HomeMy WebLinkAboutResolution - 2006-R0539 - Contract-Roberts & Spencer Service LLC-Instrument Insp. And Calibration Services - 11/09/2006Resolution No. 2006-RO539
November 9, 2006
Item No. 5.17
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the City Council of the City of Lubbock hereby authorizes and directs the
Mayor of the City of Lubbock to execute a Contract by and between the City of Lubbock
and Roberts & Spencer Service, LLC, of Dallas, Texas, for instrument inspection and
calibration services for flow meters and in-line chlorine residual analyzers, 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 9th day of
ATTEST:
a, City Secretary
November , 2006.
DAVID A. AILLE'R,•'
APPROVED AS TO CONTENT:
Sherry Stephens, Waigi Utility Cqiief Operations Officer
APPROVED AS;KO FORM: 1
R
Don Vandiver, Attorney of Counsel
DDres/Roberts&Spencer06ConRes
October 31, 2006
06 -073 -MA instrument Inspection and Calibration Services for Flow Metes and In -Line Chlorine Residual Analyzers
Resolution No. 2006—RO539
CITY OF LUBBOCK
CONTRACT FOR SERVICES
Instrument Inspection and Calibration Services for Flow Meters and In -Line Chlorine Residual
Analyzers
Contract No. 7264
THIS CONTRACT, made and entered into this 91" day November 2006, pursuant to a resolution heretofore
adopted by the City of Lubbock, Texas, by and between the City of Lubbock ("City"), and Roberts & Spencer
Service LLC of Dallas, Texas ("Contractor").
WITNESSETH:
WHEREAS, the City of Lubbock duly advertised for bids for Instrument Inspection and Calibration
Services for Flow Meters and In -Line Chlorine Residual Analyzers 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 services of the said Instrument Inspection and
Calibration for Flow Meters and In -Line Chlorine Residual Analyzers.
NOW, THEREFORE, in consideration of the mutual agreement contained herein, as well as the
financial consideration hereinafter referred to, the parties hereby covenant and agree as follows:
In accordance with City's specifications and Contractor's bid, copies of which specifications and bid
are attached hereto and made part hereof, Contractor will deliver to the City the Instrument Inspection and
Calibration Services for Flow Meters and In -Line Chlorine Residual Analyzers.
1. Specifically referred to as Item(s) No. 1-4 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 Contractor shall perform the work according to the procedure outlined in the specifications and
Invitation to Bid attached hereto and incorporated herein. The contract shall be for a term of two years,
said date of term beginning upon City Council date of formal approval. This contract can be extended
for an additional two year term upon mutual agreement of both parties under the same terms and
conditions. This contract shall remain in effect until the expiration date or terminated by either party
with a thirty (30) day written notice. Such written notice must state the reason for cancellation. The
City of Lubbock reserves the right to award the canceled contract to the next lowest and best bidder as
it deems to be in the best interest of the city.
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.
06 -073 -MA .doc
06 -073 -MA Instrument Inspection and Calibration Services for Flow Metes and In -Line Chlorine Residual Analyzers
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 B 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 this Contract and shall comply with all provisions of Title 5 of the Texas Labor Code to ensure
that the Contractor maintains said coverage. Any termination of worker's compensation insurance coverage
by contractor or any cancellation or non -renewal of worker's compensation insurance coverage for the
Contractor shall be a material breach of this Contract. The contractor may maintain Occupational Accident
and Disability Insurance in lieu of Workers' Compensation. In either event, the policy must be endorsed to
include a wavier of subrogation in favor of the CITY OF LUBBOCK.
The Contractor shall also provide to the CITY OF LUBBOCK proof of Employers' Liability in an amount
no less than $500,000.
Commercial General (public) Liability insurance, per occurrence, in an amount not less
than $300,000 including coverage for the following:
Products /completed operations
Personal & Advertising injury
Contractual Liability
Automotive Liability insurance, per occurrence, in an amount not less than $300,000 combined single
limit including coverage for the following:
Any Auto
CITY OF LUBBOCK shall be named as an Primary Additional Insured on Automobile and General
Liability and a Waiver of Subrogation in favor of CITY OF LUBBOCK shall be provided on all
policies
The contractor will provide a Certificate of Insurance to the City as evidence of coverage. The certificate
will provide 30 days notice of cancellation, and under the cancellation section, the wording "endeavor to"
and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its
agents or representatives" will be crossed out. A copy of the additional insured endorsement attached to the
policy will be included with the certificate. Contractor's insurance policies through policy endorsement
must include wording, which states that the policy shall be primary and non-contributing with respect to
any insurance carried by the City of Lubbock. The certificate of insurance described below must reflect
that the above working is included in evidenced policies.
If at any time during the life of the contract or any extension, the contractor fails to maintain the required
insurance in full force and effect; all work under the contract shall be discontinued immediately. Any
failure to maintain the required insurance may be sufficient cause for the City to terminate the contract.
6. Neither the City nor the Contractor shall assign, transfer or encumber any rights, duties or interests
accruing from this Contract without the written consent of the other.
7. This Contract consists of the following documents set forth herein; Invitation to Bid #06 -073 -MA,
General Conditions, Insurance Requirements, Specifications, and the Bid Form.
06 -073 -AAA Am 2
06 -073 -MA Instrument Inspection and Calibration Services for Flow Metes and In -Line Chlorine Residual Analyzers
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
David A. Wler, Mayor
ATTEST:
Re ecca Gza, City Secretary
CONTRACTOR
ZJBY
Robert Frier
Authori R resentative
Address: 2245 Royal Lane
Dallas, TX 75229
OVER AS gTOFO APPROVED AS TO CONTENT:
AA P/7 SI&tAA-�-n
Assistant City Attorney \ Sherry Stephens, Wait r tility
Chief Operations Of icer
06 -073 -MA .doc
Resolution No, 2006—RO539
06 -073 -MA Instrument Inspection and Calibration Services for Flow Metes and In -Line Chlorine Residual Analyzers
SUBMIT TO:
+ Y
CITY OF LUBBOCK
, ~
++
Purchasing & Contract Management
CITY OF LUBBOCK, TEXAS
1625 131"Street, Rm 204
Lubbock, Tx 79401-3830
AN EQUAL
INVITATION TO BID
CONTACT PERSON:
OPPORTUNITY
Marta Alvarez
EMPLOYER
#06-073—MA
TEL: 806.775.2167
FAX: 806.775.2164
http://purchasing.ci.lubbock.tx.us
TITLE: Instrument Inspection and Calibration Services for Flory
SUBMITTAL DEADLINE:
Meters and In -Eine Chlorine Residual Analyzers
October 18, 2006, 2:00 p.m. CST
PRE BID DATE, TIME AND LOCATION: October 11 , 2006 V 10:00
Any bide received after the time and dare listed above„ regardless of the
A.M., at City Hall, Purchasing Conference Room 204,
1625 13"
mode ofdelivery, shall be returned unopened.
Street, Lubbock, Texas.
RESPONDENT NAME: Roberts & Spencer Service LLC
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER,
THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND
ADDRESS.
