HomeMy WebLinkAboutResolution - 2011-R0084 - Contract - Allegiance Security Group - Security Guard Services - Annual Pricing - 02_24_2011Resolution No. 2011-R0084
February 24, 2011
Item No. 5.6
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to
execute for and on behalf of the City of Lubbock, Contract No. 9910 for security guard
services -annual pricing, by and between the City of Lubbock and Allegiance Security
Group of Lubbock, Texas, and related documents. Said Contract is attached hereto and
incorporated in this resolution as if fully set forth herein and shall be included in the
minutes of the City Council.
'Passed by the City Council on February 24, 2011
TOM MARTIN, MAYOR
ATTEST:
12 . 0
Rebe ca Garza, City Secretary
II
APPROVED AS TO CONTENT:
LVS����
Andy Bur am, Chief Financial Officer
APPROVED AS TO FORM:
Chad Weaver, Assistant City Attorney
vw:ccdocs/RES.Contract-Allegiance Security Group
February 4, 2011
ITB No.11-9910-DG Security Guard Services- Annual Pricing
Resolution No. 2011-R00$4
CITY OF LUBBOCK
CONTRACT FOR SERVICES
For
Securitv Guard Services- Annual Pricing
Bid No. 11-9910-DG
THIS CONTRACT, made and entered into this 24th day of February, 2011, pursuant to a resolution heretofore
adopted by the City of Lubbock, Texas, by and between the City of Lubbock ("City"), and Allegiance Security
Group, ("Contractor").
WITNESSETH:
WHEREAS, the City of Lubbock duly advertised for bids for, Security Guard Services - Annual Pricine,
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 said, Security Guard Services — Annual Pricing.
NOW, THEREFORE, in consideration of the mutual agreement contained herein, as well as the financial
consideration hereinafter referred to, the parties hereby covenant and agree as follows:
1. In accordance with City's specifications and Contractor's bid, copies of which specifications and bid are
attached hereto and made part hereof, Contractor will deliver to the City the Security Guard Services -
Annual Pricin., specifically referred to as Items) No. 1 and 2 and more particularly described in the bid
submitted by the Contractor or in the specifications attached hereto.
2. The City promises and agrees to employ, and does employ, the Contractor to cause to be done the work
provided for in this Contract and to complete and finish the same according to the attached specifications,
offer, and terms and conditions contained herein. The City agrees to pay the Contractor according to the
payment schedule attached; said payment schedule does not include any applicable sales or use tax.
3. The Contractor shall perform the work according to the procedure outlined in the specifications and
Invitation to Bid attached hereto and incorporated herein.
4. The contract shall be for a term of one (1) year, said date of term beginning upon formal approval. The
contract may be renewed for two additional one ( l ) year terms under the same term and conditions upon
written agreement fi-orn both parties.
5. This contract shall remain In effect until the expiration date, performance of services ordered, or
termination of by either party with a thirty (30) day written notice. Such written notice must state the reason
for cancellation. The City of Lubbock reserves the right to award the canceled contract to the next lowest
and best bidder as it deems to be in the best interest of the city.
6. 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.
7. 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. Tile
insurance companies must carry a Best's Rating of A- VII or better. The policies will be written on an
occurrence basis, subject to the following minimum limits of liability:
rTB No. 11 -99 10- DG
YTB No.11.9910-DG Security Guard Services- Annual Pricing
TYPE
Worker's Compensation
and
Employers Liability
AMOUNT
Statutory
S500,000
Commercial General {public} Liability insurance including coverage for the following:
a. Premises operations
b. Independent contractors
C. Products/completed operations
d. Personal injury
C. Advertising injury
f. Contractual liability
g. Medical payments
Comprehensive Automobile
bodily injury and property
Coverage for loading and unloading
or its equivalent.
a. Owned/leased vehicles
b. Non -owned vehicles
C. Hired Vehicles
Combined single limit for
bodily injury and property
damage of $500,000 per
occurrence or its equivalent.
Combined single limit for Liability insurance, including
of $300,000 per occurrence hazards, for:
The City of Lubbock shall be named a primary additional insured with a waiver of subrogation in
favor of the City on all coverage's to include Products and Completed Operations. All copies of the
Certificates of Insurance shall reference the project name or bid number for which the insurance is
being supplied.
