HomeMy WebLinkAboutResolution - 2010-R0316 - Contract For Windshield-Annual Pricing W_Clear Vu Auto Glass - 07_08_2010Resolution No. 2010-RO316
July 8, 2010
Item No. 5.22
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. 9625 for Windshield -
Annual Pricing, by and between the City of Lubbock and Clear Vu Auto Glass, of
Lubbock, Texas per ITB 10-086-DD, 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 July 8, 2010
TOM MARTIN, MAYOR
ATTEST:
.cp -a�
Rebec Garza, City Secretary
APPROVED AS TO CONTENT:
LI/7"
Mark earwood, Assistant City Manager
Chief Information Officer
APPROVED.,AS TO FORM:
Chad Weaver, Assistant City Attorney
vw:ccdocs/RES.Contract-Clear Vu Auto Glass
June 29, 2010
Resolution No. 2010—RO316
Contract No. 9625
CITY OF LUBBOCK
CONTRACT FOR SERVICES
Windshield Service - Annual Pricing
CITY OF LUBBOCK, TEXAS
ITB I0-086-DD
THIS CONTRACT, made and entered into this 8T" day of July, 2010, pursuant to a resolution heretofore adopted by the
City of Lubbock, Texas, by and between the City of Lubbock ("City"), and Clear Vu Auto Glass, ("Contractor").
WITNESSETH:
WHEREAS, the City of Lubbock duly advertised for bids for Windshield Service - Annual Pricing as required by
law; and
WHEREAS, after careful consideration of the bid submitted by Contractor, the City of Lubbock has heretofore
adopted acceptance of such bid, and the execution, in the name of the City of Lubbock a contract with said Contractor
covering the of the said Windshield Service - Annual Pricing.
NOW, THEREFORE, in consideration of the mutual agreement contained herein, as well as the financial
consideration hereinaftdr 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 Windshield Service - Annual Pricing
specifically referred to as Item(s) No.l through 3 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; payment's do 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. Installation personnel shall be certified in automotive glass
installation.
4. 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
glass shall additionally meet the following Federal Motor Vehicle Safety Standards (FMVSS) related to automotive
glass.
5. The contract shall be for a period of one year, said date of term beginning formal approval. The City and
Contractor may, upon written mutual consent, extend the contract for four additional one-year periods. The rates
may be 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 (PPI), whichever is most appropriate for the specific contract
for the previous 12-months. At the City's discretion, the effective change rate shall be based on either the local or
national index average rate, whichever is most appropriate for all items. If agreement cannot be reached, the
contract is terminated at the end of the current contract period. 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.
ITB 10-086-DD - windshield Service - Annual Pricing
7. The City Right to Audit: At any time during the term of this 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 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.
8. 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- VII or better. The policies will be written on an occurrence basis,
subject to the following minimum limits of liability:
TYPE AMOUNT
Worker's Compensation: The Contractor shall elect to obtain worker's compensation coverage pursuant to Section
406.002 of the Texas Labor Code. Further, Contractor shall maintain said coverage throughout the term of the
Contract and shall comply with all provisions of Title 5 of the Texas Labor Code to ensure that the Contractor
maintains said coverage. Any termination of worker's compensation insurance coverage by Contractor or any
cancellation or non -renewal of worker's compensation insurance coverage for the Contractor shall be a material
breach of this Contract." The Contractor may maintain Occupational Medical and Disability Insurance in lieu of
Workers' Compensation. In either event, the policy must be endorsed to include a wavier of subrogation in favor of
the CITY OF LUBBOCK. The Contractor shall also provide to the CITY OF LUBBOCK proof of Employers'
COMMERCIAL Liability in the general aggregate and per occurrence of an amount no less than 30$ 0,000.
Automotive Liability, Any Auto, Combined Single Limit $200,000
The City of Lubbock shall be named a primary additional insured Products/Comp/Op must be included with
a waiver of subrogation in favor of the City on all coverage's. All copies of the Certificates of Insurance shall
reference the project name or bid number for which the insurance is being supplied. THE ADDITIONAL
INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS.
The Contractor will provide a Certificate of Insurance to the City as evidence of coverage. The certificate will
provide 30 days notice of cancellation, and under the cancellation section, the wording "endeavor to" and "but
failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or
representatives" will be crossed out. A copy of the additional insured endorsement attached to the policy will be
included with the certificate.
The Contractor shall also maintain workers compensation insurance in the statutory amount of $ 500,000
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.
9. 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.
10. This Contract consists of the following documents set forth herein; Invitation to Bid #10-086-DD General
Conditions, Specifications, and the Bid Form.
