HomeMy WebLinkAboutResolution - 2015-R0374 - Contract - B King Ventures - Vehicle Window Service - 11_19_2015Resolution No. 2015-RO374
Item No. 5.16
November 19, 2015
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 Number 12576 for vehicle windshield and
window services per ITB #15-12448-KK, by and between the City of Lubbock and B King
Ventures d/b/a Clear Vu Auto Glass, 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 this 19th day of November '2015-
Gft TSON, MAYOR
Garza, City
AST rCnON
V k
Scott Snider, Assistant City Manager
APPROVED AS TO FORM:
Laur Pratt, Assistant City Attorney
RE&B King Ventures DBA Clear Vu 10.19.1 i
10.19.15
Resolution No. 201 5-R0374
Contract 12576
City of Lubbock, TX
Contract for Vehicle Windshield and Window Services
THIS CONTRACT made and entered into this 5th day of November, 2015, by and between the City of
Lubbock ("City"), and B King Ventures DBA Clear Vu Auto Glass, ("Contractor").
WITNESSETH:
WHEREAS, the City of Lubbock duly advertised for bids for Vehicle Windshield and Window Services
and bids were received and. duly opened as required by law; and
WHEREAS, after careful consideration of the bid submitted by Contractor, the City authorized the
execution, in the name of the City of Lubbock a contract with said Contractor covering the purchase and delivery
of the said Vehicle Windshield and Window Services.
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 are attached hereto and
made part hereof, Contractor will deliver to the City, Vehicle Windshield and Window Services and more
specifically referred to as Secondary provider on 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.
3. The Contractor shall perform the work according to the procedures outlined in the Bid Form and
Specifications attached hereto. The contract shall be for a term of one year, with the option of two, one
year extensions, said date of term beginning upon formal approval. The City does not guarantee any
specific amount of compensation, volume, minimum or maximum amount of services under this contract.
4. This contract shall remain in effect until the expiration date, performance of services ordered, or
termination of by either party with a 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.
5. Contractor shall at all times be an independent contractor and not an agent or representative of City with
regard to performance of the Services. Contractor shall not represent that it is, or hold itself out as, an
agent or representative of City. In no event shall Contractor be authorized to enter into any agreement or
undertaking for or on behalf of City.
6. The contractor shall obtain and maintain in full force and effect during the term of the contract, commercial
general liability coverage with insurance carriers admitted to do business in the State of Texas. The
insurance companies must carry a Best's Rating of A- V1I or better. The policies will be written on an
occurrence basis. subject to the following minimum limits of liability:
TYPE AMOUNT
General Liability $1,000,000
Commercial General Liability
General Aggregate
Products-comp/Op AGG
Personal & Adv. Injury
Contractual Liability
Automotive Liability $1.000,000
Any Auto
Workers Compensation Statutory Amounts
Employers' Liability
The City of Lubbock shall be named as additional insured on a primary and non-contributory basis on
auto/general liability, with a waiver of subrogation in favor of the City of Lubbock on all coverages.
Copies of all endorsements are required.
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 insurcd endorsement attached
to the policy will be included with the certificate.
The contractor shall also maintain workers compensation insurance in the statutory amount.
If at any time during the life of the contract or any extension, the contractor fails to maintain the required
insurance in full force and effect, all work under the contract shall be discontinued immediately. Any
failure to maintain the required insurance may be sufficient cause for the City to terminate the contract.
7. Neither the City nor the Contractor shall assign, transfer or encumber any rights, duties or interests
accruing from this Contract without the written consent of the other.
8. The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or
otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent
jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its
unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive,
and may be exercised concurrently. To the extent of an}' conflict between this provision and another
provision in, or related to, this document, this provision shall control.
9. 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 riglit 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 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.
10. 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 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.