MAILING ADDRESS: 2245 Royal Lane
IF RETURNING AS A "NO BID", PLEASE COMPLETE AND RETURN THE
"STATEMENT OF NO BID".
CITY — STATE — ZIP: Dallas, TX 75229
THE CITY OF LUBBOCK RESERVES THE RIGHT TO ACCEPT OR REJECT
ANY AND ALL BIDS IN WHOLE OR IN PART AND WAIVE ANY
INFORMALITY IN THE COMPETITIVE BID PROCESS. FURTHER, THE CITY
TELEPHONE NO: 972-406-0888
RESERVES THE RIGHT TO ENTER INTO ANY CONTRACT DEEMED TO BE
IN THE BEST INTEREST OF THE CITY.
IT IS THE IN'T'ENT AND PURPOSE OF THE CITY OF LUBBOCK THAT THIS
FAX NO: 972-243-3455
REQUEST PERMITS COMPETITIVE BIDS. IT IS THE BIDDER'S
RESPONSIBILITY TO ADVISE THE CITY OF LUBBOCK PURCHASING
E-MAIL: robert.frazierl@robertsandspencer.com
MANAGER IF ANY LANGUAGE, REQUIREMENTS, ETC., OR ANY
COMBINATIONS THEREOF, INADVERTENTLY RESTRICTS OR LIMITS
FEDERAL TAX ID NO. OR SOCIAL SECURITY NO.
THE REQUIREMENTS STATED IN THIS ITB TO A SINGLE SOURCE. SUCH
75-2866280
NOTIFICATION MUST BE SUBMITTED IN WRITING AND MUST BE
RECEIVED BY THE PURCHASING MANAGER NO LATER THAN FIVE (5)
BUSINESS DAYS PRIOR TO THE ABOVE SUBMITTAL DEADLINE.
THE BIDDER HEREBY ACKNOWLEDGES RECEIPT OF AND AGREES ITS BID IS BASED ON ANY ADDENDA POSTED ON
RFPDEPOT.COM
The City of Lubbock Charter states that no officer or employee of the City can benefit from any contract, job, work or service for the municipality or be
interested in the sale to the City of any supplies, equipment, material or articles purchased. Will any officer or employee of the City, or member of their
immediate family, benefit from the award of this bid to the above firm? YES X NO
IN COMPLIANCE WITH THIS SOLICITATION, THE UNDERSIGNED BIDDER HAVING EXAMINED THE INVITATION TO BID AND
SPECIFICATIONS, AND BEING FAMILIAR WITH THE CONDITIONS TO BE MET, HEREBY SUBMITS THE FOLLOWING BID FOR
FURNISHING THE MATERIAL, EQUIPMENT, LABOR AND EVERYTHING NECESSARY FOR PROVIDING THE ITEMS LISTED ON THE
ATTACHED BID FORM AND AGREES TO DELIVER SAID ITEMS AT THE LOCATIONS AND FOR THE PRICES SET FORTH ON THE BID
FORM. AN INDIVIDUAL AUTHORIZED TO BIND THE COMPANY MUST SIGN THE FOLLOWING SECTION. FAILURE TO EXECUTE THIS
PORTION MAY RESULT IN BID REJECTION.
By my signature I certify that this offer is made without prior understanding, agreement, or connection with any corporation, firm, business entity, or
person submitting an offer for the same materials, supplies, equipment, or service(s), and is in all respects fair and without collusion or fraud. I further
agree that if the offer is accepted, the offeror will convey, sell, assign, or transfer to the City of Lubbock all right, title, and interest in and to all causes of
action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Texas for price fixing relating to the particular
commodity(s) or service (s) purchased or acquired by the City of Lubbock. At the City's discretion, such assignment shall be made and become effective at
the time the Ci1kte rs aI payment to the vendor.
Service Manager
Title
Robert IiA fficr 10118106
-
Print/Type Name Date
THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR RESPONSE.
06 -073 -MA Aoc
06 -073 -MA Instrument Inspection and Calibration Services for Flow Metes and In -Line Chlorine Residual Analyzers
BID FORM
Instrument Inspection and Calibration Services for Flow Meters and In -Line Chlorine Residual Analyzers
CITY OF LUBBOCK, TEXAS
ITB# 06 -073 -MA
In compliance with the Invitation to Bid # 06 -073 -MA , the undersigned Bidder having examined the Invitation to Bid and Specifications, and being familiar with the conditions to be met, hereby submits the
following Bid for furnishing the material, equipment, labor and everything necessary for providing the items listed below and agrees to deliver said items at the locations and for the prices set forth on this form.
The Invitation to Bid # 06 -073 -MA is by reference incorporated in this contract. The Bid Form must be completed in blue or black ink or by typewriter.
ITEM
UNIT OF
UNIT PRICE
QTY
MEASURE
BID
SEMI-ANNUAL
ANNUAL CONTRACT
(Approximately)
DESCRIPTION
CONTRACT PRICE
PRICE
TWO- YEAR CONTRACT PRICE
a
b.
e
d
f =bxe
g. = x2.
h.=hx2
nspection and
alibration of flow
I.
55
EA
eters, per
$65.00
$3,575.04
$7,150.00
514,300.00
ecifications
nspection and
Calibration of
filter loss of head
2.
20
EA
instruments,
$65.00
51300.00
$2600.00
$5200.00
per
specifications
nspection and
Calibration filter
3.
20
EA
ow meters, per
$65.00
$1340.00
$2600.00
$5240.00
Inspectionspeeifieetions
and
calibration of in -
4.
23
EA
ine chlorine
$65.00
$149.00
$2990.0
559$0.00
esidual analyzers,
per specifications
$30,680.00
PAYMENT TERMS AND DISCOUNTS -Bidder offers a prompt payment discount of 1% net I0 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 he 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
06 -073 -MA .doc
06 -073 -MA Instrument Inspection and Calibration Services for Flow Metes and In -Line Chlorine Residual Analyzers
MOST FAVOURED PRICING: The Bidder certifies that the price quoted is not in excess of the lowest price charged anyone else, including its most
favoured customer, for like quality and quantity of the products/seryices, does not include an element of profit on the sale in excess of that normally
obtained by the Bidder on the sale of 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 Wolfforth.
YES X NO
• Ifyou (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.
