HomeMy WebLinkAboutResolution - 3931 - Agreement - Circle Drive Contractors - Home Security Program, Rejected - 07/23/1992Resolution No. 3931
July 23, 1992
Item 415
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and
directed to execute for and on behalf of the City of Lubbock a Subcontractor
Agreement for a Home Security Program Services, attached herewith, which shall
be spread upon the minutes of the Council and as spread upon the minutes of
this Council shall constitute and be a part of this Resolution as if fully
copied herein in detail.
Passed by the City Council this
ATTEST:4.
nan���c YVJV, v. vJ va.v. �.vw.y_
APPROVED. -AS TO CONTENT:
�.
Sylvia art nez- ares
Community Services Supervisor
APPROVED AS TO FORM:
8 n&Td G. Va'hdlver; First Ass
City Attorney
I w7: js/HOMESEc.RES/D1-Ag—da
U
*******************************************************
* *
* DELIVER TO: BEATRIZ RODRIGUEZ *
* *
* *
* ORIGINAL *
*
SENT: 11/03/92 TIME: O8 35 *
* FROM: RON %HUFFIELD *
*
SUBJECT: CIRCLE DRIVE *
* PRINT DATE: 11/03/92 TIME: 08:36 *
* *
*******************************************************
BEA,
REGARDING THE PREVIOUS HOME SECURITY BID SUBMITTED BY CIRCLE
DRIVE CONTRACTORS. BID WAS REJECTED AND AGREEMENT NOT SIGNED DUE
TO THE CONTRACTOR'S INABILITY TO SECURE THE REQUIRED INSURANCE.
Resolution No. 3931
July 23, 1992
Item #15
CITY OF LUBBOCK — COMMUNITY SERVICES DEPARTMENT
ROME SECURITY PROGRAM — SUBCONTRACTOR AGREEMENT
STATE OF TEXAS §
COUNTY OF LUBBOCK §
This Agreement made and entered into this 23rd day of
July , 1992, is by and between the CITY OF
LUBBOCK-COMMUNITY SERVICES DEPARTMENT, hereinafter referred to
as CITY, and A,
of , Texas, hereinafter referred to as
SUBCONTRACTOR.
SECTION 1. CONTRACT PERFORMANCE.
A. SUBCONTRACTOR will, in a satisfactory manner as determined
by the CITY, provide turnkey installation of exterior
doors and all items required in such installation.
Installation of these products shall be in accordance with
the manufacturer's instructions.
B. SUBCONTRACTOR agrees to install the approximate quantity
of 100 residential units, although actual quantities may
be more or less.
C. SUBCONTRACTOR agrees to furnish materials, labor, trans-
portation, and expenses necessary in the performance of
this Agreement, and is responsible for any damages or
injuries that occur as a direct result of services being
performed.
D. SUBCONTRACTOR and CITY agree that all work will be awarded
and performed by the issuance of a work order. Both
parties will sign the work order, thereby agreeing to what
work will be required. Such work orders shall be made
part of this Agreement as if fully set out herein.
E. SUBCONTRACTOR guarantees that all work will be completed
in the required time and in sequence as agreed upon
between CITY and SUBCONTRACTOR.
F. SUBCONTRACTOR guarantees all workmanship performed on
completed units will be to industry standards. Completed
units will be inspected by CITY before payment can be
made. Any work that is determined to be unsatisfactory by
CITY must be reworked within seven (7) days at the SUBCON-
TRACTOR'S expense. Payment will not be made until the
work performed has been completed to the satisfaction of
the CITY.
G. SUBCONTRACTOR hereby agrees to accept total responsibility
for payment to vendors, employees and/or subcontractors
with whom he has made arrangements. Such arrangements
will not be the responsibility of the CITY.
H. SUBCONTRACTOR shall maintain the confidentiality of all
records and information as required by the CITY.
SECTION II. CITY OBLIGATIONS.
A. Method of Payment.
The CITY agrees to make payment thirty (30) days after all
invoices are submitted and final inspection is performed.
Such final inspections shall be evidenced by written
certification of satisfactory completion by the CITY and
certification of workmanlike completion by SUBCONTRACTOR.
B. Amount of Payment.
Payment will be made in the amount stated on the work
order executed pursuant to -the accepted bid submitted to
the CITY.
SECTION III. TERMINATION.
A. This Agreement may be terminated by either party upon
giving thirty (30) days written notice to the other party.
SUBCONTRACTOR AGREEMENT -- PAGE 2
SECTION IV. CONTRACT PERIOD.
The period for performance of this Agreement shall com-
mence on , 19 and
terminate on , 19 .
IN WITNESS THEREOF, the parties to this Agreement have
^uted this Agreement on .Tule 23 ,
2� .
.
-DAVID R. X�WGSTON,%- MAYOR
ATTEST io 4t=eRtBoyd,; City S cretary
',APPROVED AS TO CONTENT:
Sylvia Mar inez-Flores
Community Services Supervisor
APPROVED AS TO FORM:
nald G. andiver, irst
Assistant City Attorney
DGV:js/BCMESEC.DOC/D6-Cont.Agmts.
SUBCONTRACTOR AGREEMENT -- PAGE 3
SUBCONTRACTOR:
BY:
TITLE
ADDRESS
ATTEST:
Secretary
I
- A
REQUEST FOR QUOTATION
tlt CITY OF LUBBOCK 12244 ' PAGE
P`162513th St0 Room L-04 T I
Lubbock, Texas 79401
O ADDRESS CORRESPONDENCE OR QUESTIONS TO
(806)767-2167 RON SHUFFIELD
LUSBOCK TEXAS 806_767-ZIEL
20416
HELADIO TORRES
T 1.514 E STANDFORD
° LUBBOCK TX 79403 it
_ O
ThE
OPdc�r�
DATE
PRINTED 09/11/92 LOSING DATE
REPLY DUE BY: t09/30/92
Bib must be haled le an envelops and addrt
City of Lubbock Purchasing Mgr,
Municipal Building,
1625 13th St. Rm. L-04
Lubbock, Texas 79401
AUTNORt2ED SIGNATURE ,/1 A A t .-.
PAYMENT TERMS
SNIP VIA
'"' t t • r •.ares c' mqdole •n t • wtn • o i • •Iv a o.
t -9 'no too gospel
sib.lity O each bidder to insure the delivery O bids as accordance —111 said closing a t•
and time
rho 0n4e1111ne41 hereby offers to furnish and deliver the goods er sorvrcas as
spaalud above t the Pons and ••rots stated and us mitt accordance -Ilk Ike
are
Zedo do as and the forms and cnd.t.oss on the reverse side barn,. 44 al oh,,k
ra tn• art O this Oft.