11. The Contractor shall not assign or sublet the contract, or any portion of the contract, without written
consent from the Director of Purchasing and Contract Management. Should consent be given, the
Contractor shall insure the Subcontractor or shall provide proof on insurance from the Subcontractor that
complies with all contract insurance requirements.
12. This Contract consists of the following documents set forth herein, Invitation to Bid No. 15-124g8-KK.
Specifications, and the Bid Form.
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first
above written. 1xecuted in triplicate.
CITY OF LUBBO"'K
Glen C. XWerts'n. Mayor
ATTEST.
Rebe ca Garza, City Secretar
APPROVED AS TO ^ CONTENT•V,v1
CL
Scott Snider, Assistant City Managcr
APPROVED FORM:
Laur� Pratt, Assistant City Attorney
CONTRAKRevesentati)
BY
Authorize
C Qd� ► .,
Print Name
1 4 1 S 'Y
Address
1,.-� � �ar-� ,� 75q-zq
City. State, Zip Code
City of Lubbock, TX
Vehicle Windshield and Window Services
ITB 15-12448-KK
Specifications
Scope and Intent:
This specification describes service to provide windshield repair or replacement for the City of Lubbock cars, light to
heavy-duty trucks and off -road equipment on an as -needed basis.
Tile contract is to be for a period of one year, said date of term beginning upon City Council date of formal approval.
'File City and Contractor may, upon written mutual consent, extend the contract for two additional one-year periods to
provide Windshield and Window Services for vehicles for the City of Lubbock. The rates may also he adjusted
upward or downward at this time at a percentage not to exceed the effective change in the Consumer Price index (CPI)
or Product Price Index (PP1) whichever is most appropriate for the specific contract for the previous 12-months. If
agreement cannot be reached, the contract is terminated at the end of the current contract period.
Multiple Awards: 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
ofthe City. Cost and location wi11 be used in making this determination. A decision to make a multiple award ofthis
Bid, however, is an option reserved by the City, based on the needs of the City.
General Requirements:
Installation personnel shall be certified in automotive glass Installation. The successful bidder shall supply OWNERS
REPESENTATIVE, the names and license numbers of those individuals so qualified.
The successful bidder must stock a substantial quantity of glass of the size, type and quality hid so as to be able to
effect a replacement in the time frame specified.
Mobile service calls are a requirement of this bid. Additionally, some City vehicles may be taken to the -lass
company's place of business for windshield repair or replacement; other glass replacement or repairs may require the
vendor to work on site either in the City or to outside City of Lubbock locations.
The successful bidder must respond within twenty-four hours, after notification of City requirements,
Hourly rates quoted in this hid shall include ALL services such as glass, parts, materials and labor needed to perform
tine work.
Material Specifications and Requirements:
Motor Vehicle Safety Standards (FMVSS) related to automotive glass.
Sealant used during the installation of all products shall be SikaTack/ASAP or approved equal. Drying tinic for
sealants shall not exceed two (2) hours at 60 degrees F.
Vendor shall provide upon request, Material Safety Data Sheets (MSDS) for the contents of the resins to be used.
The City of Lubbock reserves the right to approve or reject any type of resin proposed for windshield repair.
All glass supplied with this contract shall be manufactured in the UNITED STATES and shall meet the requirements
of the original vehicle materials, such as tint, fit and applicable standards. Replacement windshield class shall
additionally meet Federal guidelines. 4
Safety `lass must meet the exacting rcquirennertts for tine American Standard Safety Code for Safety Glaring Materials
for Glazing Motor Vehicles operating on Land Highways (f1SA Z26.1-1966) and Federal Motor Vehicles Safety
Standard No. 205 (or subsequent revisions) as indicated.
• FMVSS 205 Glazing Materials
• FMVSS 208 Occupant Crash Protection
• FMVSS 212 Windshield Retention
• FMVSS 216 Roof Crush Resistance
The warranty of all laminated or tempered Safety Glass must be guaranteed against manufacturing defects,
workmanship, and materials, including installation for a period of one year, or standard warranty whichever is !anger.