THIS BID IS SUBMITTED BY Roberts & Spencer Service LLC a corporation organized under the laws of the State of
or a partnership consisting of
of the City of Dallas
Finn: Roberts & Spencer Service LLC
or an individual trading as
Address: 2245 Roval Lane
City: Dallas State: TX Zip 75229
M/WBE Firm: Woman Black American
Hispanic American Asian Pacific American
By
Officer Name
Authorized Representative - must sign by hand
Please Print
Business Telephone Number 972-406-0888 FAX: 972-243-3455
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND
TIME,
06 -073 -MA . doc
06 -073 -MA Instrument Inspection and Calibration Services for Flow Metes and In -Line Chlorine Residual Analyzers
Instrument Inspection and Calibration Services for Flow Meters and In -Line Chlorine Residual Analyzers
CITY OF LUBBOCK, TEXAS
ITB ##06 -073 -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 Instrument Inspection
and Calibration Services for Flow Meters and In -Line Chlorine Residual Analyzers per the attached
specifications. Sealed bids will be received no later than 2:00 p.m. CST, October 18, 2006, if date/time
stamped on or before 2:00 p.m. at the office listed below. Any bid received after the date and hour
specified will be rejected and returned unopened to the bidder. EACH BID AND SUPPORTING
DOCUMENTATION MUST BE IN A SEALED ENVELOPE OR CONTAINER PLAINLY
LABELED IN THE LOWER LEFT-HAND CORNER: "ITB #06 -073 -MA, Instrument Inspection
and Calibration Services for Flow Meters and In -Line Chlorine Residual Analyzers" AND THE
BID OPENING DATE AND TIME. BIDDERS MUST ALSO INCLUDE THEIR COMPANY
NAME AND ADDRESS ON THE OUTSIDE OF THE ENVELOPE OR CONTAINER. Bids must
be addressed to:
Marta Alvarez, Purchasing Manager
City of Lubbock
1625 13th Street, Room 204
Lubbock, Texas 79401
1.2 Bidders are responsible for making certain bids are delivered to the Purchasing Department. Mailing of a
bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand
deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. The City of
Lubbock assumes no responsibility for errant delivery of bids, including those relegated to a courier
agent who fails to deliver in accordance with the time and receiving point specified.
1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier
service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic
transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS, The Bid Form
must be completed in blue or black ink or by typewriter.
1.4 Bids may be withdrawn prior to the above scheduled time set for closing of the bids. Bids CANNOT be
withdrawn, altered, or amended after bid closing. Alteration made before bid closing must be initiated by
bidder guaranteeing authenticity.
1.5 The City of Lubbock reserves the right to postpone the date and time for opening bids through an
addendum.
PRE-BID MEETING
2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda
as needed for the clarification of the Invitation to Bid (ITB) documents, a pre-bid meeting will be held at
10:00 a.m.. October 11,2006 at Citv Hall, Purchasinp, Conference Room 204, 1625 13'h Street, Lubbock,
Texas. All persons attending the conference will be asked to identify themselves and the prospective
bidder they represent.
2.2 It is the bidder's responsibility to attend the pre-bid meeting though the meeting is not mandatory. The
City will not be responsible for providing information discussed at the pre-bid meeting to bidders who do
not attend the pre-bid meeting.
06.073 -MA .doc 4
06 -073 -MA Instrument Inspection and Calibration Services for Flow Metes and In -Litre Chlorine Residual Analyzers
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 Lubbock Purchasing Manner if any language, requirements,
etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a
single source. Such notification must be submitted in writing and must be received by the Purchasing
Manager no later than five (5) business days prior to the bid closing date. A review of such notifications
will be made.
3.2 ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING
THIS INVITATION TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN
FIVE (5) BUSINESS DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO:
Marta Alvarez, Purchasing Manager
City of Lubbock
1625 13`h Street
Lubbock, Texas 79401
Fax: (806)775-2164
RFPDepot. http://www.R.FPdepot.coin
4 ADDENDA & MODIFICATIONS
4.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over
the Internet at httpa/www.RFPdepot.com. We strongly suggest that you check for any addenda a
minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT
INTERNET ACCESS may use computers available at most public libraries.
4.2 Any offeror in doubt as to the true meaning of any part of the ITB or other documents may request an
interpretation thereof from the Purchasing Department. At the request of the offeror, or in the event the
Purchasing Department deems the interpretation to be substantive, the interpretation will be made by
written addenda issued by the Purchasing Department. Such addenda issued by the Purchasing
Department will be available over the Internet at http://w,.vw.RFPdepot.com and will become part of the
proposal package having the same binding effect as provisions of the original ITB. No verbal
explanations or interpretations will be binding. In order to have a request for interpretation considered,
the request must be submitted in writing and must be received by the City of Lubbock.
4.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of
Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only
information supplied by the City in writing or in this ITB should be used in preparing bid responses. All
contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees,
or representatives of the City and any information that may have been read in any news media or seen or
heard in any communication facility regarding this bid should be disregarded in preparing responses.
4.4 The City does not assume responsibility for the receipt of any addendum sent to bidders.
5 EXAMINATION OF DOCUMENTS AND REQUIREMENTS
5.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all
requirements prior to submitting a bid to ensure that the goods and/or services being bid meet the intent
of these specifications.
5.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations
that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to
Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to
comply, in every detail, with all provisions and requirements of the Invitation to Bid.
06 -073 -MA . doc 5
06 -073 -MA Instrument Inspection and Calibration Services for Flow Metes and In -Line Chlorine Residual Analyzers
6 BID SUBMITTAL
6.1 BIDDERS MUST SUBMIT THE ORIGINAL AND ONE COPY OF THE SEALED BID TO THE
PURCHASING DEPARTMENT PRIOR TO RESPONSE DUE DATE/TIME, FAILURE TO
SUBMIT THE ADDITIONAL COPY MAY RESULT IN THE BID BEING DECLARED
UNRESPONSIVE TO SPECIFICATION AND MAY NOT BE FURTHER EVALUATED. The
original must be clearly marked "ORIGINAL" and the copy must be clearly marked "COPY".
6.2 Bids must be submitted on the Bid Form and the Bidder must sign and date their bid in the space
provided. Identify the item bid, including brand name and model number, if applicable. Enter unit price,
extended cost, and delivery days in the columns provided. In the event of discrepancies in extension, the
unit price shall govern. THE BID FORM MUST BE COMPLETED IN BLUE OR BLACK INK OR
BY TYPEWRITER. "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 "
6.3 The City is exempt from Federal Excise, State Sales and Transportation taxes. TAX MUST NOT BE
INCLUDED IN BID. Tax exemption certificates will be executed by the Purchasing Manager upon
request.
6.4 Any information regarding warranties and/or maintenance agreements pertaining to said bid item(s) are
to be included in the bid.
6.5 Bids will not be considered unless bid F.O.B. delivered and include all delivery and packaging costs.
The number of calendar days required to place the materials in the City's receiving point under normal
conditions must be shown on the Bid Form. DO NOT quote shipping dates. Failure to indicate delivery
days on the Bid Form will obligate Bidder to complete delivery in two weeks. A minimum of five days
better delivery will automatically break a tie bid. Unrealistically short or undue long delivery promises
may cause bid to be disregarded. Consistent failure of a bidder to meet delivery promises without a valid
reason may cause removal from the bid list.
6.6 Bid prices must be firm for a minimum period of sixty (60) days. Bids subject to price increases will not
be considered.
6.7 All bids, responses, inquiries, or correspondence relating to or in reference to this ITB, and all reports,
charts, and other documentation submitted by bidders shall become the property of the City of Lubbock
when received.
6.8 If there are any additional charges of any kind, other than those mentioned above, specified or
unspecified, offeror MUST indicate the items required and attendant costs or forfeit the right to payment
for such items.
6.9 LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING
DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS.
BID PREPARATION COSTS
7.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay aM costs incurred in the
preparation and submission of a bid. Also, should a bidder bid an alternate, any test costs to prove
equality of product will be at the expense of the bidder, not the City of Lubbock.
