIABILITY INSURANCE T [MIEIRAWIJ i2OYYYI I 03/1OR PRODUCER (432)571-4900 FAX (4321692-3863 THIS CERTIFICATE 19 ISSUr:D AS A MATTER OF INFORMATION Stoltz and Company, Ltd. ONLY AND CONFERS NO RH)HTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 3300 North A Street, Ste 1100 ALTER THE COVERAGE AFFORDER EY THE POLICIES BE Midland, TX 9705 �, INSURERS AFFORDING COVERAGE i NAiG It INSURED Brca"i-day Motors, Inc...__.. ---- --- INSI.JRER< Universal Underwriters Ins Co - DBA: din Bill Williams T -re Center main RB Texas Mutual lnsur&nce Coatpa+TY- - — P.C. Hoax 1772 INSJPsuc Mx4land, TX 79702-1772 us *RrR n IHSJrVR E COVERA -A 7HE POLICIES OF INSURANCE LISTED 8ELOVY ANY REQUIREMENT, TEW.4 OR COHDIT ON MAY PERTAIN, Tr:E INSURANCE AFGORDFD HAVE BEEN '$SUED TC THE INSUREC NAMED ABOVE FOR THE FOLJCY FtKIW iI%A',JkJ =U. NLI t Yn 1 na !nc rsJrsv OF ANY CONTR,Ai i OR OTHER DOCUMENT MTN RESPECT 77 NMICH THIS CERTIFICA''E UAY BE ESSUED OR BY THE AOLILIFS DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS FXGLL!SIONS AND CONDITIONS OF SUCH POE �CIFS. AGGRFC-.ATE L10TS SHOYVN IAS" tIAVF BEEN RFDU ;r.D BY PAID CLAIMS 1NSR iADD I. TYPE GP IN34YR41v :E I 1TR1l.�RC_ POU::Y NUMBER I _ -- 000 RiENERAL L.AI UTv ^e4 2747041 05 /Gl! 209'1. 03101/2008 1 EACH 00C! KRCWE I 1 , 000 r LaY.-- 100,0001 . f;U.1NEHRPL GivNt-RAL L _' r '---- _. . _.. _ G: O LA3;MACEiX_'Gi'R i II I k9EC [.MP �A,ry 7Tco Pe w^.?) ! $ 2 . YJD71.. LLr. ! ERaDNAL 3AAd !�L1JRY included A — -- tiENERAL f NYS 1, 0007 0 ao - GEN'I. AG3FFQA:, E LR T APPLtE$ PER. i1,000,00-(-) ' I F?C'.lIJ4l s L04iP pP AR}p F AUTOMOBILE LIAISILiTY 274204; 03/Ol/2G 07 03/Jl/2008 C! gg,FC gRfrGtFt lAlr I ANY AU ru 350,000 AI.C-O`f.'H EJ AUTOS I 8004Y INJURY uy $ SCH'sL7_k.F_.C:A)T^S I;IwGOAJ`-.9 i 6.7014 Y tHSURY I i 668-ONWI1J AUTOS ' I CPpr :>G�dsn. - ! r AU ['C ONLY F1 ACGX:ENT---� E --'------�.—._.��--'-------'--iI GARiCiE L!aBIL:7!' AN4' 4!.110---- - ACC j $ i I Au I;'r1NI_Y AIG 4 �_ -- IE$$;Ud14#iELLAUABYLLTY — X_ 11 OCCUR. �-MAIMS M_X A204' 43!Q1i2A07 43/01/2008 EAU- A 7,000,000 2 7 R I j A.G.REGA£E & r , 400 , 0()0 .. reVUCI!BLE _ — — ALL. Xt.rTLr:llcta 10,000 ! SYORpER6 CO'iuCPENSAiIONAM0 _ TSF0001139639;R)3/Ol/2007 03/41/2008 X f STATt'- CTH LTF3yj2,TS.__ _ EMPLOYERS' LIAINLrry t.L A0;1UtN I� 3 2,CO3,000 _ a AWPRGFRiFTCP'PARTNEr?7f 1,-rI T,JF QfFtr P.a!JEMB£R LX.�;L:A)ELs" _k_Aum _ �— I I E L Gd31=•45E - €A FMP_OYE 3 S , ()®0.000 p Yes. 6RI Aw undvI F L CISEA6E fCd.!G" UN1:1 16 1 , O'OU , 000 OTkkR DESCRIPTION Of Ofxj RATIONS - LCCATIC:NS! VEHICM.F'S : EXCLU81ON6 AWED BY ENVORSE4!EN7 SPEC.AL PROW$ION6 lank -et waaver of subrogation on generai liability, auto liability and workers compensation as required y written contract with respect to worts performed by the named insured(s). Blanket additional insured n general liability and auto liubilitY as required by written contract with respect to wort performed y the narmd insuxed(s) . BHQU'_D ANY Or TIE ABOVE DESOMMI) POLIC_iE8 BE CANCELLED BEFORE THE EXPIRA'IQN DATE-HEREGf. THE ISSWNG INSURER WILL EN0FAVOR 70 MAIL 10 _ DAYS YRITTEN HOTIX TO THE CERTIFICATE HOLDER NAMED TO THE LEFT 811- FAILURE TO MAIL S'JCN NOTICE SHALL IMPOSE NOOHLMCATiON OR IAMUTY Of ANY K!N¢ UPOV 'k4E tN$I_A_CER, ITS A411ATS OR REPRESENTArVf_S. City of Lubbock AUTHORIZED REPRESENTATP4 __� -T,✓ V Mark A Stoltz/SLF ACOM 26 420011081 -- OAr:ORD CORPORATION 1988 To' Chad Vll4rreal Page " of 2 2OU7-93-18 1-2:38'58 (GKIT) 18a&120ES07 From: Stacey Florence IMPORTANT It tie certificate holder is an ADDITIGNA,� INSURFO, the policy(ies) must foe enoo sad. A statement cn this certificate does riot confer rights to the certificate holder in lieu of such endorsernentfst If SUBROGATION IS WAIVED. subject to the terms and conditions of the policy, certain polices may rewire an endorserrient. A statement on this cern ecate does not confer rights to the certifcaae tloider in lieu of such endorsement(s). DISCLAMER The Cer'Uicata of Insurance orf the reverse side of this `arm does not constitute a contract between the isscltng insurer(s), authorized reoreserrtative or producer, and the certificate holder, nor dces it affirmatively or negatively arnend, extend or alter the coverage afforded by the policies listed theraon. ACORD 25 (2001108)