Safety Glass, clear or tinted, both curved and flat automotive glass parts for doors, windows and particularly
windshields shall consist of two pieces of Polished Plated or Float Glass laminated together with an interlayer of vinyl
plastic, in order to provide the greatest elasticity and resistance to breakage at all temperatures. The quality of glass
must reflect an absence of excessive distortion and have superior vision from any ankle. Tinted ;lass must keep car
interior cooler and guard against eyestrain from glare of sunlight.
Material for windshields must meet the Federal Motor Vehicle Safety Standard No. 205, AS symbol. The Sunshade
type windshield with the interlayer of vinyl plastic graduated in color, must transmit not less than 70% of the incident
white light below the AS symbol. Flat Safety Sheet Glass, clear or tinted, of similar thickness laminated together
with an interlayer of vinyl plastic for greatest elasticity and resistance to breakage, shall be designated as AS2 or AS3
and used for replacement of glass other than windshields.
Tempered Safety Glass clear or tinted, shall be of one piece Polished Plate or Float Glass, and specially tempered to
be approximately four times as strong and flexible as ordinary Annealed Glass. '['his Glass must be exceptionally
resistant to impact and have the breakage characteristic of disintegrating into innumerable small pieces with
comparatively blunt edges as related to sharp fi-agntents of broken ordinary glass. Tempered glass may be used for
glass replacement other than windshield.
Related parts, installations kits, and other materials required for glass replacement shall be first grade, first line
products, and of a duality equal or superior to but no lower than that used on original equipment.
Vendor shall provide repair service for automotive glass with cracks a maximum of 2 inches and chips a maximum of
.95 inches in diameter. Service shall be performed to the satisfaction of the authorized City representative.
Vendor shall not repair a crack in the acute area of the windshield. The acute area is 8 '/ inch x 1 1 inch wide area of
the windshield directly in the driver's view beginning just above the steering wheel.
Ira repaired area crack reforms or continues from the same break within 30 days after the repair is completed, vendor
shall repair the crack at no cost to the City. If' the crack cannot be repaired, vendor shall issue a credit towards
windshield replacement for the City.
Finish shall be virtually undetectable ad smooth. Any City vehicle that cannot be repaired shall be reported by the
vendor to the authorized City employee.
Vendor shall leave the work area clean and free of materials, debris and vendor equipment to the satisfaction of an
authorized City employee. Vendor shall remove from the area and dispose of all defective materials removed in
performance of the service and in strict accordance with all applicable rules, regulations, codes, laws, ordinances and
statutes. Broken glass and related debris shall be vacuumed from vehicle interiors. Glass shall be cleaned and excess
sealer shall be removed. Clean up shall be included in the bid price.
Vendor is responsible for removing and disposing of debris. The City will not allow vendor to utilize on -site trash
bins paid for by the City.
Vendor shall comply with EPA guidelines for the disposal of hazardous material.
PRICE
This contract shall comer all windshields hrcluding curved, flat or tempered safelt, glass, (both tided rnrd clear) that
are curre►dly in the Ch), % fleet, a►td ant, vehicles added to the fleet daring the ter►ti of the contract.
QUANTITY
Any stated quantities on the bid form are expressly agreed to be an "esli»taled rrwwal asage" only, and nothing, herein
shall bind the City of Lubbock to purchase any specified amount of the product. It is also further understood that the
City of Lubbock shall not be obligated to purchase or pay For any amount of the product unless and until ordered a17d
received by the City of Lubbock.
Revised 2
Bid Form
Vehicle Windshield and Window Services
City of Lubbock, TX
ITB 15-12448-KK
in compliance with the Invitation to Bid No. 15-12448-KK, 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 No, 15-12448-KK is by reference incorpordled in this contract. The Bid Farm must be
completed in blue or black ink or by typewriter.