7.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or
equipment.
7.3 All costs related to the preparation and submission of a bid shall be paid by the bidder.
TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION
ACT
06 -073 -MA .doc
06 -073 -MA Instrument Inspection and Calibration Services for Flow Metes and In -Line Chlorine Residual Analyzers
8.1 If you consider any portion of your bid to he 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 CONFIDENTIALJPROPRIETARY 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.
11 CONFLICT OF INTEREST
11.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement
with any employee, official or agent of the City of Lubbock.
11.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not
offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of
special treatment, advantage, information„ recipient's decision, opinion, recommendation, vote or any
other exercise of discretion concerning this bid.
12 AUTHORIZATION TO BIND SUBMITTER OF BID
12.1 Bids must show vendor name and address of bidder. Bids must be manually signed by an officer of the
company authorized to bind the submitter to its provisions. Person signing bid must show title or
AUTHORITY TO BIND THEIR FIRM IN A CONTRACT. Failure to manually sign bid will disqualify
it.
12.2 The bid submitted by the bidder shall become an integral part of the contract between the City and the
Bidder and the representations, covenants, and conditions therein contained shall be binding upon the
person, firm or corporation executing the same.
13 BID AWARD
13.1 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides goods
or services at the best value for the City of Lubbock. In determining the best value for the City of
Lubbock, the City may consider:
a) The purchase price;
06 -073 -MA .doc
06 -073 -MA Instrument Inspection and Calibration Services for Flow Metes and In -Line Chlorine Residual Analyzers
b) The reputation of the of the bidder and of the bidder's goods or services;
c) The quality of the bidder's goods or services;
d) The extent to which the goods or services meet the City's needs;
e) The bidder's past relationship with the City;
f) The impact on the ability of the City to comply with laws and rules relating to contracting with
Historically Underutilized Businesses and non-profit organizations employing persons with
disabilities;
g) The total long-term cost to the City to acquire goods or services; and
h) Any relevant criteria specifically listed in the Invitation to Bid.
13.2 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to
waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole
discretion. Unless otherwise specified herein, the City may award the bid for any item or group of items
shown on the Bid Form.
13.3 All bids are evaluated for compliance with specifications before the bid price is considered. Failure to
comply with the listed General Conditions may result in disqualification of bid.
13.4 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding on any
commodity could be cause for rejection of bids by the City of Lubbock and/or investigation by the
Attorney General to determine possible Anti -Trust violations.
13.5 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than
lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder
would be required to underbid the nonresident bidder in the nonresident bidders' home state.
13.5 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 extent 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
1964 Civil Rights Act and amendments, except as permitted by said laws.
15 SPECIFICATIONS
15.1 Any catalog, brand name or manufacturer's reference in the specifications is descriptive and NOT
restrictive, and is used to indicate type and quality level desired. Bids on brands of like nature and
quality may be considered unless specifically excluded.
15.2 If bidding on other than reference or specifications, bid must show manufacturer, brand, trade name,
catalog and/or lot number, etc., on article offered and certify article offered is equivalent to
06 -073 -MA .doc
06 -073 -MA Instrument Inspection and Calibration Services for Flow Metes and In -Line Chlorine Residual Analyzers
specifications. If other than specified brand of items are offered, specifications, catalog sheets,
illustrations and complete descriptive literature must be submitted with bid.
15.3 Bidders taking exception to any part or section of the specifications shall indicate such exceptions on the
specifications. Failure to indicate any exception will be interpreted as the bidder's intent to comply fully
with the requirements as written. Conditional or qualified bids, unless specifically allowed, shall be
subject to rejection in whole or in part.
15.4 Minor deviations from written specifications shall not necessarily disqualify a vendor's bid. The City of
Lubbock specification committee will be the sole determiner of what constitutes a minor deviation. The
City has the right to waive minor defects or variations of a bid from the exact requirements of the
specifications that do not affect the price, quality, quantity, delivery, or performance time of services
being procured.
15.5 The City may deem it necessary to specify Approved Brands after conclusive testing, prior usage or
standardization. The City may test any sample(s), supplied free of charge, to qualify for the Approved
Brand list. Each sample must be marked with bidder's name and address. At bidders request and
expense, the sample(s) not destroyed or used in examinations and testing will be returned.
15.6 When specifications call for samples to be submitted, samples must be delivered by the bidder, at bidder's
expense, to the Purchasing Manager no less than seven days prior to the opening of bids. Each sample
must be clearly tagged to show bidder's name and address, item number, and the name of the item being
substituted. The name of the manufacturer and brand name, technical data, intended use, and other
pertinent data for product evaluation must accompany each sample.
16 QUALIFICATIONS OF BIDDERS
16.1 The Bidder may be required before the award of any contract to show to the complete satisfaction of the
City of Lubbock that the Bidder or his Subcontractor has the necessary facilities, ability, and financial
resources to provide the service specified therein in a satisfactory manner. The Bidder may also be
required to give a past history and references in order to satisfy the City of Lubbock in regard to the
Bidder's or his Subcontractor's qualifications.
16.2 The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the
ability of the Bidder or his Subcontractor to perform the work, and the Bidder shall furnish to the City of
Lubbock all information for this purpose that may be requested. The City of Lubbock reserves the right
to reject any bid if the evidence submitted by, or investigation of, the Bidder fails to satisfy the City of
Lubbock that the Bidder or his Subcontractor is properly qualified to carry out the obligations of the
contract and to complete the work described therein. Evaluation of the Bidder's or his Subcontractor's
qualifications shall include:
a) The ability, capacity, skill, and financial resources to perform the work or provide the service
required;
b) The ability of the Bidder or his Subcontractor to perform the work or provide the service promptly or
within the time specified, without delay or interference;
c) The character, integrity, reputation, judgment, experience, and efficiency of the Bidder or his
Subcontractor;
d) The quality of performance of previous contracts or services.
17 ANTI -LOBBYING PROVISION
17.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD,
BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY
DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL
OR CITY STAFF EXCEPT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS,
INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY.
17.2 This provision is not meant to preclude bidders from discussing other matters with City Council members
or City staff. This policy is intended to create a level playing field for all potential bidders, assure that
contract decisions are made in public, and to protect the integrity of the bid process. Violation of this
provision may result in rejection of the bidder's bid.
06 -073 -MA . doc
06 -073 -MA Instrument Inspection and Calibration Services for Flow Metes and In -Line Chlorine Residual Analyzers
18 BONDS, INSURANCE AND INDEMNITY
18.1 No bonds are required to be submitted with this bid.
18.2 The successful bidder shall meet the minimum insurance requirements as defined in Section II. A City of
Lubbock Insurance Requirement Affidavit completed by the bidder's insurance agent/broker(s) must
accompany each bid.