ITB 10-086-DD
ITB 10-086-DD - Windshield Service - 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:
Rebec a Garza, City Secretary
APPROVED AS TO CONTENT:
Mark arwoo , Chief In ormation Officer
and Assistant City Manager
APPR AST FORM
ssistant City Attorney
CONTRACTOR:
Clear Vu o Gl
BY
Authorized Ir
entati
7L//S' 'SZ-L--k S4-.
Address L %-79
y
11'B 10.086-DD
City of Lubbock, TX
Fleet Services
Bid ,tabulation
July 8, 2010
BID 10-086-DD
Windshield Service - Annual Pricing
Resolution No. 2010—RO316
Item Qty U/M DescriptionNendor
Location
Unit Cost
Extended Cost
1 139 EA Class l- Front Windshield Replacement
Clear-Vu Auto Glass
Lubbock, TX
S 140
19,460
Glass Magic
Lubbock, TX
162
22,518
Safelite Auto Glass
Columbus, OH
175
24,325
Fisher Auto Glass & Auto Trim
Lubbock, TX
185
25,715
2 2 EA Class I- Rear Glass Iteplacement
Safelite Auto Glass Columbus, Oft 200 400
Glass Magic Lubbock, TX 220 440
Clear-Vu Auto Glass Lubbock,'rx 225 450
Fisher Auto Glass & Auto Trim Lubbock, TX 350 700
3 35 EA Crack and Ding Repair Front Windshield and Rear Glass
Clear-Vu Auto Glass Lubbock, TX 20 700
Glass Magic Lubbock, TX 33 1,155
Fisher Auto Glass & Auto'Trim Lubbock, TX 50 1,750
Sarelite Auto Glass Columbus, OH 60 2,100
All or None, Items 1-3
Clear-Vu Auto Class Lubbock, TX S 20,610
Glass Magic Lubbock, TX 24,113
Safelite Auto Glass Columbus, OH 26,825
Fisher Auto Glass & Auto Trim Lubbock, TX 28,165
JE�!W CERTIFICATE OF LIABILITY INSURANCE OP ID RS "Hicimne"i
CLEAR-1 06 3(
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Shofner Lynch 6 Shulse LLC-TX HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
5106 Slide Road ALTER THE COVERAGE AFFORDED BY1fHE POLICIES BELOW.
Lubbock TX 79414
Clear-Vu Auto Glass
Brad Kin
gg
7415 82nd St.
Lubbock TX 79424
COVERAGES
INSURERS AFFORDING COVERAGE
INSURER A: Travelers
INSURER S'
INSURER C:
INSURER D:
INSURER E:
NAIC #
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSK
LTR
AUD
NSR
TYPE OF INSURANCE
POLICY NUMBER
GATE POLICY MID EFFEYYYY
ON
DATE MMICTTr POLICY PIRATI Y
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
$1000000
A
X
X COMMERCIAL GENERAL LIABILITY
PACP-5963P792
03/31/10
03/31/11
PREMISESEaocau.
$100000
CLAIMS MADE a OCCUR
MED EXP (Arty one person)
S 5000
PERSONAL & ADV INJURY
$1000000
GENERAL AGGREGATE
s 2000000
GENT AGGREGATE LIMIT APPLIES PER,
PRODUCTS - COMPIOPAGG
s2000000
17 POLICY PROJECT LOC
A
X
AUTOMOBILE
LIABILITY
ANY AUTO
BA-7793P493
03/31/10
03/31/11
COMBINED SINGLE LIMIT
(Ea accident)
31000000
BODILY INJURY
(Per person)
S
ALL OWNED AUTOS
SCHEDULED AUTOS
X
BODILY INJURY
(Per accident)
9
X
HIRED AUTOS
NON•OWNEDAUTOS
X
PROPERTY DAMAGE
(Per accident)
S
GARAGE LIABILITY
AUTO ONLY- EA ACCIDENT
I S
OTHER THAN EA ACC
S
ANY AUTO
S
AUTO ONLY: AGG
EXCESS I UMBRELLA LIABILITY
EACH OCCURRENCE
$
OCCUR CLAIMS MADE
AGGREGATE
$
S
S
DEDUCTIBLE
S
RETENTION S
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY YIN
ANY PRO PRIETORIPARTNER(EXECUTIVr[::]
- -
TORY LIMITS ER
E.L EACH ACCIDENT
5
OFFICERIMEMBER EXCLUDED?
E.LDISEASE- EAEMPLOYE
5
(Mandatory In NH)
If yos, describe under
SPECIAL PROVISIONS below
E.L. DISEASE -POLICY LIMIT
S
OTHER
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
Classifications Limitation endorsement. Coverage is limited to the classes
described in the policy. Coverages shown are at policy inception.