TEAT
Unit
SHOP
Shop Rate
Extended
Discount off
+1-
WINDSHIELD REPLACEMENT
Per Hour
Cost
`MSRP/NAGS
I.
250
CLASS 1 - 6,000 lb & less Light Duty
S `'
?
75
CLASS 2 - 6.001 - 10,000 lb Light Duty
30
a"D
_ it;r
3.
50
CLASS 3 - 10,001 - 14,000 lb Light Duty
4.
5
CLASS 4 - 14,00i - 16,000 lb Medium Duty
?
i 5.
14
CLASS 5 - 16,001 - 19,500 lb Medium Duty
6.
250
CLASS6-SHeavyDuty-19,50k lb an
1 7.
&'
` 1 CLASS 9- Heavy EquipmentJ
+ -----
I
-----I-A.�41LtlQtk�lshargc=Ttrrtper��-iris-----------------,-------�---ter--------`
-------------
9.
-----
Additi 1 -------------------
------ 4tl+ittt�e -Tinted Gl--------------------- --- �
- -=_----- =--�------
_
f t0.
to.
---------------------
Additiona] cf)4rge tratielto autsi�is�faf----------1---------- ---- ------------------
I ----
------
------------
locations---------- ------------- -- ---- -----------------
' I
Total
S
l I EM
Unit
MOBLIE
Shop Rztj
Extended Discount off -
+/-
WINDSHIELD REPLACEMENT
Pcr Hour
Cost �'MSRPINAGS
H.
32.
, 2-50
75
CLASS I - 6,000 lb & less Light Duty
CLASS 2 - 6,001 - 10,000 lb Light Duty
S
13.
50
CLASS 3 - 10,00I - 14,000 lb Light Duty
14.
5
CLASS 4 - 14,001 - 16,000 lb Medium Duty
1 -S0
r C=-�'—
15.
14
CLASS 5 - 16,001 - 19,500 lb Medium Duty
`Y'
16.
250
CLASS 6 - 8 Heavy Duty -- 19,501 lb and over
Q
i 5-00 CAD
17,
1
CLASS 9 - Heavy Equipment
D e0°
3 b t('
1$.
----
-
____
----------
--------=
---------,...AdtlllfstrtaLcitar�-
�iatad�-lass----
. r
20•
4
Additional charge travel to 0C' of----------
_ -_
--------- - ---
=T----------------------------------
------------------ --
=--=I
{-------- ----
------------------
------TZ�117OC�C�FjtiL
5— --= -----------------------r---------
cam-
{
Total
S
4
S PurchnselBid DocsltTI3 15-12448-KK Ychick Windshield aAd Window Scrvicc3
Revised 2
ITEM
SHOP
C"IP and CRACK REPAIR
Per Chip
Per Crack
21.
CLASS 1- 9 (all vehicles) - Front & Back Windshield
$ C)
22.
CLASS 1- 9 (all vehicles) -Side Window
b
ITEM
MOBILE
C"IP and CRACK REPAIR
Per Chip
Per Crack
23.
CLASS 1- 9 (all vehicles)- Front & Back Windshield
S eC)
24.
CLASS 1- 9 (all vehicles) - Side Window
Q''D
c!
*Manufacturer's Suggested Retail Price/National Auto Glass Specifications
The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a quote, and to waive immaterial formalities.
In order to assure adequate coverage for remote locations throughout the City and Lubbock County, 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.
PAYMENT TERMS AND DISCOUNTS -Bidder offers a prompt payment discount of Q)a a, net = calendar days. 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 ofcalendar
days after the date of receipt by the City of a correct invoice or after the date of acceptance that meets contract requirements, whichever
event occurs later. Discounts for payment in less than ten days will not be considered.