The contractor will provide a Certificate of Insurance to the City as evidence of coverage. The certificate
will provide 30 days notice of cancellation, and under the cancellation section, the wordin�cy "endeavor to"
and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company,
its agents or representatives" will be crossed out. A copy of the additional insured endorsement attached to
the policy will be included with the certificate.
The contractor shall also maintain workers compensation insurance in the statutory amount.
If at any time during the life of the contract or any extension, the contractor fails to maintain the required
insurance in full force and effect, all work under the contract shall be discontinued immediately, Any
failure to maintain the required insurance may be sufficient cause for the City to terminate the contract.
8. 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.
9. This Contract consists of the following documents set forth herein; Invitation to Bid No. t 1-9910-DG,
General Conditions, Specifications, and the Bid Form.
10. At any time during the term of the contract , or thereafter, the City, or a duly authorized audit representative
of the City or State of Texas, as its expense and at reasonable times, reserves the right to audit Contractor's
records and books relevant to all services provided to the City under this Contract. In the event such an
audit by the City reveals any errors or overpayments by the City, Conti -actor shall refund the City the full
amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option,
reserves the right to deduct such amounts owing the City from any payments due Contractor.
11713 No. 1 1-9910- DG
ITB No. t t-9910-DG Security Guard Services- Annual Pricing
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
Tom Martin, Mayor
ATTEST:
ebe a Garza, City Secretary
APPROVED AS TO CONTENT:
"�4 ZNYV
Andy Burcham, Chief Financial Officer
n
—C�r�
Assistant City Attorney
CONTRACTOR
BY
tative
Namdand Title
:To 7 y r4
Address
City, State and Zip
II B No. 1 1-9910- DG
Resolution No. 2011—R0084
ITB NO, 11-9910-DO SECURITY GUARD SERVICES -ANNUAL PRICING
BID FORM
Security Guard Services- Annual Pricing
CFIY OF LUBBOCK, TEXAS
rm 11-9910-DCr
in compliance with the Invitation to Bid No, 11-4910-DG, 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 11 -9910-DG is by reference incorporated in this contract. The Bid Form must be completed in blue or black ink or by
typewriter.
A
B
C
D
E
CxE=F
ITEM
DESCRiMON
QTY (+!-)
U M
H wriy cost
Extended Cosl
I.
Security Guard Services- Regular
Rate( Esumated Hourly Usage)
1600
HR
i 2 76
S 2fl,416.Qfl
2.
Security Guard Services- Holiday
Rate 1 Estimated Hourly Usage)
400
HR
s 18.31
S 7,324 QQ
PAYMENT TERMS AND DISCOUNTS - Bidder offers a prompt payment discount of 0.5 %, net 30 calendar days. Discounts will
not be considered in determining low bid. Unless otherwise indicated on the Bid Form, payment terms will be NET THIRTY DAYS, The
City will pay the successful bidder within thirty days after the receipt of a correct invoice or after the date of acceptance, whichever event occurs
later. Discounts for prompt payment requiring payment by the City within a stipulated number of days will be interpreted as applying within the
stipulated number of calendar days after the date of receipt by the City of a correct invoice or after the date of acceptance that meets contract
requirements, whichever event occurs later. Discounts for payment in less than ten days will not be considered.
MOST FAVOURED PRICING: The Bidder certifies that the price quoted is not in excess of the lowest price charged anyone else, including its
most favounxl customer, for like quality and quantity of the productslservices; does not include an element of profit on the sale in excess of that
normally obtained by the Bidder on the sale of pmductslserviees 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
prcxluet(s) at the lower price(s) on all deliveries made during the period in which such lower price(s) is effective.
INfF.RLOCAL 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 helshe 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 Wright 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
• If you (the bidder) checked YES, the following will apply:
Governmental entities utilizing Interlocal Agreements for Cooperative Purchasing with the City of Lubbock will be eligible, but not
obligated, to purchase materialslservices under the contmct(s) awarded as a result of this solicitation. All purchases by governmental
entities other than the City of Lubbock will he 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.
1TI1S BID IS SUB4lrrn;D BY Allegiance Security Group, LLC a corporation organized under the laws of
the State of Delaware , or a partnership consisting of
individual trading as ol'the City of
Firm: Allegiance Security Group, LLC
3807 47th Street
City. Lubbock state: TX zjp 79413
YfIWBE Firrw woman Black American Native American
Hispanic American Asian Pacific American Other (S ecif )
or an
ITB NO. 11 9910-DG
IT® NO, I t-9914-AQ SECURITY GUARD SER VICES-ANWUAL PRICING
01 /25/2011
Authorized Representative - must sign by hand
Officer game and Tiller Jammy Jo Glendenning, Lubbock Branch Manager
Please Print
Husiness'relephone Number 806-283-6356 FAX: 252-247-1139
E-Mail Address jammyjo.glendenning@allegiancesecurityteam.com
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUNIBER, THE CLOSING DATE AND
TIN1E, AND YOUR CONIPANY NAME AND ADDRESS.