The above mentioned certificate holder is listed as an additional insured. A
waiver of subrogation also applies.
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
CITY013 DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED 0 THE LEFT, BUT FAILURE TO DO SO SHALL
City of Lubbock IMPOSE NO OBLIGATION OR LIABILITY A K N0 UPON THE INSURER, ITS AGENTS OR
Marta
P. O. Box 2000 REPRESENTATIVES.
TX 79401 AUTHORIZED REPRESENTATIVE
Robert Clay Snyder
ACORD 25 (2009/01) m 1988-2009 ACO
The ACORD name and logo are registered marks of ACORD
AMERICAN FIDEUIY ASSURANCE COMPANY
Policy Schedule
item 1. NAMED INSURED AND ADDRESS
KING VENTURES DBA CLEAR-VU AUTO GLASS
7415 82ND ST
LUBBOCK, TX79424
Policy Number: AFA10092
Endorsement Date:
Endorsement #:
Premium: 1,
The Named Insured is: [ ] Individual [ ] Partnership or Joint Venture [)a Corporation
vw• ti
[ ] LLC [ ].Other
Item 2.
POLICY PERIOD: (Mo., Day, Yr.)
_ r
From 10/15/09 To 10/15/10
12:01 A.M. Standard time at the address of the Named Insured as stated herein.
MAXIMUM COVERAGE PERIOD
Weeks subsequent to each occurrence
1513
Item 3,
SELF -INSURED RETENTION
Accidental Bodily Injury Per employee Per occurrence
$ 1, 000
Occupational Disease or Cumulative Trauma Per employee Per occurrence
$ 1, 000
Item 4.
COMBINED SINGLE INDEMNITY LIMIT Per employee Per occurrence
$ 11000,000
Item 5.
GENERAL POLICY AGGREGATE LIMIT
$ 10,000,000
item 6.
MEDICAL EXPENSE LIMIT Per employee Per occurrence
$ See Item 4,s
Item 7.
TOTAL DISABILITY LIMIT Maximum weekly indemnity per employee
$ 600
Days waiting period per employee per occurrence
- 5
Maximum weeks total disability duration per employee per occurrence
156
Item 8.
ACCIDENTAL DEATH OR DISMEMBERMENT LIMIT per employee
$ tag
item 9, PAYROLLS, RATES AND PREMIUMS:
Estimated Payroll Premium Rate Deposit Premium
182,000 .8984 1,635.00
AFA-101 (11 /2005)
aceimr, wht
INSUREDS COPY
Page 3 of 3
HLB 10/22/09
F_ 19
L -A
A
_r.
1=
M.
oM
EM
Ajees
Resolution No. 2010-RO316
'TRAVELERS J One Tower Square, Hartford, Connecticut 06183
EUSINESSOWNERS COVERAGE PART DECLARATIONS
GARAGE PAC POLICY NO.: IL-PACP-5963P792-TLC-10
ISSUE DATE: 03-31 -10
.INSURING COMPANY:
THE TRAVELERS.LLOYDS INSURANCE COMPANY
POLICY PERIOD;
From 03-31-10 to 03-31-11 12 :01 A.M. Standard Time at your mailing address.
FORM OFIBUSINESS: CORPORATION
COVERAGES AND LIMITS OF INSURANCE: Insurance applies only to an item for which a
"limit" or the word "included" is shown.
COMMERCIAL GENERAL LIABILITY COVERAGE
OCCURRENCE -FORM r LIMITS OF INSURANCE
General Aggregate (except Products -Completed Operations Limit) $ 2,000,000
Products -Completed Operations Aggregate Limit $ 2,000,000
Personal and Advertising Injury Limit $ 1,000,000
E ach'Occurrence Limit $ 1,000,000
Damage'to Premises Rented to..You $ 300;000
Medical Payments -Limit (any one person) $ 5,000
BUSINESSOWNERS PROPERTY COVERAGE
DEDUCTIBLE AMOUNT: Businessowners Property Coverage: $ 1,000 per occurrence.
Building Glass: $ 1,000 per occurrence.
BUSINESS INCOME/EXTRA EXPENSE LIMIT: Actual loss for 12 consecutive months
Period of Restoration -Time Period: Immediately
ADDITIONAL COVERAGE:
3A Fine Arts: $ 25,000
Other additional coverages apply and may be changed by an endorsement. Please
read the policy.
SPECIAL PROVISIONS:
COMMERCIAL GENERAL LIABILITY COVERAGE
IS SUBJECT TO A GENERAL AGGREGATE LIMIT
MP TO 0102 05 (Pagel"Of 02) -
ewvm{ n