MOST FAVOURED PRICING: The Bidder certifies that the price quoted is not in excess of the lowest price charged anyone else,
including its most favoured customer, for like quality and quantity of the products services; does not include an element of profit on the
sale in excess of that normally obtained by the Bidder on the sale of products services of like quality and quantity; and does not include
any provision for discounts to selling agents. If at any time during the contract period, the supplier should sell or offer for sale to any
other customer, an equal or less quantity of similar contract products of like or better quality, at a lower net price(s) than provided herein,
supplier agrees to notify the City and sell same product(s) at the lower price(s) on all deliveries made during the period in which such
lower price(s) is effective.
INTERLOCAL PURCHASING (optional): The City desires to make available to other local governmental entities of the State of Texas,
by mutual agreement with the successful bidder, and properly authorized interlocal purchasing agreements as provided for by the
interlocal Cooperation Act (Chapter 791, Government Code), the right to purchase the same services, at the prices quoted, for the period
of this contract. Each bidder shall indicate on the Bid Form in the space provided below if he/she will honor Political Subdivision orders
in addition to orders from the City of Lubbock. Should these other governmental entities decide to participate in this contract, would
you (the bidder) agree that all terms, conditions, specifications, and pricing would apply?
Other governmental entities that might have interests in this contract are Frenship Independent School DLstrict, Lubbock
Housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock Independent School District, South Plains
Association of Governments, City of Texarkana, Texas Tech University, West Texas Municipal Power Agency, Lynn County,
and City of Wolfforth.
YES__ NO
If you (the bidder) checked YES, the following will apply:
• Governmental entities utilizing Interlocal Agreements for Cooperative Purchasing with the City of Lubbock will be eligible,
but not obligated, to purchase materials services under the contract(s) awarded as a result of this solicitation. All purchases by
governmental entities other than the City of Lubbock will be billed directly to that governmental entity and paid by that
governmental entity. City of Lubbock will not be responsible for another governmental entity's debts. Each governmental entity
will order their own materials. service as needed.
5 Purchasc/Bid Doc; ITB 15•12148-KK Vchicic Wmd�lucld and Wtnd,nv 5ervicc,
THIS BID 1S SUBMITTED BY /</;-' -1fL"5Z1%Ca corporation organized under the laws of the State of
or a partnership c nsisting of or individual trading as
- ofthe Cjity of , /� I
Firm: i •►� { ..� -� +L?S _V /�� P Vy A'_�D-
Address: 7 q / "
City: L.. 0 State:_ zip 't
Bidder acknowledges receipt of the following addenda:
Addenda No. 1 Date 5 1-5-
S �-�
.Addenda No. �_ Date z,
Addenda No. Date
Addenda No. Date
MfWBE Firm:
Woman Black American I I Native American
Hispanic American I I Asian Pacific Americ Other(Specify)
Any entity or person that manufactures, distributes, converts new motor vehicles (or represents an entity that manufactures, distributes,
or converts new motor vehicles) or is in the business of buying, exchanging, or selling new motor vehicles is required under the Tex.
Occ. Code. Chapter 2301 to be licensed by Motor Vehicle Division of the Texas Department of Transportation In order for a bid to be
in compliance with the Motor Vehicle Commission Code, the bidder must hold and provide all applicable current valid licenses issued
by the State of Texas:
1. Name and Manufacture's License No.
2. Name and Converter's License No.
3. Name and Representative's License No.
4. Name and Franchise Dealer's License No,
General Distinguishing No. (Franchised TX dealer)
By
Aathori_e a esenrafr+ must sigh by hand
OFiicer N e and Ti
Please Print
Business Telephone Number `6_ 06 - - 1311 FAX: b / I
E-mail Address: .n r 4,o c c) t—i &- a r ✓u i V
FOR CITY USE ONLY
Bid Form Item Number(s) Awarded to Above Named Firmlindividual:
Date of Award by City Council (for bids over S50,000): Date P.O./Contract Issued:
RETURN COMPLETED & SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS.
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND TIME, AND
YOUR COMPANY NAME AND ADDRESS.
