Loading...
HomeMy WebLinkAboutResolution - 2019-R0228 - PO With Randall Reed's Prestige Ford - 06/25/2019 Resolution No. 2019-RO228 Item No. 6.21 June 25, 2019 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, Purchase Order No. 31045716 for the purchase of Police Patrol Sports Utility Vehicles as per ITB 19-14731-RR, by and between the City of Lubbock and Randall Reed's Prestige Ford of Garland, Texas, and related documents. Said Purchase Order 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 .Tune ?5 2019 DANIEL. M. POPE, MAYOR ATTEST: Rebe ca Garza, City Secret ry APPROVED AS TO CONTENT: ��/Ac-- ( _ G Mark Y rwood Assistar t City Manager ^ APPROVED AS TO FORM: Idelli Leisure, Assistant City Attorney ccdocs/RES.PurchaseOrd 31045716-- Police Patrol Utility Vehicles June 5,2019 Ci of Lubb ek Page - 1 i TEXAS PURCHASE ORDER Date - 6/5/2019 Order Number 31045716 000 OP 526 TO: SF-IIP TO: RANDALL REED'S PRESTIGE FORD CITY OF LUBBOCK PO BOX 472247 FLEET SERVICES GARLAND TX 75047 206 MUNICIPAL DRIVE LUBBOCK TX 79404 INVOICETO: CITYO<:LUBBOCK ACCOUNTSPAYABLE P.O.BOX 2000 LUBBOCK,TX 79457 BY: Marta Alvarez,DirectororPwchasing&Conti-act Management Ordered 6/5/2019 Freight Requested 11/19/2019 Taken By R ROCHA Delivery J LOERWALD REQ 53802 ITB 19-14731-RR Description/Supplier Item Ordered Unit Cost UM Extension Request Date 4 DrAWD SUV Special Services 6.000 35,440.0000 EA 212,640.00 11/19/2019 Patrol,w/cargo area CC 5735 Total Order Terms NET 30 212,640.00 This purchase order encumbers funds in the amount of$212,640.00 awarded to Randall Reed's Prestige Ford of Garland,TX,on ime 25, 2019. The following is incorporated into and made part of this purchase order by reference: ITB 19-14731-RR, dated May 28,2019,from Randall Reed's Prestige Ford of Garland,TX.Resolution# 2019-80228 CITY OF LUBBO ATTEST: (- Daniel M.Pope,Mayor Rebec a Garza,City Secretary 0 PURCHASE ORDER TERMS AND CONDITIONS IMPORTANT:READ CAREFULLY STANDARD TERNIS AND CONDITIONS Seller and Buyer agree as CITY OF LUBBOCK,TX follows: 1 SELLER TO PACKAGE GOODS. Seller will package goods in accordance%with good commercial practice. lieu of any other remedies which Buyer may have in law or equity Each shipping container shall be clearly and permanently marked as follows (a) Seller's name and address. l3.TERMINATIO\.The performance of%tork under this older may be terminated in whole.or in pan b}•clic (b)Consignee's name.address and purchase order er purchase release number and clic supply agreement number Buyer in accordance%verb this provision. Termination of work hereunder shall be effected by rhe delnmy if applicable.(c)Container number and total number of contabear cost of c g.hos t le 4 hoses,and(d)the numher of the Seller of a"Notice of Termination"specifying the extent to which performance of uxwk under the shall the container bearing the packing slip Seller shall bear cost of packaging unless otherwise provided. Goods order is terminated and the date upon which such termination becomes effective. Such right or termination is shall be suitably packed le secure ationst,Buyer's coon costs and to conform with cord mento of common in addition to and not in lieu of the rights of Buycr set forth in Clause 14.herein. carriers and any applicable specifications. Buyer's count or weight shall be foal and conclusive on shipments not accompanied by packing lists. 16 FORCE tMATEURE Neither party shall be held responsible for losses. resulting if the fulfillment 2.SHIPNEENT UNDER RESERVATION PROHIBITED Seller is not authorized to ship the goods under of any terms of provisions of this contract is delayed or prevented by any cause not within the control of the reservation and no tender of a bill of lading will operate as a tender of goods party whose performance is interfered with.and which by the exercise of reasonable diligence said party is unable to prevent 3.TITLE AND RISK OF LOSS. The title and risk of loss of the goods shall not pass to Buyer until Buyer 17 ASSIGNMENT-DELEGATION No right or interest N this contract shall be assigned or delegation of actually receives and takes possession of the goods at the point or points of delivery any obligation made by Seller without the written permission of the Buyer Any attempted assignment or 4 NO REPLACEMENT OF DEFECTIVE TENDER E%cry tcndaof delivery of goods must fully comply delegation by Seller shall be wholly void and totally inefketive for all purpose unless made let confotmitywith with all provisions of this contract as to time of delivery,quality and the like.If a tender is madc which docs not this paragraph fully conform.this shall constitute a breach and Seller shall not hate the right to substitute a conforming tender. 