18.3 The successful bidder agrees to indemnify, defend, keep and save harmless the City, its agents, officials
and employees, against all injuries, deaths, loss, damages, claims, patent claims, suits, liabilities,
judgments, costs and expenses, which may in anywise arise or accrue against the City in consequence of
the granting of the contract or which may anywise result there from, whether or not it shall be alleged or
determined that the act was caused through negligence or omission of the Contractor or its employees, or
of the subcontractor or assignee or its employees, if any, and the Contractor shall, at his own expense,
appear, defend and pay all charges of attorneys and all costs and other expenses arising there from or
incurred in connection therewith, and, if any judgment shall be rendered against the City in any such
action, the Contractor shall, at its own expenses, satisfy discharge the same. Contractor expressly
understands and agrees that any bond required by the contract, or otherwise provided by Contractor, shall
in no way limit the responsibility to indemnify, keep and save harmless and defend the City as herein
provided.
14 UTILIZATION OF LOCAL BUSINESS RESOURCES
The City desires, as much as practicable, to stimulate growth in all sectors of the local business community.
Bidders are strongly encouraged to explore and implement methods for the utilization of local resources.
20 PROTEST
20.1 All protests regarding the bid solicitation process must be submitted in writing to the City Purchasing
Manager within five (5) business days following the opening of bids. This includes all protests relating to
advertising of bid notices, deadlines, bid opening, and all other related procedures under the Local
Government Code, as well as any protest relating to alleged improprieties with the bidding process.
This limitation does not include protests relating to staff recommendations as to award of this bid.
Protests relating to staff recommendations may be directed to the City Manager.
All staff recommendations will be made available for public review prior to consideration by the City
Council as allowed by law.
20.2 FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A WAIVER
OF ANY PROTEST.
21 CONSIDERATION OF LOCATION OF BIDDER'S PRINCIPAL PLACE OF BUSINESS
21.1 Pursuant to Subchapter Z, Chapter 271, Texas Local Government Code, In purchasing under this title any
real property, personal property that is not affixed to real property, or services, if a municipality receives
one or more competitive sealed bids from a bidder whose principal place of business is in the
municipality and whose bid is within five percent of the lowest bid price received by the municipality
from a bidder who is not a resident of the municipality, the municipality may enter into a contract with:
(1) the lowest bidder; or
(2) the bidder whose principal place of business is in the municipality if the governing body of the
municipality determines, in writing, that the local bidder offers the municipality the best combination
of contract price and additional economic development opportunities for the municipality created by
the contract award, including the employment of residents of the municipality and increased tax
revenues to the municipality.
21.2 This section does not apply to the purchase of telecommunications services or information services, as
those terms are defined by 47 U.S.C. Section 153.
21.3 In order to receive consideration, bidders must submit an Affidavit of Eligibility.
06 -073 -MA .doc 10
06 -073 -MA Instrument Inspection and Calibration Services for Flow Metes and In -Line Chlorine Residual Analyzers
22 CONTRACT TERM AND PRICING
22.1 The contract shall be for a term of two years, said date of term beginning upon City Council date of
formal approval. This contract can be extended for an additional two year term upon mutual agreement of both
parties under the same terms and conditions.
22.2 Listed quantities are estimates only.
23 TERMINATION OF CONTRACT
This contract shall remain in effect until the expiration date or terminated by either party with a thirty (30) day
written notice. Such written notice must state the reason for cancellation. The City of Lubbock reserves the right
to award the canceled contract to the next lowest and best bidder as it deems to be in the best interest of the city.
The City of Lubbock is aware of the time and effort you expend in preparing and submitting bids to the City. Please let us
know of any bid requirement causing you difficulty in responding to our Invitation to Bid We want to facilitate your
participation so that all responsible vendors can compete for the City's business. Awards should be made approximately
two to six weeks after the opening date. If you have any questions, please contact the City of Lubbock Purchasing
Manager at (806) 775-2165.
06 -073 -MA .doc 11
06 -073 -MA Instrument Inspection and Calibration Services for Flow Metes and In -Line Chlorine Residual Analyzers
Instrument Inspection and Calibration Services for Flow Meters and In -Line Chlorine Residual Analyzers
CITY OF LUBBOCK, TEXAS
ITB #06 -073 -MA
Il. 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 amount(s):
Worker's Compensation - The Contractor shall elect to obtain worker's compensation coverage pursuant to Section
406.002 of the Texas Labor Code. Further, Contractor shall maintain said coverage throughout the term of this Contract
and shall comply with all provisions of Title 5 of the Texas Labor Code to ensure that the Contractor maintains said
coverage. Any termination of worker's compensation insurance coverage by contractor or any cancellation or non -renewal
of worker's compensation insurance coverage for the Contractor shall be a material breach of this Contract. The contractor
may maintain Occupational Accident and Disability Insurance in lieu of Workers' Compensation. In either event, the
policy must be endorsed to include a wavier of subrogation in favor of the CITY OF LUBBOCK.
The Contractor shall also provide to the CITY OF LUBBOCK proof of Employers' Liability in an amount no less than
$500,000.
Commercial General (public) Liability — Contractor's insurance shall contain broad form contractual liability with a
combined single limit of a minimum of $300,000 each occurrence and in the aggregate and shall include the following:
Products and completed operations
Personal Injury and Advertising Injury
Contractual Liability
Automotive Liability — Contractor's insurance shall contain a combined single limit of at least $300,000 per occurrence,
and include coverage for, but not limited to the following:
Any Auto
CITY OF LUBBOCK shall be named as an Primary Additional Insured on Automobile and General
Liability and a 'Waiver of Subrogation in favor of CITY OF LUBBOCK shall be provided on all
policies.
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,
06.073 -MA .doc 12
06 -073 -MA Instrument Inspection and Calibration Services for Flow Metes and In -Line Chlorine Residual Analyzers
limitations, or exclusions (except where policy provisions are established by law or regulation binding upon either of the
parties hereto or the underwriter of any of such policies). Upon such request by the City, the Contractor shall exercise
reasonable efforts to accomplish such changes in policy coverages, and shall pay the cost thereof.
REQUIRED PROVISIONS
The Contractor agrees that with respect to the above required insurance, all insurance contracts and certificate(s) of
insurance will contain and state, in writing, on the certificate or its attachment, the following required provisions:
a. Name the City of Lubbock and its officers, employees, and elected representatives as additional insureds, (as the
interest of each insured may appear) as to all applicable coverage;
b. Provide for 30 days notice to the City for cancellation, nonrcnewal, 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 13'x' Street, Room 204
Lubbock, Texas 79401
SECTION D. Approval, disapproval, or failure to act by the City regarding any insurance supplied by the Contractor shall
not relieve the Contractor of full responsibility or liability for damages and accidents as set forth in the contract documents.
Neither shall the bankruptcy, insolvency, or denial of liability by the insurance company exonerate the Contractor from
liability.
06.073•MA .doc 13
Resolution No. 2006-R0539
06 -073 -MA Instrument Inspection and Calibration Services for Flow Metes and In -Line Chlorine Residual Analyzers
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.
Robert Frazier.
Contractor (Print)
;rts & Spencer Service LLC
(Print or Type)
CONTRACTOR'S ADDRESS: .2245 Royal Lane
Dallas, TX 75229,
Name of Agent/Broker: Allied Insurance Agency
Address of Agent/Broker: 8214 Westchester Drive
City/State/Zip: Dallas TX 75225
AgentlBroker Telephone Number: (__;14_) 269-1560
Date: 10/18/06
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.