B
S Purchas )Bid DacsATB I5-12448-KK Vehicle Wtndshietd Lind Window Sermcs
City of Lubbock, TX
Fleet Services
Bit) Tabulation
November 5, 2015
IT13 l 5-12448-KK
Vehicle WindshiclJ and
Wiridkm Scr% ices
Item Qt} UOM
Descr-iptiollNendor
Location
Shop Windshield Replacement
1 250 HA
CLASS 1 6,000 Ib & Less - Licht Dun
]'hares Auto Glass
Lubbock -TX
Sat'clite Fulfillment Inc.
Lubbock. TX
C']ear Vu Auto Glass
Lubbock. TX
PK P(ISSihilitiCS DBA ALI10 GIUSS
I.ubhock, TX
GI(tsS DOCt(Ir olTubhock
Lubbock. 'I'X
2 75 Eat
CLASS 2 6.001-10.000 lb -- Liullit bun'
Phares Auto GL:SS
I.Ubhock. TX
Sa1'CI€tc Fulfillment Inc.
Lubbock. TX
C€car Vu AlltU Glass
Lubbock. TX
PK Possibilities DBA auto 61ass
Lubbock. TX
Glass Doctor of Luhhock
Lubbock, TX
3 50 LA
CLASS 3 10,001-14,000 [h — Light Duty
Phares Auto GLISS
Lubbock. TX
SaPclitc Fulfillment [tic.
Lubbock, TX
Clear Vu AWO (ilasti
I.tihb(lek, TX
PK Possibilities DBA Auto Glass
Lubbock, TX
Glass Doctor of Luhhock
Luhhock. LX
4 5 EA
CLASS 4 14-001-16.000 111 —X1Cdiun1 DutN'
Phares Auto Oktss
Lubbock. TX
SJ(Clitc I ulfillnlcnt lnc.
Lubbock, TX
Ocar Vu Auto G1asS
Lubbock.'I"X
PK Possibilities D13A .Auto Glass
Lubbock. TX
Glass DOC(Or- or 1.11bbock
Lubhock. TX
5 14 L A
CLASS S 16.001-1MOO Ih-- Xledium Duty
PharcS Auto Glass
Luhbock. TX
5a1lclitC 1'u]1111n1CIlt Inc.
Lubbock. TX
Clear �'u Auto (;]as,,
Lubbock. TX
PK P(1SSib€lit€CS DBA Auta GIUSS
Lubbock. TX
Glass ]hector of 1-uhhock
Lubbock, TX
6 250 EA
CLASS 6-8 19.501 1b &- O,cr— I lean% DULN
Pharos Auto Glass
Lubbock. TX
Saf'Clite I-'nI1III111CII( Inc.
Lubbock. TX
Clear Vu Auto Cilass
Lubbock. TX
PK Possibilities DBA auto (H ISS
1.(lbbock, -YX
Glass Doctorol'Luhhock
Lubbock. TX
Discount
Extended "\ISRP
Hourly Cost NAGS
S29
7,250
61
30
7.500
40
30
7,500
60
40
9.875
4;
SO
20.000
50
29
2.175
61
30
2,250
40
30
2.250
60
40
2.963
43
80
6.000
50
29
1.430
61
30
1,500
40
30
1,500
60
40
2.000
43
80
4.000
50
29
145
61
30
150
40
30
150
60
440
200
43
so
400
5u
29
406
61
30
420
40
30
420
00
40
560
43
80
L 120
50
29
7,250
61
30
7.500
40
30
7.500
60
43
10.750
43
80
20.000
ill
S'purch— aid Uocumems Ume! - Kf1%I 21119 I rH'y IT 1-1:TrM-hK 4' dude W.&h.,Id \ %V�d— S--, D. %.= Uutnhute Hid Tab 15-1=..N-KK
City of Lubbock, TX
Fleet Services
Bid Tabulation
November 5, 201;
II-B 15-12448-KK
Vehicle Windshield and Window Ser,, ices
Discount
Extended F11SRP
Rent Qty LOOM
Description/Vendor
Location
hourly
Cost
NAGS
7 1 FA
CLASS 91[ca\� Equipment
Phares Auto Glass
Lubbock. TX
29
2{)
\'Q AS*
Safelite Fulfillment Inc.