TELE►MONS b .D — 3 CO t DATE —
ALL ITEMS StfOULO BE QUOTED
F.O.O. LUBSOCK FREIGHT TERMS
ITEM
nccw or
DATE
QUANTITY UNIT
C.O.L. STOCK
NUMBER
UNIT
PRICE -
AMOUNT
1
11/01/92
LT
ITEM 12
05/31/93
COMMUNITY DE ELO
MENT HOME SECURITY PROG
AM
THE PURPOSE DF TqIS
ESTABLISH FIRM PRICING
REQUEST FOR FUOTATION
FOR A SEVEN MONTH
IS TO
PERIOD FOR
THE GOODS AND SERVICES
SERVICES HOME SECURITY
REQUIRED FOR THE
PR GRAM.
OMMUNITY
BIDDERS ARE EQU!STED
FOR A TURNKEY IN6TALLATION
TO PROVIDE MATERIAL
OF EXTERIOR DOORS
AND SERVICES
AND
ITEMS LISTED ON
THESE PRODUCTS S
rHE BID PROPOSAL FORM.
ALL BE IN ACCORDANCE WITH
ALL
INSTALLATION OF
THE
MANUFACTURER'S I
STRUCTIONS.
THE APPROXIM TE
JUANTITY OF UNITS IS 100,
ACTUAL
QUANTITIES MAY BE
MORE OR LESS.
BIDDER MUST IGN
FORM. THIS IS ESSENTIAL
BOTH THE RF FORM AND THE
TOUALIFY
BID PROPOSAL
TO DO SO WIL RESULT
YOUR
IN BID EJECTION.
BIO; FAILURE
THE DETAILS F
FOR DISCUSSI N D
IS REQUEST FOR SUOTATIO
RING A PREBID CNFERENCE
WILL BE OPEN
SEPTEMBER 23RD 1992
1625 13TH STRUT
AT 10:00 AM, CONFE
LU6BOCK, TEXAS.
TO BE HELD ON
ENCE ROOM 1082
-UBB
THE CITY.OF
AND ALL BIDSL
CK RESERVE S THE RIGHT
REJECT ANY
ALL BIDDERS RE
EVALUATED ON AN ALL
EREBY NOTIFIED THAT BID
OR NONE BASIS.
WILL BE
INCLUDE COMPETE
LIST OF SPECIFICATIONS
I
9ITH YOUR BID.
Bib must be haled le an envelops and addrt
City of Lubbock Purchasing Mgr,
Municipal Building,
1625 13th St. Rm. L-04
Lubbock, Texas 79401
AUTNORt2ED SIGNATURE ,/1 A A t .-.
PAYMENT TERMS
SNIP VIA
'"' t t • r •.ares c' mqdole •n t • wtn • o i • •Iv a o.
t -9 'no too gospel
sib.lity O each bidder to insure the delivery O bids as accordance —111 said closing a t•
and time
rho 0n4e1111ne41 hereby offers to furnish and deliver the goods er sorvrcas as
spaalud above t the Pons and ••rots stated and us mitt accordance -Ilk Ike
are
Zedo do as and the forms and cnd.t.oss on the reverse side barn,. 44 al oh,,k
ra tn• art O this Oft.
TELE►MONS b .D — 3 CO t DATE —
ALL ITEMS StfOULO BE QUOTED
F.O.O. LUBSOCK FREIGHT TERMS
IMPORTANT
-'READ CAREFULLY BEFORE
TERMS AND CONDITIONS
GENERAL
1. ALL BIDS SHOULD BE MADE ON THIS FORM, BIOS MADE ON OTHER FORMS WILL
NOT BE CONSIDERED UNLESS STATEMENT TO THIS EFFECT IS INCLUDED, -IN AC-
CORDANCE WITH 910 REQUEST NO. AND SUBJECT TO ALL
TERMS AND CONDITIONS THEREOF WE QUOTE AS FOLLOWS. -
L ANY CATALOG OR MANUFACTURER'S REFERENCE IN THE PROPOSAL IS OISCRIP-
TIVE BUT NOT RESTRICTIVE, AND IS USED ONLY TO INDICATE TYPE AND QUALITY.
.IF, HOWEVER, THE BIDDER PROPOSES SIMILAR BUT NOT IDENTICAL ITEMS. HE MUST
FURNISH FULL PARTICULARS. IF NO MENTION OF IS MADE OF ANY EXCEPTIONS IT IS
ASSUMED THAT HE IS BIDDING ON THE ARTICLE SPECIFIED A%O NOT ON APPROV-
ES EQUAL AND HE WILL BE REQUIRED TO DELIVER THE EXACT ARTICLE SPECIFIED.
3. PRICES SHOULD BE ITEMIZED. THE CITY OF LUBBOCK RESERVES THE RIGHT TO
AWARD BY ITEM OF BY TOTAL 810,
4. TIME OF PROPOSED DELIVERY SHALL BE STATED IN NUMBER OF CALENDER DAYS.
S. IN CASE OF DISCREPANCY BETWEEN THE UNIT PRICE AND THE EXTENSION, THE
UNIT PRICE SHALL GOVERN. -
6. NOTE: THE CITY OF LUBBOCK IS EXEMPT FROM ALL FEDERAL, STATE, 3 LOCAL TAX.
00 NOT INCLUDE THESE TAXES IN YOUR 810 PRICE OR INVOICE TAXABLE ITEMS
MUST BE SO DESIGNATED AND THE CITY WILL SUPPLY CONTRACTOR WITH TAX
EXEMPTION CERTIFICATE PROPERLY EXECUTED.
7, PREFERENCE WILL BE GIVEN TO FIRM QUOTES, ITEMS QUOTED AT PRICE 1.4 EF-
FECT AT TIME OF SHIPMENT WILL NOT BE CONSIDERED UNLESS A DEFINITE PER-
CENT IS PLACED ON THE ESCALATION.