06-073•MA .doc 14
06 -073 -MA Instrument Inspection and Calibration Services for Flow Metes and In -Line Chlorine Residual Analyzers
**** 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 Requirements Contract: During the period of the contract, the Contractor shall provide all the services described in the
contract. The Contractor understands and agrees that this is a requirements contract and that the City shall have no
obligation to the Contractor if no services are required. Any quantities that are included in the scope of work reflect
the current expectations of the City for the period of the contract. The amount is only an estimate and the Contractor
understands and agrees that the City is under no obligation to the Contractor to buy any amount of the services as a
result of having provided this estimate or of having any typical or measurable requirement in the past. The Contractor
further understands and agrees that the City may require services in an amount less than or in excess of the estimated
annual contract amount and that the quantity actually used, whether in excess of the estimate or less than the estimate,
shall not give rise to any claim for compensation other than the total of the unit prices in the contract for the quantity
actually used. In making its bid hereunder, the Contractor expressly recognizes the rights of the City provided herein,
and further recognizes that the Contractor shall have no claims against the City for anticipated profits for the quantities
called for, diminished or deleted.
2 Nona ro riation: All funds for payment by the City under this contract are subject to the availability of an annual
appropriation for this purpose by the City. In the event of nonappropriation of funds by the City Council of the City of
Lubbock for the goods or services provided under the contract, the City will terminate the contract, without
termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for
the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any
time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on
thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be
obligated under this contract beyond the date of termination.
3 Invoices: Contractor shall submit separate invoices, in duplicate, on each purchase order or purchase release after each
delivery. Invoices shall indicate the purchase order or purchase release number and the supply agreement number if
applicable. Invoices shall be itemized and transportation charges, if any, shall be listed separately. A copy of the bill
of lading, and the freight waybill when applicable, shall be attached to the invoice. Mail to Accounts Payable, City of
Lubbock, P.Q. Box 2000, Lubbock, Texas 79457. Payment shall not be due unless and until the Contractor shall not
be in default under the terms of the contract, and until the above instruments are submitted after delivery. CITY MAY
MAKE PAYMENTS FOR PURCHASES UNDER THIS CONTRACT USING THE CITY'S MASTERCARD
PURCHASING CARD (PCARD). THE SELLER AGREES TO ACCEPT PCARD PAYMENTS WITHOUT ANY
ADDITIONS OR SURCHARGES.
4 No Warrantv Bv The City Against Infringements: As part of the contract for sale, Contractor agrees to ascertain
whether goods manufactured in accordance with the specifications attached to the contract will give rise to the rightful
claim of any third person by way of infringement of the like. The City makes no warranty that the production of goods
according to the specification will not give rise to such a claim, and in no event shall The City be liable to Contractor
for indemnification in the event that Contractor is sued on the grounds of infringement or the like. If Contractor is of
the opinion that an infringement or the like will result, he will notify the City to this effect in writing within two weeks
after the signing of the contract. If the City does not receive notice and is subsequently held liable for the infringement
or the like, Contractor will save The City harmless. If Contractor in good faith ascertains the production of the goods
in accordance with the specifications will result in infringement or the like, the contract shall be null and void.
5 Gratuities: The City may, by written notice to the Contractor, cancel the contract or purchase order without liability to
Contractor if it is determined by the City that gratuities, in the form of entertainment, gifts or otherwise, were offered
or given by the Contractor, or any agent or representative of the Contractor, to any officer or employee of the City of
Lubbock with a view toward securing a contract or securing favorable treatment with respect to the awarding or
amending, or the making of any determinations with respect to the performing of such a contract. In the event the
Contract is canceled by the City pursuant to this provision, the City shall be entitled, in addition to any other rights and
remedies, to recover or withhold the amount of the cost incurred by Contractor in providing such gratuities.
6 Force Maieure: Neither party shall be held responsible for losses or damages hereunder, if the fulfillment of any terms
of provisions of the contract is delayed or prevented by strike, walkouts, acts of God, or public enemy, fire, or flood.
06 -073 -MA .doc 15
06 -073 -MA Instrument Inspection and Calibration Services for Flow Metes and In -Line Chlorine Residual Analyzers
7 Assignment -Delegation: No right or interest in the contract shall be assigned or delegation of any obligation made by
Contractor without the written permission of the City. Any attempted assignment or delegation by Contractor shall be
wholly void and totally ineffective for all purposes unless made in conformity with this paragraph.
8 Material Safety Data Sheets: Seller shall provide the City of Lubbock with current Material Safety Data Sheets (MSDS) for
each chemical defined as hazardous under the Texas Hazard Communication Act (every chemical bearing any manner of
warning label on the container) to comply with provisions of the Texas Hazard Communication Act, Title 6, Subchapter D,
Chapter 502, Texas Health and Safety Code Ann. (This Act is corollary to OSHA Standard 29 CRF 1910.1200, which is
generally known as the Right to Know Law.)
9 Waiver: No claim or right arising out of a breach of the contract can be discharged in whole or in part by a waiver or
renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing
signed by the aggrieved party.
10 Rip -ht To Assurance: Whenever one party to the contract in good faith has reason to question the other party's intent to
perform he may demand that the other party give written assurance of this intent to perform. In the event that a
demand is made and no assurance is given within five (5) days, the demanding party may treat this failure as an
anticipatory repudiation of the Contract.
11 Unsatisfactory Work: If, at any time during the contract term, the service performed or work done by the Contractor is
considered by the City to create a condition that threatens the health, safety, or welfare of the community, the
Contractor shall, on being notified by the City, immediately correct such deficient service or work. In the event the
Contractor fails, after notice, to correct the deficient service or work immediately, the City shall have the right to order
the correction of the deficiency by separate contract or with its own resources at the expense of the Contractor.
12 Time: It is hereby expressly agreed and understood that time is of the essence for the performance of the contract, and
failure by Contractor to meet the time specifications of the contract will cause Contractor to be in default of the
contract.
13 Silence of Specification: The apparent silence of specifications as to any detail, or the apparent omission from it of a
detailed description concerning any point, shall be regarded as meaning that only the best commercial products and
practices are to prevail and that only material and workmanship of the finest quality are to be used. All interpretations
of the specifications in this bid shall be made on the basis of this statement. The items furnished under this contract
shall be new, unused, of the latest product in production to commercial trade, and shall be of the highest quality as to
materials used and workmanship. Manufacturer furnishing these shall be experienced in design and construction of
such items and shall be an established supplier of the item bid.
14 Environmental Stewardship
The City of Lubbock is fully committed to environmental excellence. It is the policy of the City to demonstrate sound
environmental performance by controlling and mitigating the environmental impact of City activities, operations, and
services. This commitment extends to the procurement and contracting process. Contractors and suppliers selected to
provide services and materials to the City are required to uphold an equally high standard. To that end all contractors
and suppliers hired by the City agree to maintain full compliance with any and all applicable environmental
regulations. In addition, contractors and suppliers agree to implement whatever processes and procedures necessary to
reduce and eliminate pollution and wastes and conserve natural resources while under contract with the City. To the
greatest extent possible, while still delivering the highest quality service or material, City contractors and suppliers, as
well as any sub -contractors under their supervision, will:
• minimize waste and pollution generation;
• conserve natural resources and energy;
• minimize the use of hazardous materials by choosing the least toxic - yet effective - materials and
products;
• use the highest available post -consumer content materials and products;
• recycle and/or reuse as much as is possible, waste materials; and incorporate into project design energy
efficient fixtures, appliances and mechanical equipment.
