Loading...
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.