It ALL BIDS MUST BE SIGNED. UNSIGNED BIDS WILL BE CONSIDERED AS NO BID AND
WILL BE RETURNED TO VENOCR
S. THE CITY OF LUBBOCK RESERVES THE RIGHT TO ACCEPT OF REJECT ALL OR PART
OF AN OFFER AND TO ACCEPT THE OFFER THE CITY CONSIDERS THE MOST AO
VANTAGEOUS TO THE CITY. ALTERIIATES ARE ACCEPTABLE IF IN THE CITY'S OPI-
NION THE NECESSARY REQUIREMENTS ARE MET,
STANDARD TERMS AND CONDITIONS
CITY d LUBBOCK. TEXAS
Seller and Buyer agree as fellows
1. SELLER TO PACKAGE GOODS Seller Unice package goods in accordance with good am-
mereral practice. Each shipping contain*, %fall be closely and permanently marked as fetlewv
(a) Soft*" $ name and address, (b) Co*siq.eo' s nam*, address and Purcna$e order at pur-
chase reisase number and the supply agreement number if applicable, (e) Container number
and total number *1 eontaineraL 6.9, boa 1 of 3 bones, and (d) the *umber of the COnta,aer
bearing the packing all*. Seller shell beer cost of packaging unless otherwise prev,de4
Good
shall be suitably packed to secure lowest transportation tests and to ganferm with re.
gquirements *Icommon terriers and any sopbcsblo spocifioati*ns. Buyer's count Of weight
shall be final and conclusive e. Sh.pmenta not accomPenrad by packing lists.
L SHIPMENT UNDER RESERVATION PROHIBITED Sailor Is net authorized to ship the
goods under reseevatisn end rte tender of a bill of lading will *Porto a$ a tender 'of goods.
3. TITLE 8 RISK OF. LOSS Tho btl and risk of less of the goods ahatl feel pass to Buyer
until Buyer actually receives and takes possession of the goods at 1.e Paint or pinta d
delivery.
4. NO REPLACEMENT OF DEFECTIVE TENDER Every tender of delivery of goods must
fully comply with all provisions of this. contract *S to time of delivery, quality and the like.
If a tender Is made which does not fully c*nfarm, this shall constitute a breach and Sellar
shall net have the right to substitute a conforming tender, provided, where the time for per-
formance has Cor yet expired, the Seller may seasonably notify Buyer of his intention to
cure and may then make a conforming tender within the contract time but notafterward.
S. INVOICES & PAYMENTS
. Seller shall submit separate invoices, in duplicau, +re each Purchase order er purchase
release steer each delivery. Invaitas shall indicate the purchase Olde or purchase relessa
Slumber and the supply *greotnest number if appficabla Invoices shall be itemized and
Ireelpertetis* charges, d any, 0all be listed ssporetely. A copy *I the bell of lading, and
the freight waybill when applicable, should be attacked to theinvoice. Mail To! Purchasing
Department City of Lubbock, P.O. Box 2000, Lubbock Texas 79457, Payment shall net
be due until the above instruments are submitted after delivery,
Is. Do *ed include Federal Excise, State or City Sates Tax.
6, GRATUITIES The Buyer may, by written setice to the Seller, caned this contract without
liability to Seller if it is determined by Bayer that gratuities, in the form of entertainment
gilts Or otherwise, were offered or given by the Seiler, or any agent Of representative of
the Seller, to any Officer or OmPlayee Of the City of Lubbock with a Video toward securing
a contract or securing favorable treatment with respect to the awarding er amending, or
the making OI any determinations with respect to the performing of such a eeetreet In the
event this contract is canceled by Buyer Pursuant to this Provision. Buyer shall be entitled,
in addition to any other rights and remedies, to re0av8r or withhold the *mount of the colt
incurred by Seller in Providing such gretuitws. - -
7, SPECIAL TOOLS II TEST EQUIPMENT : If the Price stated on the foes hsff*f includes
the test of any special tooling or special test equipment fabricated at required by Seller
for the Purpose of filling this order, such special tooling equipment a -d any process shoes
relator
ed th*te shall become the Property of the Buyer and to the serest feasible shall be
identifiedby the Seller as such.
8. WARRANTY -PRICE
a. The price to be paid by the Buyer shall be that contained in Sellor's bid which Soifer
warrants e* be .o higher that Seller's current prates *n orders by stars for products of
the kind and Specification covered by this agreement ler similar quaatites under vmelo
of like conditions and methods Of purchase. In the event Seller beaches this warranty, the
pried$ Of this items shall be reduced to the ShcSt a Current Prices ON *liters by others, or
fn the alternative, Buyer may cancel this contract without liablity to Seiler ler breach or
Seller's actual expense.
Is. The Seiler warrants that no pons* or $ailing agency has boon empleyed of retained IS
Solicit of totole this Contrast Upo4 an agreement or understanding ler commission, person -
tale. brokerage. er es*tmge*t too excepting bona fide employees of bans, fide established
commercial or selling agoncios msiatsine4 by Tho Seller for the parpese ofsecar•.9 business.
For booh d tn
eentfas Of this worn*wry Me Buyer shag have the none lie add,hoo to say
other right ofrights to Centel this contract anthwt kabl,ty and to do elct from the contract
;rico,. or otherwise recover without liability sea to deduct Nem the footrest Price, or other -
amount Of such commies.•.. Percentage. brokerage of contingent ha
�r
MAKING bI[)
S. WARRANTY -PRODUCT Sellar shall net limit or exclude say hineffied warranties and any
attempt to de se shall lander this contract voidable at the option at the Buyer, Seller
rants that the goods furnished will center'" to the specifications, drawings, and descrip•
Gens listed in the bid invitation, and to the samplO(s) furnished by the Seller, if say, h
event Of.a conflict of between the spocifications, drawings, and descriptions, the speeM
shell govern.
10. SAFETY WARRANTY Seller warrants that the product sold to the Buyer shall conform
standards Promulgated by the U. S, Department of Labor Under the Occupational Safety
and Health Act of 1970. In the avant the product does net Conform to OSHA standar
Bayer may return the product for correction or replacement at the Sells(,, expense. In
event Sellar fails to make the appropriate correction within a reasonable time, torrectia
made by Buyer —11 be at the Shcor's expense.
11. NO WARRANTY BY BUYER AGAINST INFRINGEMENTS As part of this contract for salt
Sellar agrees to ascertain whether goods manufactured in accordance with the specified
Gens attached to this agreement will give rise to the rightful claim of any third person
way Of infringement of the like. Buyer makes rte warranty that the production of goods
carding le the specification will'.ot give rise to such a claim, and in no went shad B
be liable to Seller for indemnification in the went that Seller is sued on the grounds e
ingemenl or the like. N Sellar is Of the Opinion that an infringement or the like will res
he will notify the Buyer to this effect in writing within two weeks alter the signing Of
agreement N Buyer does not receive notice and is subsequently held liable for the infr
iasnt or the like. Seller will save Buyer harmless. If Seller in good faith ascertains the
ties OI the goods in accordance with the sPaetfieations will result in infringement or the
like, this contract shall be null and void.