06 -073 -MA .doc 16
06 -073 -MA Instrument Inspection and Calibration Services for Flow Metes and In -Line Chlorine Residual Analyzers
Instrument Inspection and Calibration Services for Flow Meters and In -Line Chlorine Residual Analyzers
CITY OF LUBBOCK, TEXAS
ITB #06 -073 -MA
Contract Specifications
Instrument Inspection And Calibration Services
1. Project Description
The City of Lubbock is requesting bids from interested companies to perform instrument inspection and calibration
services for the Water Production and Treatment Department.
2. Background
The instrumentation to be inspected and calibrated includes numerous flow meters, chlorine analyzers and filter loss of
head instruments. The instrumentation is located at the water treatment plant, various remote pump stations within the
City Of Lubbock, three valve stations located at Shallowater, Littlefield, and Amherst, and at the Bailey County pump
station located approximately 60 miles northwest of Lubbock.
3. Purpose and Scope
The instrument inspection and calibration documentation will be used to satisfy regulatory as well as internal
requirements. The scope of work shall include but not necessarily be limited to the following items:
a. Semi-annual inspection and calibration of approximately fifty-five (55) flow meters.
b. Semi-annual inspection and calibration of twenty (20) filter loss of head instruments and twenty (20) filter
flowmeters.
c. Scmi-annual inspection and calibration of approximately twenty-three (23) in-line chlorine residual
analyzers.
4. Miscellaneous Items
a. Each vendor shall perform an on-site survey of all facilities where instrumentation is housed before
submitting bids. Vendors will be responsible for field checking and shall familiarize themselves with all
instruments to be calibrated and inspected before submitting bids.
b. Vendors must be qualified and experienced in calibration and inspection of all instruments as requested by
the City Of Lubbock. All instruments must be calibrated according to manufacturer's specifications.
c. Printed and electronic file reports must be provided within fifteen (I5) business days after each scheduled
cycle of calibrations has been completed. The reports must include sufficient information to satisfy regulatory
agencies as well as the City Of Lubbock. In addition to the calibration data, the report shall identify any
problems with the instrument and a recommended corrective action.
d. Services must be provided with minimal inconvenience to City Of Lubbock personnel.
e. Before leaving each site, vendor must verify with control room operator that instruments are operating
properly after calibration.
06.073 -MA .doe 17
06 -073 -MA Instrument Inspection and Calibration Services for Flow Metes and In -Line Chlorine Residual Analyzers
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 formrip or to
date shown for receipt of bid to: Marta Alvarez, Purchasing Manager, City of Lubbock, P.O. Box 2000, Lubbock, Texas
79457.
We, the undersigned, have declined to bid on your ITB #06 -73 -MA 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 products 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)
REMARKS:
Company Name:
Address:
City: -
Contact
Business Telephone Number
Internet Address:
Company's Internet Web Page
State:
Title:
06.073 -MA .doc 18
FAX:
06 -073 -MA Instrument Inspection and Calibration Services for Flow Metes and In -Line Chlorine Residual Analyzers
SUSPENSION AND DEBARMENT CERTIFICATION
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 firm named below, certify that neither this firm nor its principals are suspended or debarred
by a Federal agency.
COMPANY NAME: Roberts & Spencer Service LLC
Signature of Company Official:
Date Signed: 1011$106
Printed name of company official signing above: Robert Frazier
06 -073 -AMA .doc 19
06 -073 -MA Instrument Inspection and Calibration Services for Flow Metes and In -Line Chlorine Residual Analyzers
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 telecommunications 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:
Marta Alvarez, Purchasing Manager
City of Lubbock
1625 13'h Street, Room 204
Lubbock, TX 79401
Complete all areas below. Incomplete affidavits may be rejected.
Local Business Name:
Local Address (must be within the City limits):
Address of the company's principal place of business within the United States:
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:
3. For transactions that require sales tax, provide the following Reseller information:
Resellcr Permit Number:
Company Name and Address (as it appears on permit):
4. Does your business have more than one office in the State of Texas? Yes No
If Yes, identify the office location considered as the point -of sale credit for sales tax purposes:
5. 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 foregoing 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 Lubbock products and services for a period of one (1) year.
Authorized Signature:
Printed Name and Title:
06-073•MMA .doc 20
Date:
06 -073 -MA Instrument Inspection and Calibration Services for Flow Metes and In -Line Chlorine Residual Analyzers
CITY OF LUBBOCK
NON -COLLUSION AFFIDAVIT
STATE OF TEXAS
SS
LUBBOCK COUNTY
o8e:0-7_ ICZAZ I C,' being first duly sworn, on his/her oath,
says that the bid above submitted is a genuine and not a sham or collusive bid, or made in the interest
or on behalf of any person not therein named; and s/he further says that the said bidder has not directly
induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person
or corporation to refrain from bidding; and that said bidder has not in any manner sought by collusion
to secure to self an advantage over any other bidder or bidders.
�iCoT3ri� -i�
NAME OF FIRM—
BIDDER BIDDER
kfc '00�'f
TITLE
Subscribed and sworn to before me this10
1 U day of '2006
a
r
Notary Public in and4& t S ate .'• VERONICA S. i'�`�
of T*xes
of Texas residing at ..t•', Natimy� E.
November 04, 700a
NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED IN WITI- THE BID/PROPOSAL
06 -073 -MA .doc 21
06 -073 -MA Instrument Inspection and Calibration Services for Flow Metes and In -Line Chlorine Residual Analyzers
CITY OF LUBBOCK
CONTRACT FOR SERVICES
Instrument Inspection and Calibration Services for Flow Meters and In -Line Chlorine Residual
Analyzers
Contract No.
THIS CONTRACT, made and entered into this `" day 2006, pursuant to a resolution
heretofore adopted by the City of Lubbock, Texas, by and between the City of Lubbock ("City"), and
("Contractor").
WITNESSETH:
WHEREAS, the City of Lubbock duly advertised for bids for Instrument Inspection and Calibration
Services for Flow Meters and In -Line Chlorine Residual Analyzers 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 services of the said Instrument Inspection and
Calibration for Flow Meters and In -Line Chlorine Residual Analyzers.
NOW, THEREFORE, in consideration of the mutual agreement contained herein, as well as the
financial consideration hereinafter referred to, the parties hereby covenant and agree as follows:
In accordance with City's specifications and Contractor's bid, copies of which specifications and bid are
attached hereto and made part hereof, Contractor will deliver to the City the Instrument Inspection and
Calibration Services for Flow Meters and In -Line Chlorine Residual Analyzers.