I T B NO 1 1-991 Q-DG
ITB NO. 119910-DG SECURITY GUARD SERVICES -ANNUAL PRICING
Resolution No. 2011—R0084
[I1. GENERAL CONDITIONS
**** PLEASE READ CAREFULLY ****
These General Conditions apply to all bids and become a part of the terms and conditions of any bid submitted. The
City shall mean the City of Lubbock.
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.
Nonappropriation: 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.
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.O. Box 2000, Lubbock, Texas 79457. Payment shall not be due
unless and until the Contractor shall not be in default under the terms of the contract, and until the above
instruments are submitted after delivery. CITY MAY MAKE PAYMENTS FOR PURCHASES UNDER THIS
CONTRACT USING THE CITY'S MASTERCARD PURCHASING CARD (PCARD). THE SELLER
AGREES TO ACCEPT PCARD PAYMENTS WITHOUT ANY ADDITIONS OR SURCHARGES.
No Warranty By The CiLy 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.
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
ITB NO. 11-9910-DG
ITB NO. 11-9910-DG SECURITY GUARD SERVICES -ANNUAL PRICING
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.
b Force Majeure: [Neither party shall be held responsible for losses or damages hereunder, if the fulfillment of any
terms of provisions of the contract is delayed or prevented by strike, walkouts, acts of God, or public enemy,
fire, or flood.
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 b, Subchapter D, Chapter 502, Texas Health and Safety Code Ann. (This Act is corollary
to OSHA Standard 29 CRF 1910.1200, which is generally known as the Right to Know Law.)
9 Waiver: No claim or right arising out of a breach of the contract can be discharged in whole or in part by a
waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and
is in writing signed by the aggrieved party.
10 Right To Assurance: Whenever one party to the contract in good faith has reason to question the other parry'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.
l l 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;
ITB NO 11-9910-DG
ITB NO. 11-9910-DG SECURITY GUARD SERVICES -ANNUAL PRICING
• minimize the use of hazardous materials by choosing the least toxic - yet effective - materials and
products;
• use the highest available post -consumer content materials and products;
• recycle and/or reuse as much as is possible, waste materials; and incorporate into project design
energy efficient fixtures, appliances and mechanical equipment.
15 The City Right to Audit
At any time during the term of the contract, or thereafter, the City, or a duly authorized audit representative of
the City or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's
records and books relevant to all services provided to the City under this Contract. In the event such an audit by
the City reveals any errors or overpayments by the City, Contractor shall refund the City the full amount of such
overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct
such amounts owing the City from any payments due Contractor.
ITB NO. 11-9910-OG
ITB NO. 11-9910-DG SECURITY GUARD SERVICES -ANNUAL PRICING
Resolution No. 2011—R0084
Security Guard Services- Annual Pricing
CITY OF LUBBOCK, TEXAS
ITB 11-9910-DG
SPECIFICATIONS
1. SCOPE: This is an Invitation to Bid for a licensed and qualified security guard company to provide on -site
uniformed unarmed guard services at designated City of Lubbock facilities.
2. REFERENCES
2.1. Respondent shall submit a minimum of three references that can verify the qualifications and experience
requirements for services completed within the past 24 months.
2.2. References shall illustrate respondent's ability to provide the services outlined in the specification.
References shall include name, point of contact, telephone number, and dates services were performed.
3. RESPONDENT QUALIFICATIONS:
3.1. The respondent shall be an established company engaged in the business of providing security guard
services with a minimum of three years experience within the last five years.
3.2. Have sufficient security staff and security guard personnel to meet City of Lubbock needs.
4. SERVICE REQUIREMENTS: The vendor shall ensure the following service requirements are provided.
4.1. Post procedures will be identified and developed. The security guards shall perform, but not be limited to
the following:
4.1.1. Ensure door and gates are locked and unlocked as requested by the City of Lubbock designated
representative.