12, RIGHT OF INSPECTION Buyer shall have the right to inspect the goods at delivery be
accepting them.
13. CANCERATION Buyer shell have the right to Ceneol for state all or any pert of the
Undelivered portion of this order if Seller breaches any Of the forms hereof including wi
ranties of Seller or if the Seller becomes insolvent or commits acts of bankruptcy. Suet
right of COneellation is in addition to and net in lieu of any other remedies which Buyer
have is low or equity. .
14, TERMINATION The Performance of work under this order may be terminated in whole, t
in Pert by the .Buyer in accordance with this provision. Termination of work hereunder S
be Selected by the delivery of the Seller of a -Notice of Termination- specifying the ax
is which performance of work under the order is terminated and the date upon which si
termination becomes effective. Such light Of termination is is addition to and not in hes
ofthe rights el Buyer sot forth in Clause 13, herein. .
7 13. FORCE MAJEURE Neither party shill be hold responsible for losses, resulting if the full
moot Of any Terms of Provisions of this contract is delayed or prevented by any cause
within the control of the party whose performance is interfered with, and which by the
cite of reasonable diligence said parry is unable to prevent
16, ASSIGNMENT -DELEGATION No right or interest in this contract shall beesaigitad or it
` lion of any obligation made by Sellar without the written permission of the Buyer. Any
tempted assignment or delegation by Seller shall be wholly void and totally ineffective 1
Oil Purpose Unless made in Conformity with this paragraph,
17, WAIVER NO claim or right arising out of a breach of this Contract can be discharged a,
or in part by o waiver or renunciation of the claim or right unless the waiver or renunt
is supported by consideration end is in writing signed by the aggrieved parry,
18. INTERPRETATION -PAROLE EVIDENCE This writing, plus any specifications for bids and
performance provided by Buyer in its advertisement for bids, and any other documents I
vided by Seller as port of his bid, is intended by the parties as a final expression of
agreement and is intended also as a Complete and exclusive statement OI the terms of
agreemexe. Whenever a tom defined by the Uniform Commercial Code is used in this as
mens the definition contained in the Cede is to control,
19. APPLICABLE LAW This agreement shall be governed by the Uniform Commercial Code
Wherever the tum 'Uniform Commercial Codi is used, it shall be construed as meaning
She Uniform Commercial Code as adopted in the State of Texas as effective and in fere
on the due of this agreement
20. RIGHT TO ASSURANCE Whenever one party to this contract in good faith has reale. t
quastio* the ether party's intent to perform he may demand that the other parry give w
tan assurance of his 'Ment to 'P*ff*rm. In the went that a demand is meds and no all
is givenwithin live (5) days, the demanding party may legal TMs failure as an anta:.tpe,
repudiation of the contract
21, INDEMNIFICATION Tailor shall indemnify, keep and save harmless the Buyer, its agents.
Officials and employees, against all injuries, deaths, loss, damages, claims, patent cfe.m$.
suits, liabilities, judgements, caste and oxponsas, which may in anywise acture against t•
Buyer ta co*ooquence of the granting of this Contract or which may anyw,sa result
therefrom, whether er not it shall be alleged or determined the, the set was caused Iter
noglig*nee Of amglioo of the Seller or its employees. Or Of the subcontractor or ass.gat
or its emyloyeos, +T .any, and the Seller shall, at hitt own O-Pense,_ OPPgar, defend old 1
all charges at attorneys and all tests and ether expOntes arising therefrom or Acu,.od
tohnOcti*fe therewith, and, if any judgement shall be rendered against the Buyer in any t
_action, the Seller shall, at its own OsPOnses. Satiny and discharge the same. Seller oq•
vnderotands and agrees that any bond required by this contract, Of Otherwise provided b
Seller, shall in n* way limit the responsibility to indemnify, keep and save harmless and
defend .the Buyer as herein provided.
22. TIME 1, is hereby expressly agreed and understood that time is ef the essence for the a
brmanco of this Coalesce. and failure by coalesce to meet the time specifications of Ihis
agreement will cause Seller IS. -be in default of this agreement
23. MBE The City of Lubbock hereby notihos all bidders that is regard to any contract enter
into Portugal te this request minority end woman business enterprises will be afforded
equal OP►ortun,pes IS submit Will in response ta Ill., invitation and well net be dncr.mint
aga.esl es the grounds of race, color, eras Of featiSxal origin i. Consideration far as ewer
20416
T
O
REQUEST FOR QUOTATION PAGE
CITY OF LUBBOCK 12244 2
PURCHASING DEPARTMENT
1625 13th SL Room L-04. ADDRESS CORRESPONDENCE OR QUESTIONS TO
Lubbock. Texas 79401
(606) 767-2167 RON SHUFFIELD
806-767-2170
S
H
P
T
p 0
THe W Not An Ordw
PRINTOATED 109/11/972 CLOSING DATE
REPt.Y DUE BY: 09/30/92
ITEM ' "" QUANTITY UNIT `.w.L 41 V"` -- Unit
DATE NUMBER PRICE AMOUNT
STATE THIS BID'S NUMBER AND CLOSING DATE ON THE FRONT
?F YOUR REPLY ENiVELOPE. FAILURE TO DO SO COULD PREVENT
HE TIMELY DELIVERY OF YOUR BID OFFERING TO THE PROPER
DEPARTMENT AND I'DIVIDUAL.
YOU MUST SIGN THUS FORM AND RETURN IT WI H YOUR BID.
IDENTIFY THEI ITEM BID, INCLUDING BRAND.N ME AND MODEL
NUMBER, IF APPLICABLE IN THE C.O.L. STO K NUMBER
COLUMN. ENR U IT A�1D TOTAL PRICES IN HE COLUMNS
PROVIDED.
THIS INFORM ION�IS ESSENTIAL TO pUALIFY YOUR BID•
OMISSIONS MAZY RE ULT IN BID REJECTION. LEASE DIRECT
ANY QUESTIONS T THE BUYER NAMED ABOVE.
QUOTATION MUT BE RETURNED TO THE PURCH ING DEPARTMENT
0 LATER THAN 3; 0 P.M. ON THE CLOSING 0 TE NOTED ABOVE
Bids m•st be tested in an envelope and addressed:
City of Lubbock Purchasing Mgr.