Lubbock, '1 X
11)
30
40
Clear Vu Auto Glass
Lubhock. TX
30
30
60
PK Possibilities DR A ;Auto Glass
I.,uhbock, TX
44
44
43
Glass Doctor ol, Lubbock
Lubhock. TX
SO
SO
50
i•lobilc Windshield Replacement
11 250 LA
CLASS 1 6.000 ]b & Less - LitOht Dut%
Phares ,tutu Glass
Lubbock. TX
29
7.250
6 [
Safelitc Fulfillment Inc.
Lubhock.'YX
30
7,500
40
Clear Vu Auto Glass
Lubbock- TX
30
7,500
60
PK Possibilities D13A Pluto Glass
Lubbock, TX
41
10,250
43
Glass Doctor of Lubbock
Lubbock, FX
80
2U.OU(?
NI)*
12 75 LA
CLASS 2 6,001-11),000 Ib — Light Dun'
Phares Auto Glass
Lubbock. TX
29
2.175
61
Safelite FU11111111cnt Inc.
Lubbock. TX
30
2,250
40
Clear Vu Auto Glass
Lubbock. TX
3O
2.250
60
PK Possibilities DBA Auto Glass
Lubbock. TX
41
3-075
43
Glass Doctor of Lubbock
Lubbock. TX
80
6.000
ND
13 50 l:A
CLASS 3 10.001-14.000 lb-- Light Duty
PharCS Auto GLOSS
Lubbock. I X
29
1.4SO
6 [
SaMite Fulfillment Inc.
Lubbock, TX
30
1,500
40
Clear Vu Auto Glass
Lubbock. TX
30
1-500
60
PK Possibilities DBA Auto Glass
Lubbock. TX
41
? 050
43
Glass Doctor of I.uhhock
Lubbock. TX
80
4.000
ND
14 5 FA
CLASS 4 14-U01-16,000 lb — Medium Dat%
Phares Auto Glass
1_ubbock. TX
29
145
61
Sal -elite FUIt111111CI1t ]TIC.
Lubbock. TX
30
150
40
(Tear Vu Auto Glass
Lubbock, TX
31)
I50
60
PK Possibilities DBA Auto Glass
Lubhock, "IX
41
205
43
Glass Doctor of Lubbock
Lubbock, TX
40
400
ND
] 5 14 FA
CLASS 5 16.001-19-500 111 — MOdltlnl DULY
Phares Auto Glass
Lubbock. -1-X
29
4(}6
61
Safelite F[![1111111CM Inc.
Lubbock, TX
30
420
40
Clear Vu ,Auto Glass
Lubhock, TX
30
420
G;)
PK POSSihilit1CS FM A Auto Cilass
Lubhock. TX
41
574
43
(;lass Doctor of Lubhock
Lubbock. -IX
80
1.120
\D
5 Pw a1-1 HLJ D.;.umau , Rai , - F -n ., _n! , I I a's.ITi{ � dude %l and llmcld & Wd— Srn rr_.i Do `oi lL.iiO it H.d I al, :5 I.:JR-KK
City of Lubbock, TX
Flcet Services
Biel Tabulation
1\ovembet' 5, 2015
1113 15-12-4-IS-KID
Vehicle Windshield and
WindoN% Services
Discount
Extended
x\15RP
Item Qty UOM
DescriptionNendor
Location
Ilourlti
Cost
SAGS
16 250 FA
CLASS 6-8 19.501 ih &; Over— I lcav DUE%
I'hures auto Glass
Lubbock. TX
2O
7.250
61
Saleiitc Fulfillment Inc.