4.1.2. Patrol by foot, interior and exterior of buildings and grounds,
4.1.3. Report any maintenance problems to the City of Lubbock on site building facility manager.
4.1.4. Check -in by phone or 2-way radio as established by post instructions to their dispatcher or to
report any hazardous safety condition.
4.2. SECURITY GUARD REQUIREMENTS: All security guards utilized shall meet the following
requirements:
4.2.1. Be knowledgeable of the specification requirements and post instructions to ensure strict
compliance with the requirements is maintained.
4-2.2. Be able to walk unassisted a minimum of 300 yards, climb stairs, and be able to lift and carry 20
pounds.
4.2.3. Maintain respect for employees, contractors, and visitors and conduct themselves with a high
level of professionalism. Maintain a business like demeanor at all times.
ITB NO. 11-9910-OG
ITB NO, 11 9910-DG SECURITY GUARD SERVICES -ANNUAL PRICING
4.2.4. Not depart their assigned duty area(s) until they have been properly relieved. Under no
circumstances shall any assigned duty area be left abandoned without approval from City of
Lubbock designated representative.
4.2.5. Shall be alert to surrounding area of responsibility at all times.
4.2.6. Ensure unauthorized personnel are not permitted on the City of Lubbock grounds and in
facilities at any time.
4.2.7. Be physically and mentally qualified to perform the requirements of this specification.
4.2.8. Be a high school graduate or hold a GED equivalent.
4.2.9. Be fluent in English with ability to receive, give, and understand written and verbal instructions
and procedures.
4.2.10. Ability to communicate orally and in writing.
4.2.11. Possess proper telephone etiquette answering skills.
4.3. UNIFORMS:
4.3.1. The security guard shall be in uniform at all times while on duty. The uniform shall be neat,
clean, pressed and kept in good physical condition. Non -company supplied symbols, pins,
buttons, or slogans may not be applied to the uniform.
4.3.2. Wear an identifying name badge with the company's logo which shall be clearly visible.
4.3.3. Maintain a neat and professional appearance at all times.
4.3.4. Carry all equipment necessary in the performance of their duty
5. VENDOR REQUIREMENTS:
5.1. The vendor shall have an office located in, Lubbock, County, Texas, where the security guard services
are required. Provide a local, 24-hour, 7 day a week phone number. The contract manager or site
supervisor shall return calls within 15 minutes of being contacted by the City of Lubbock designated
representative.
5.2. When requested by the City of Lubbock, provide background check results on vendor assigned security
guards.
5.3. Provide the City of Lubbock designated representative the names of all security guard personnel
performing under this contract.
5.4. Meet with the City of Lubbock designated representative and establish post procedure and instructions
for each assigned post.
5.5. Provide an updated assigned list of replacement personnel to changes as soon as they occur.
ITB NO. 11-9910-DG
r
ITB NO- 11-9910-DG SECURITY GUARD SERVICES -ANNUAL PRICING
6. PERSONNEL REPLACEMENT
6.1. The City of Lubbock reserves the right to request to remove and replace any security guard or staff who
is not attentive to duty requirements, and who is not in compliance with service requirements in this
specification.
6.2. Vendor shall replace the security guard within one hour.
6.3. It is the vendor's responsibility to ensure assigned security guards are at their designated post at the
scheduled time. If a security guard is unable to report to duty as scheduled, the vendor shall immediately
provide a replacement to begin at the designated scheduled time.
ITB NO. 11-9910-DG
Resolution No. 2011—R0084
City of Lubbock, TX
Security Guard Services
Bid Tabulation
February 24, 2011
BID 11-9910-DG
Security Guard Services and Annual Pricing
Item Qty U/M Description/Vendor Location Unit Cost Extended Cost
1 1,600 Hrs Security Guard Services Regular Rate
Allegiance Security Lubbock, TX S 13 20,416
Patronus Executive Protection Lewisville, TX 17 26.400
Western Star Security Lubbock, TX 18 28,048
2 400 Hrs Security Guard Services Holiday Rate
Allegiance Security Lubbock, TX 18.31 7,324
Patronus Executive Protection Lewisville, TX 24.75 9,900
Western Star Security Lubbock, TX 19.57 7,828
3 Totals
Allegiance Security Lubbock, TX
Patronus Executive Protection Lewisville, TX
Western Star Security Lubbock, TX
27,740.00
36,300.00
35,876.00
-4-'o 1 IQ IN"11— oid Gti mrtnrts 22PI1