Municipal Building
1625 13th St. Rm. L-04
Lubbock, Texas 79401
AUTHORIZED SIGNATURE d A • n
PAYMENT TERMS
SHIP VIA
7w --t1=4 KP'Q No.4rd closing date on the eWs.• • t • anvaeq. Il �a t e fna ruga
sibihty of each bidder N media the delivery of bids to eccerduce with 044 dosing 4416
an4 time
The undersigned hereby offers to lar .th sad deliver the leads or services as
SPacdt04 abeva at the prices end terms luted orad to strict accordance with the
fpocdreetnns and the terms and ceadmeas on the reverse side, bred, all d wh.ch
ere mode a pert of this eller
TELEPHONE DATE & '1 4
ALL ITEMS SHOULD BE QUOTED
F.O.B. LLISSOCK FREIGHT TERMS
IMPORTANT - READ CAREFULLY BEFORE
TERMS AND CONDITIONS
e GENERAL
1. ALL -SIDS SHOULD BE MADE ON THIS FORM, BIOS MADE ON OTHER FORMS WILL
NOT BE CONSIDERED UNLESS STATEMENT TO THIS EFFECT IS INCLUDED, 'IN AC-
CORDANCE WITH BID REQUEST NO. AND SUBJECT TO ALL
TERMS AND CONDITIONS THEREOF WE QUOTE AS FOLLOWS.'
2. ANY CATALOG OR MANUFACTURER'S REFERENCE IN THE PROPOSAL IS OISCRIP-
TIVE BUT NOT RESTRICTIVE. AND IS USED ONLY TO INDICATE TYPE AND QUALITY.
IF, HOWEVER THE BIDDER PROPOSES SIMILAR BUT NOT IDENTICAL ITEMS. HE MUST
FURNISH FULL PARTICULARS. IF NO MENTION OF IS MADE CF ANY EXCEPTIONS IT IS
ASSUMED THAT HE IS BIDDING ON THE ARTICLE SPECIFIED AND NOT ON APPROV-
ED EQUAL AND HE WILL BE REQUIRED TO DELIVER THE EXACT ARTICLE SPECIFIED.
3. PRICES SHOULD BE ITEMIZED, THE CITY OF LUBBOCK RESERVES THE RIGHT TO
AWARD BY ITEM OF BY TOTAL 910.
4, TIME OF PROPOSED OELIVERY SHALL BE STATED IN NUMBER OF CALENDER DAYS.
S. IN CASE OF DISCREPANCY BETWEEN THE UNIT PRICE AND THE EXTENSION, THE
UNIT PRICE SHALL GOVERN.
6. NOTE: THE CITY OF LUBBOCK IS EXEMPT FROM ALL FEDERAL, STATE. & LOCAL TAX.
00 NOT INCLUDE THESE TAXES IN YOUR BID PRICE OR INVOICE. TAXABLE ITEMS
MUST BE SO DESIGNATED AND THE CITY WILL SUPPLY CONTRACTOR WITH TAX
EXEMPTION CERTIFICATE PROPERLY EXECUTED.
7. PREFERENCE WILL BE GIVEN TO FIRM QUOTES. ITEMS QUOTED AT PRICE IN EF-
FECT AT TIME OF SHIPMENT WILL NOT BE CONSIDERED UNLESS A DEFINITE PER-
CENT IS PLACED ON THE ESCALATION.
B. ALL BIDS MUST BE SIGNED. UNSIGNED BIDS WILL BE CONSIDERED AS NO 810 AND
WILL BE RETURNED TO VENDOR
S. THE CITY OF LUBBOCK RESERVES THE RIGHT TO ACCEPT OF REJECT ALL OR PART
OF AN OFFER AND TO ACCEPT THE OFFER THE CITY CONSIDERS THE MOST AD-
VANTAGEOUS TO THE CITY. A,TERNATES ARE ACCEPTABLE IF IN THE CITY'S OPI-
NION THE NECESSARY REQUIREMENTS ARE MET.
STANDARD TERMS AND CONDITIONS `-
CITY of LUBBOCK. TEXAS
Sailer and Buys, agree as lepewe
1. SELLER TO PACKAGE GOODS Sailer well package goods in accordance .lilt geed Cem-
me,crei practice. Each sh-Pp,nq container sheaf be clearly end parmae airs, marked as fedlewr
(a) Seder's name and address, Ib) Censegeaes tomo, address and purchase order or pur-
chase releane number and the Supply agraamrint number if applicable. (c) Container member
and total ?umber ol cenamers, e.g. baa 1 at 4 boxes, and (d) the number of the contains
boating Ma packing step. Seller small bear cast of packaging unless otherwise provided Goo
shed be swtably packed to secure lowest transportation tests and to conform with re-
quirements Of Common carriers and any applicable specifications. Buyer's count of tonight
shall be Inial and conclusive on shipments not accompanied by. packing lists,
2. SHIPMENT LNOER RESERVATION PROHIBITED Seller a not authorized to .ship the
goods under reservation and ate tender of a bill of lading will operate as a tendo .of geed
3. TITLE 6 RISK OF LOSS The title and risk of less of the goods shall not pass to Buyer
until Buyer actually receives and takes possession of the goods at the paint or Points of
delivery.
4, NO REPLACEMENT OF DEFECTIVE TENDER Every tendo of delivery of goads must
fully comply wuh all provisions of t%es contract as to limit of delivery, duality and the like.
If a under I made which does nee fully conform, this shall constitute a breach and Sellor
shall net have the right to substitute a conforming tender, provided, where the time for per
fermanee has not yet atpered, the Seller may saasenably moldy Buyer of his intenoe" to
cure and may then mak@ a Caal@rml-g tender within the contract lime but not afterward
S. INVOICES & PAYMENTS
a. Sailor theft submit separate invoices, in dvpl,csto, one each purchase order or purchase
release after each delivery. Invoices shalt indicate the purchase order or purchase release
number and the supply agreement number of applicable Invoices shall be itemized and
transportation charges, d any, shall be listed. separately, A copy of Ne bell of lading, and
the freight waylaid when applicable, should be attached to the invoice. Mad To Purchasing
Department. City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457. Payment shall net
be due until the above instruments are submitted after delivery.
Is. De not l-cludo Federal Excise, State or City Sales Tea
6. GRATUITIES The Buyer -my. by written notice to the Sailer, cancel this Contract without
liability to Sella if it is determined by Buyer 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 of securing favorable treatment with respect to the awarding at amending, or
the making at any datom,nati ors with respect Is the performing of such a contract In the
event this contract iscanceledby Buyer pursuant to this provision. Buyer shall be ontided.
in addition Is any ether rights and remedies, to recover or withhold the amount of the test
incurred by Sadler in providing such gratuities..