Lubbock, 'I X
30
7.500
40
Clear Vu Auto Glass
Lubbock. TX
30
7.500
60
PK Possibilities DBA .'lute Glass
I.Ubbock. TX
41
10.250
43
GIaSS Doctoral I,Uhbuck
Luhhock, TX
80
20.000
ND
17 1 E.,
CLASS 911caw, Equipment
Phares Auto Glass
Lubbock. -1 X
29
29
NQAS
SUfclitc Fuliilhncnt lnc.
Lubbock. TX
3U
31)
40
Clear Vu Auto Glass
Lubbock. TX
30
;{}
{,t)
PK Possihilities D13A Auto Glass
Lubbock.'['X
46
40
43
Glass Doctor of Lubbock
Lubbock_ TX
80
s0
\D
Shop Chip and Crack Rcpalr
Chip
Crack
21
CLASS 1-9 (all vehicles) — Front ruck Windshield
Clear Vu Auto Glass
Lubbock. TX
20
20
Phares Auto Glass
Lubbock, TX
24
24
PK Possihilities DBA Auto Glass
Luhhock. l'X
35
35
Glass DOCLoI- of Lubb0Ck
Lubbock. TX
35
35
SaMite Fulfillment lnc.
Lubbock. TX
50
50
22
CLASS 1-9 (till %chicles) -- Sidc Window
Cleat• Vu Auto Glass
Lubbock. TX
20
20
Phares Auto Glass
Lubbock. TX
24
24
PK Possibilities DBA Auto Glass
Lubbock.'FX
35
35
Mobile Chip and Crack Repair
23 CLASS 1-9 (all vehicicsl -- Front & Back Windshield
Clear Vu Auto Glass
Lubbock. TX
20
20
Phares Auto Glass
Lubbock. TIC
24
24
Glass Doctor ol'Lubhock
Luhhock. I X
39
39
PK Possibilities DBA Auto Glass
Lubbock. "I X
40
.40
Safclite Fulfillment Inc.
Lubbock_ TX
50
50
24 CLASS 1-9 (all vehicles) — tiidc Windo��
Clcar Vu .Auto Glass
Lubbock. FX
20
20
Phares Auto Glass
Lubbock. TX
24
24
PK Possibilities DBA Auto Glass
Lubbock. TX
40
40
S j'—n—}aid 6ocunrnis B% ,-Arulon'-11 IT5T If 1i.lZ44S.KK%dudeS%mJshitlu s NSe" [ccs'6n\'l pis;nhuic bid i'uS 1:-1-'ids-tip
City of Lubbock, T1
Fleet Services
Bid Tabulation
\ovcmber i, 2015
I I B 15-1'-4a1-l:R
\ chick \\ indsh:clJ and 1\ indo%� Sen ices
Item Qt} UOM Description/ endor
Vendors
Phares Auto Glass Wriman I
Clear Vu Auto (;lass (SQCO[Ida'
tial'rlite I ulIillrzicnt Inc. (Tertian I
PIS Possibilities DBA :lute Glass
[ilass I)t CWT of I.ubhock
Not Resl,onsi% c
Glass
Iistreme Auto Glass
Location IiourlN
I uhbock, i
Lubbock. l
LubbuA. "l
Lubbock_ TN
].uhl,ock. I
Lubbock_ TX
Lubbock. TX
*,%IarnrP.tcunN's tiugU'estcJ Retail Pricc,'National rlutil Glass SI,CCifieatiuns
*No Di'CUWtf
Discount
Extended �\ISIt11
Cost NA G S
w , 7J11h
38.780
S.SO
52.992
1(};,?74
,.,,. 1.", f,; Ih, "r :.}I,.:.K"Lu.:.eIM'IIH I+-,_:41'kk\ cu-.r I71\ Iflr nbu!e riiJ 1111 1 .•-KF.