1. Specifically referred to as Item(s) No. 1-4 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 Contractor shall perform the work according to the procedure outlined in the specifications and
invitation to Bid attached hereto and incorporated herein. The contract shall be for a term of two years,
said date of term beginning upon City Council date of formal approval. This contract can be extended
for an additional two year term upon mutual agreement of both parties under the same terms and
conditions. This contract shall remain in effect until the expiration date or terminated by either party
with a thirty (30) day written notice. Such written notice must state the reason for cancellation. The
City of Lubbock reserves the right to award the canceled contract to the next lowest and best bidder as it
deems to be in the best interest of the city.
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.
06 -073 -MA .doc 22
06 -073 -MA Instrument Inspection and Calibration Services for Flow Metes and In -Line Chlorine Residual Analyzers
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 B 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 this Contract and shall comply with all provisions of Title 5 of the Texas Labor Code to ensure
that the Contractor maintains said coverage. Any termination of worker's compensation insurance coverage
by contractor or any cancellation or non -renewal of worker's compensation insurance coverage for the
Contractor shall be a material breach of this Contract. The contractor may maintain Occupational Accident
and Disability Insurance in lieu of Workers' Compensation. In either event, the policy must be endorsed to
include a wavier of subrogation in favor of the CITY OF LUBBOCK.
The Contractor shall also provide to the CITY OF LUBBOCK proof of Employers' Liability in an amount
no less than $500,000.
Commercial General (public) Liability insurance, per occurrence, in an amount not less
than $300,000 including coverage for the following:
Products /completed operations
Personal & Advertising injury
Contractual Liability
Automotive Liability insurance, per occurrence, in an amount not less than $300,000 combined single
limit including coverage for the following:
Any Auto
CITY OF LUBBOCK shall be named as an Primary Additional Insured on Automobile and General
Liability and a Waiver of Subrogation in favor of CITY OF LUBBOCK shall be provided on all
policies
The contractor will provide a Certificate of Insurance to the City as evidence of coverage. The certificate
will provide 30 days notice of cancellation, and under the cancellation section, the wording "endeavor to"
and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its
agents or representatives" will be crossed out. A copy of the additional insured endorsement attached to the
policy will be included with the certificate. Contractor's insurance policies through policy endorsement
must include wording, which states that the policy shall be primary and non-contributing with respect to any
insurance carried by the City of Lubbock. The certificate of insurance described below must reflect that the
above working is included in evidenced policies.
If at any time during the life of the contract or any extension, the contractor fails to maintain the required
insurance in full force and effect; all work under the contract shall be discontinued immediately. Any
failure to maintain the required insurance may be sufficient cause for the City to terminate the contract.
6. Neither the City nor the Contractor shall assign, transfer or encumber any rights, duties or interests
accruing from this Contract without the written consent of the other.
This Contract consists of the following documents set forth herein; Invitation to Bid #06 -073 -MA,
General Conditions, Insurance Requirements, Specifications, and the Bid Form.
06-073-rMA .dot 23
06 -073 -MA Instrument Inspection and Calibration Services for Flow Metes and In -Line Chlorine Residual Analyzers
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
CONTRACTOR
BY
David A. Miller, Mayor Authorized Representative
ATTEST:
Address:
Rebecca Garza, City Secretary
APPROVED AS TO FORM: APPROVED AS TO CONTENT:
Assistant City Attorney Sherry Stephens, Water Utility
Chief Operations Officer
06.073-h1A .doc 24
Resolution 2006–RO539
ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(MMlDDIYYYY)
oz/z1/2oo6
PRODUCER (214)269-1560 F (214)691-1622
Allied Insurance Agency
8214 Westchester Drive
Suite 420
Dallas, TX 75225
THIS ERTIFI A SSU D AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE MAIC 9
INSURED Roberts & Spencer Distributors, Inc.
2245 Royal Lane
Dallas, TX
INSURERA; Maryland Casualty Company
INSURER B.
INSURER C'
INSURER U
INSURER E --
COVERAGES COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR
NSR
TYPE OF INSURANCE POLICY NUMOER I DATE MMlbD
DATE IMWDWM
LIMITS
OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES.
Arlington, TX 76017
y
GENERAL LIABILITY PAS41743320 01/28/2006
01/28/2007
—H OCCURR5NCF S 1, 000 , 000
X COMML-RCIAL GENERAL LIADILITY
CLAIMS MADE ® OCCUR
IS' 5
PRE +ISP' F �r renre 1,000,00
MED EXP (Any ana Pcmm) S 10,000
A
PERSONAL & ADV INJURY S 1 000 000
GENERAL AGGREGATE $ 2,000.000
CtNL ACCRLCATE LIMfr APPLIES PEA:
POLICY PRO -
JECT LOC
PRODUCTS - COMP/CP AGG 5 2,000,000
AUTOMOUILE
LIAL+ILITY PAS41743320 01/28/2006
ANYAUTO
01/28/2007
COMBINED SINGLE LIMIT s
(rPoccidenQ 1,000,000
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY S
(Pel person)
A
X
X
HIRED AUTOS
NON -OWNED AUTOS
BODILY INJURY S
(Perv=idCnl)
PROPERTY DAMAGE s
(Per a"idenl)
GARAGE LIABILITY
AUTO ONLY- EA ACCIDENT ;
ANY AUTO
OTHER THAN EA ACC S
AUTO ONLY. AGO S
EXCESS/UMBRELLA LIABIU Y PAS41743370 01/28/2006
OCCUR a CLAIMS MADE
01/28/2007
EACH OCCURRENCE S 8, 000, 000
AGGREGATE S 8,000,000
A
s --
DEDUCTIBLE
S
RETENTION S
S
WORKERS COMPENSATION AND WC417471S602 01/28/2006
EMPLOYERS' LIABILITY
01/28/2007
TORY LIMIT, ER
E.L. EACH ACCIDENT S 500.000
A
ANY PROPRIETORIPARTNERIEXE-CUTIVE
OFFICER/MEMBER EXCLUDED?
yes, a
El. DISEASE - EA EMPLOYE $ 500,000
E -L. DISEASE -POLICY LIMiT $ S OO , 000
S AL PR
SPECIAL PROVISIONS belay
ISIO
OTHER
DESCRIPTION OF OPERATIONS )-LOCATIONS f VrRICLEB f EXCLUSIONS ADDED BY ENDORSEMENT f SPECIAL rROVISION5
ertificate Holder is included as Additional Insured as respects General Liability
GERIIFiCATE HOLDER CANCELLATION
ACSRD 25 (2001=) FAX: (817)46$-6986 (VACORD CORPORATION 1988
10/18/2006 WED 16:43 [TX/RX NO 70981 Z002
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL
National Semiconductor
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
Attn. Michael Frear
BUT FAILURE TO MA[L SUCH NOTICE SHALL IMPOSE NO OBUGATION OR LIABILITY
1 X I Bardi n Road
OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES.
Arlington, TX 76017
y
AUTHORIZED REPRESENTATIVE fy p
Ron Cazort MJG �!+`�
ACSRD 25 (2001=) FAX: (817)46$-6986 (VACORD CORPORATION 1988
10/18/2006 WED 16:43 [TX/RX NO 70981 Z002