7. SPECIAL TOOLS 6 TEST EQUIPMENT If the price stated an the face hereof includes
the test of any special tooling or special test equipment fabricated ar required by Sellar
for the purpose of tilling this order. such soecial tooling equipment and any process shuts
related thsrete shall become the property of the Buyer and to the extent feasible shall be
identified by the Seller as such.
B. WARRANTY -PRICE
a. The price to be posit by the Buyer shall be that contained in Seller' s bid whack Seller
warrants to be. no higher that Seller's current precis on orders by etPsrs for pr@d,ects of
the kind and specifieanen covered by this agreement for similar quanutes undo tw eat
of like conditions and methods of purchase. In the event Salter breaches this warranty, the
Prices of the items shalt be reduced to the Sailor's current pricesn
on sots by ethers, of
in the alternative. Buyer may Cance this convect without liability to So -let for breach er
Seller's actual expense.
b. The Seller warrants that as parse" or selling agency has been employed of retained to
solicit or secure this contract open an agreement or understanding fon commission, Percen-
tage, brokerage, *r Contingent he *scooting bona fide employees of Mas tide astabill
Commercial of sailing *general maita
teeed by tine Salla far the purpose of secerl-g .business.
For breach of viciatiao of this warranty the Buyer shall have the right is adddteo to any
other right of rights to Cancel this contract .etheut liability end to deduct from the Cornetist
priCe' of otherwise recover without lublity sod to deduct from No convect price, of other -
rise recover the full amevnt of such commission. perrontage, brekorage e, contingent Is*.
r,
MAKING sib
9. WARRANTY -PRODUCT Seller shall not limit er exclude any implied warranties and any
attempt to de so shall render this contract voidable at the option of the Buyer. Solley x
rants that the goods furnished will conform to the specifications, drawings, and descrip-
tions listed in the bid invitation, and to the semple(s) furnished by the Seller, if any. In
wea
evens of a conflict el b@twn the specifications, drawings, and descriptions, the specific
shall gave,", '
10. SAFETY WARRANTY Seller warrants that the product said to the Buyer shall conform t
standards promulgated by the U. S. Deportment of Labor under the Occupational Safety
and Health Act of 1970. In the went the product does not conform to OSHA standard
Buyer may return the product for correction or replacement at the Seller's expense. In t
went Sailer fails to make the appropriate correction within a reasonable time, correction
made by Buyer will be at the Seller's axponse.
11. NO WARRANTY BY BUYER AGAINST INFRINGEMENTS As part of this contract for sale
Seller agrees to ascertain whether goods manufactured in accordance with the specifics -
lions attached to this agreement will give rise to the rightful claim of any third person
way of infringement of the like. Buyer makes no warranty that the production of goods
carding to the specification will' net 'give_ rise to such a cfalrr, and in no event shall Bu
be liable Is Seller for indemnification in the went that Seller is sued on the grounds al
ingement or the like. If Seller is at the opinion that an infringement or the like wig tau
he wdl "silly the Buyer to this effect in writing within two weeks after the signing of t
agreement If Buyer does not receive notice and is subsequently hold liable ler the infri
mens or the like, Seller will save Buyer harmless. If Seller in geed faith ascertains the
lien of the goods in accordance with the specifications avid result in infringement or the
like, this contract shall be aull and void.
12. RIGHT OF INSPECTION Buyer shall have the tight to inspect the goods at delivery bel
accoptl-g them.
13. CANCELLATION Buyer shall have the right to cancel for default all or any part of the
sodeliverad portion of this order if Seller breaches any of the terms hereof including wt
rarities of Seller er if the Seller becomes insolvent or commits acts of bankruptcy. Such
right .1e.scollation is in addition to and net in hes of any other remedies which Buyer
w
have in laer equity.
14; TERMINATION The performance of work under this -order may be terminated in whole, 1
is part by the Buyer in accordance with this prevision. Termination of work hereunder sr'
be effected by the delivery of the Seller of a -Notice of Terminatiam specifying the an
to which performance of work under the order is terminated and the date upon which at
tdrminpaen becomes effective. Such right of termination is in addition to and not in lieu
r ofthe rights of Buyer set forth in -Clause 13, herein.
ds 1S. FORCE MAJEURE Neither party shall be held responsible for losses. resulting it the full
dent of any terms of provisions at this contract is delayed or prevented by any cause
within the control of the party whose performance is interfered with, and which by the
Cis* at reasonable diligence said party is unable to present
16. ASSIGNMENT -DELEGATION He right or interest in this contract shall be assigned or do
s. lion of any obligation made. by Seller without the written permission of the. Buyer. Any
tempted assignment or delegation by Seller shall be wholly void and totally ineffective 1
all purpose unless made in conformity with this paragraph,
17. WAIVER No claim or right arising .out e1 a breech of this contract can be discharged i
or in part by a waiver or renunciation of the claim or right unless the waiver or rattles
is suaoorted by consideration and is in writing signed by the aggrieved parry,
18. INTERPRETATION -PAROLE EVIDENCE This writing, plus any specifications for bids and
perlarsiiinee'previdad by Buyer in its advertisement for bids, mad any ether documents
vided by Sadler as part of his bid, is intended by the parties as a final expression of
agreement and is intended also as a complete and exclusive statement of the terms of
agreement Whenever a term defined by the Uniform Commercial Code is used in this a
trent, the definition contained in the Code is to Control
19. APPLICABLE LAW This agreement shall be governed by the Uniform Commercial Cod*.
Wherever the tum 'Uniform Commercial Codi is used, it shad be construed as meanini
the Uniform Commercial Code as adopted in. the State of Taxes as effective and in feel
on the date of this agreement
20. RIGHT TO ASSURANCE Whenever one party to this contract in geed faith has roseate
question the ether party's intent to perform he may demand that the ether party give w
ion assurance of his intent to perform. In the event that a demand is made and ata est
is given within live (5) days, the demanding party may treat this failure as an sm,citpa
repudiation of the contract
21. INDEMNIFICATION Sailer shall indemnify, keep and save harmless the Buyer, its agents,
Officials and employees, against all injuries, deaths, loss, damages, claims, patent claims
suits, liabilities, judgements, costs and expenses, which may in anyweso acture against I
Buyer in consequence of the granting of this Contract or which may anywise result.
therefrom, whether or not it shall be alleged or determined that the act was caused the
negligence of omission of the Seller or its employees, or of the subcontractor or assign
Of its employees, if any, and the Seller shall, at his own expense, appear, defend end
all charges of attorneys and all costs and other expenses arising therefrom or incurred
connection therewith, and, if any judgement shall be rendered against the 3uvgr o arty
action, the Seiler shall; at its own expenses, satisfy and discharge the same Sellar eat
understands and agrees that any bend iaquered by this contract, or otherwise provided
Sailor, shall in ate way limit the responsibility to indemnify, keep end save harmlass ane
defend the Buyer as heroin provided.
22. TIME It is hereby expressly agreed and understood that time is of the elssnee for the
lormance of this. contract and failure by contract to most tM time specifications of that
agreement will cause Soller-te be in default of this agremont
23. MSE The City of Lubbock hereby notifies all bidders that in regard is any Centreat eine
iota purswmt to this request minority and wemea business *aterptteas -,If be elforeed
equal opportunities to submit bids in response to this invitation and will net be dncremn
against an the grounds *I race. color, sax at national $fell- in Consideration far so awl
4
Home Security Program
Bid Specifications
Caulk:
Macklanburg-Duncan, 25 year, siliconized
caulk-(clear)or approved equal.
Drip Cap and Door sweep:
(U -SHAPED WITH RAIN DRIP) 32" or -36" in
length, 1 3/4" in width, 1 3/16" in -height
with vinyl underneath or approved equal.
Aluminum Saddle Threshold:
32" or 36"in length, 3 1/2 in width, 5/8" in
.height and a Center leg for support, with
vinyl caulk strip or approved equal.
Entry Lock:
Kwikset, number 400T-KA2.
Hinges:
3 1/2" by Lawrence Bros. number R25005 -DB, or
approved equal.
Deadbolt lock:
Durable deadboit lock with case-hardened
steel bolt of 1 inch throw, secured by a
thumb turn inside and a five -pin cylinder
with spinning rose outside to deflect attack
by pipe wrench.
Strikeplate is to be secured with screws of
sufficient length to plenetrate 3/4" into
adjacent wall stud.
Automatic outdoor light control:
Donaelco Model SS -150, 120V*AC, 708S Lamp
holder or approved equal.
Smoke Alarm:
Dual Ionizaton Chambers- Unit must be capable
of detecting visible or invisible particles
of combustion.
Battery Operated— Unit must be electrically
self supported with a replaceable 9 volt—
battery.
Operating Light- A visible indicator must
exist to insure inhabitants that the unit
is in operation with ample power
Low Battery Warning - Unit must possess an
audible display to indicate battery needs
replacement.
Door Viewer.: 190°Wide Angle Door Viewer - Fortress
"Stock No. DV -103 or approved equal
Alert light Switch: 911 Locator Switch, Voltage -600W 110-120
Volt, 60 HZ Model 911 Locator Switch 49L
BID PROPOSAL FORM
Doors: Solid Core, Luaun, Mahogany:
36 X 80 X
1
3/4,
Pre -Hung Unit $-
ALT:
36
X
80 X
1 3/4, Door Only
32 X 80 X
1
3/4,
Pre -Hung Unit
ALT:
32
X
80 X
1 3/4, Door On-ly
ALT:
32
X
80 X
1 3/8, Door Only
ALT:
Storm Door
Labor
ALT:
Half
Jamb
(wood)
ALT: Hinges (1.1/2 pr)
Caulk
Entry Lock
Jamb -Weatherstrip
Aluminum Saddle Threshold
32" x 1 3/4
36" x 1 3/4
Drip Cap and Door Sweep
32"
36"
Varnish
Outdoor Light Control
Alert Light Switch
Dead Bolt Lock ✓
Door Viewer v
Smoke Alarm u
MATERIAL
o�
9 /Ea.
X300 /Ea.
-,2 /Ea.
0
/ /Ea.
/Ea.
/Ea.
/Ea.
! • 6 /Ea.
/ Ea .
Ea.
07a_/Ea.
17 1 D /Ea.
/Ea.
5 DO /Ea.
17, U /Ea.
0 /Ea.
S /Ea.
/Ea.
�S /Ea.
tq• 00 /Ea.
i
T /Ea.
/Ea.
/Ea.
�v /Ea.
Q iJ
D /Ea.
°—°
'S� /Ea.
1 /Ea.
3 ' /Ea.
• �S�D / Ea .
3 -/Ea.
lu ,✓`-0 /Ea.
4.;5D /Ea.
a� /Ea.
00
/Ea.•
0 /Ea.
3,50
/Ea.
��. 4i0
/Ea.
• C�
/Ea.
/Ea.
TOTAL
ba
'y / Ea
�3 /Ea.
oa
o� /Ea.
6� a� /Ea.
/Ea.
/Ea.
!- /Ea.
�. /Ea.
/Ea.
/� 99 /Ea.
/Ea.
. YD /Ea.
--x.10 / Ea .
c
7 /Ea.
�. - /Ea.
v
/S_-- /Ea.
_/Ea.
4,. S/ /Ea.
0/Ea.
99 /Ea.
/Ea.
Sill (wood) v
O 'v d�
/Ea. /Ea. %/Ea.
3611_ co� �'`�
/Ea. _/ Ea. _ / Ea .
1. Bidder must sign both the RFQ Form and the Bid Proposal Form. This is
essential to qualify your bid,,• failure to do so may result in bid rejection.
Company Name Authorized Signature
CITY OF LUBBOCK - COMMUNITY SERVICES DEPP11TMENT
HOME SECURITY PROGRAM - SUBCONTRACTOR AGREEMENT
STATE -OF TEXAS
COUNTY OF LUBBOCK
This.agreement made and entered into this 22nd day of October,
1992, is by and between the CITY OF LUBBOCK-COMMUNITY SERVICES
DEPARTMENT, hereinafter referred as CITY, and Heladio Torres, of
Lubbock, Texas, hereinafter --referred to as SUBCONTRACTOR.
SECTION I. CONTRACT PERFORMANCE.
A. SUBCONTRACTOR willin a satisfactory manner as
determined by the CITY, provide turnkey installation of
exterior doors and all items required in such
installation. Installation of these products -shall be
in accordance with the manufacturer's instructions.
B. SUBCONTRACTOR agrees to install the approximate quantity
of 100 residential units, although actual quantities may be
more or less.
C. SUBCONTRACTOR agrees to furnish materials, labor,
transportation, and expenses necessary in the
performance of this Agreement, and is responsible for
any damages or injuries that occur as a direct result of
services being performed.
D. SUBCONTRACTOR and CITY agree that all work will be
awarded and performed by the issuance of a work order.
Both parties will sign the work order, thereby agreeing to
what work will be required. Such work orders shall be made
part of this Agreement as if fully set out herein.
E. SUBCONTRACTOR guarantees that all work will be completed
in the required time and in sequence as agreed upon between
CITY and SUBCONTRACTOR.
F. SUBCONTRACTOR shall procure and -carry at his sole cost and
expense throughout life of this Agreement, insurance
protection as hereinafter specified. Such insurance shall be
carried with an insurance company licensed to transact
business in the State of Texas and shall cover all operations
in connection with this Agreement.
1) Comprehensive General Liability - In an amount not less
than $100,000 for bodily, including accidental death, to
any one person, but not less than $300,000 per occurrence
and in the amount of not less than $100,000 for property
damage.
2) Automobile Insurance - In an amount not less than
$250,000 for injuries, including accidental death, to any
one person, but less than $500,000 per occurrence, and in
the amount of not less than $100,000 for property damage.
3) Workman's Compensation and Employer's Liability Insurance
To cover all employees on the job with Employer's
Liability of at least $100,000 limit.
Concurrent with execution of this Agreement, the „
SUBCONTRACTOR shall submit to the CITY for approval a
Certificate of Insurance covering each insurance policy
carried and offered as evidence of compliance with the above
insurance requirements, signed by an authorized
representative of the insurance company, including a
provision that in the event such coverage is cancelled or
reduced, the insurance carrier shall notify the CITY at least
ten (10) days prior to such cancellation or reduction in
coverage.
G. SUBCONTRACTOR guarantees all workmanship performed on
completed units will be to industry standards. Completed
units will be inspected by CITY before payment can be made.
Any work that is determined to be unsatisfactory by CITY must
be reworked within seven (7) days at the SUBCONTRACTOR'S
expense. Payment will not be made until the work performed
has been completed to the satisfaction of the CITY.
H. SUBCONTRACTOR hereby agrees to accept total responsibility
for payment to vendors, employees and/or subcontractors with
whom he has made arrangements. Such arrangements will not be
the responsibility of the CITY.
I. SUBCONTRACTOR shall maintain the confidentiality of all
records and information as required by the CITY.
SECTION II. CITY OBLIGATIONS.
A. Method of Payment.
The CITY agrees to make payment thirty (30) days after all
invoices are submitted and final inspection is performed.
Such final inspections shall be evidenced by written
certification of satisfactory completion by the CITY and
certification of workmanlike completion by SUBCONTRACTOR.
B. Amount of Payment.
Payment will be made in the amount stated on the work order
executed pursuant to the accepted bid submitted to the CITY.
SECTION III. TERMINATION.
A. This Agreement may be terminated by either party upon giving
thirty (30) days written notice to the other party.
♦ L 1
SECTION IV. CONTRACT PERIOD.
The period for performance of this Agreement shall commence on
October 22. 1992 and terminate on May 31, 1993.
WITNESS THEREOF, the parties to this Agreement have executed
is Agr mener27 1992.
C1VVID�!RR.
, TEXAS* SUBCONTRACTOR:
BY.' BY:
STON, R TITLE:
ADDRESS: �,Sye
ATTEST:
Sally Wbbe, Acting City Secretary BobCuevas, Wea herization
Coordinator
APPROVED AS TO CONTENT:
Sylvia A. Martinez -Flores
Community Services Supervisor
APPROVED AS TO FORM:
d ands r, First
Assistant City Attorney
Lam]
CUSTOMER 4 13045 C E R T I F I C A T E O F I N S U R A N C EISSUE DATE: 07/30/4
---------------------------------------------------
PRODUCER I THIS CERTIFICAIE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
CECIL-DUNN INSURANCE i NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
P. 0. BOX 3870 I EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
LUBBOCK, TEXAS COMPANIES AFFORDING COVERAGE
ZIP CODE 79452
INSURED
HELADIO TORRES
1514 EAST STANFORD
LUBBOCK, TEXAS
ZIP.CODE 79403
COVERAGES
COMPANY LETTER A NORTHLAND
COMPANY LETTER B CONSUMERS CO.
COMPANY LETTER C AETNA
COMPANY LETTER D
COMPANY LETTER E
THIS IS TO CERTIFY THAT 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 WIFH.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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO
LTR TYPE OF INSURANCE
POLICY NUMBER
POLICY POLICY LIMITS
EFF. DATE EXP. DATE
-AGGREGATE
--600,000
===GENERRL LIABILITY
A (X) COMMERCIAL GENERAL LIABILITY
=
CPP 61388
07/02/92 07/02/93
GENERAL
PRODUCTS-COMP/UP AGO.
s
S
6001000
( ) CLAIMS MADE (X) OCCUR.
PERSONAL & ADV. INJURY
EACH OCCURRENCE
SEXCL
$ 300,000
OWNER'S 6 CONTRACTOR'S PROT.
FIRE DAMAGE (ANY ONE FIRE)
SEXCL
t )
I
MED_ EXPENSE (ANY ONE PERS)
SEXCL
B
MOBILE LIABILITY
AUTO
CBA100703
07/02/
INED SINGLE LIMIT
f
iAUtTO)
t) ALL OWNED AUTOS
(X) SCHEDULED AUTOS
i
BODILY INJURY ( PER PERSON)
S
250 000
,
t) HIRED AUTOS
( ) NON -OWNED AUTOS
BODILY INJURY (PER ACC)
4
500,000
t ) GARAGE LIABILITY
_-( )
------- ----------------------------------------------------------------------
I PROPERTY DAMAGE
s100,000
---------- --------------------
EXCESS LIABILITY
I O UMBRELLA FORM
ACH OCCURRENCE
EACH
$
f
I l) OTHER THAN UMBRELLA FORM
I
-- --- -- --- OCU
-- -------------------------------------
-----------------------------------------
-----------------------
:
I ( ) STATUTORY LIMITS
EACH ACCIDENT
t
100,004
Cl
WORKER'S COMPENSATION
CG0022009756
DISEASE -POLICY LIMIT
f
500,000
ND
EMPLOYER'S LIABILITY
i
DISEASE -EACH EMPLOYEE N
f
-------------
100,000
----------------------------------------------------------------------------------•-------------------
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
CERTIFICATE HOLDER CANCELLATION
CITY OF LUBBOCK SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
BOX 2000 EXPIRATION DAIE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
LUBBOCK, TEXAS I 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIARMITY
ZIP CODE 79457 ( OF ANY KIND UPON THE COMPANY, I1S AGENTS OR REPRESENIATIVES.
---------------.w--------------------------- ------------------------------------------------------M----.
--------------
- ( AUTHORIZED REPRESENTATIVE
JAMES F. DUNN, JR.