18 WAIVER. No claim or right arising our e f a breach of this contract can be discharged in whole or in part provided,where the time for performance has not yet expired.the Seller may reasonably notify Buyer of his intention to cure and may then make a confomting tender within the contract time but not afterwardby a waiver or renunciation of the claim or right unless the waiver at renunciation rs supported by consideration and is in writing signed by the aggricv-cd parry 3.INVOICES 8 PAYMENTS.a.Seller shall submit separate int Dices.in duplicate.one each purchase order or purchase release after each delivery. Invoices shall indicate the purchase order or purchase release 19. INTERPRETATION-PAROLE EVIDENCE. This writing, plus any specifications for bids and number and the supply agreement number if applicable. Invoices shall be itemized and transportation charges. performance provided by Buyer in its adcertisenent for bids. and any other documents provided by if any,shall be listed separately A copy of the bill of lading,and the freight waybill when applicable.should Seiler as pan of his bid.is intended by the parties as a final expression of that agreement and intended also be attached to the invoice Mail To.Accounts Payable.City of Lubbock.P.0. Box 2000.Lubbock.Texas as a complete and exclusive staemem of the terms of thew agreement %Vhenevra a tern defined by rhe 79437 Payment shall not be due until the above instruments are submitted after delivery. Uniform Commercial Code is used in this agreement,the definition contained in the Code is to control. 6.GRATUITIES. The Buyer may.by written notice to the Seller,cancel this contract without habilay to 20 APPLICABLE LAW This agreement shall be governed by the Uniform Commercial Code.Whcrcever Seller if it is determined by Buyer that gratuities.in the form of entertainment.gifts or otherwise.were offered the teem"Uniform Commercial Code"is used,it shall be construed as meaning the Uniform Commercial or given by the Seller,or any agent or representative of the Seller.to any officer or employee of the City of Code as adopted in the State of Texas as.effective and in force on the date of this agreement. Lubbock with a%ic%%to securing a contract or sawing favorable treatment with respect to the awarding or 21 RIGIIT TO ASSURANCE. %Vhenc%ci one party to this contract in good faith has reason to question amending.or the making of any determinations with respect to the performing of such a contract In the etemt the other pony's intent to perform he may demand that the other party Bice written assurance of his intim to this contract is canceled by Buyer pursuant to this provision.Buyer shall be entitled,in addition to any other perform In the event that a demand is made and no assurance is given within rice(3)days.the demanding rights and remedies,to recover or withhold the amount of the cost uncured by Seller in providing such gravities party may treat this failure as an anticipatory repudiation o f the contract 7.SPECIAL TOOLS&TEST EQUIPMENT if the price stated on the face hereof includes the cost of any 22 INDEMNIFICATION. Sella shall indemnify,keep and Sae'e harmless the Buyer,its agents.officials and special tooling or special test equipment fabricated or requiecd by Seller for thepurpose of felling this order. employees,against all injuries.deaths,loss.damages.claims,patent claims,suits.liabilities.judgments,costs such special tooling equipment and any process sheets related thereto shall become the property of the Solo and expenses.which may in anywise active against the Buyer in consequence of the granting of tlus Contract and to the extent feasible shall be identified by the Seller as suchor which may anywise resuh therefrom,whether or not it shall be alleged or determined that the act was 8 WARRANTY-PRICE.a. The price to be paid by the Buyer shall be that contained in Seller's bid caused through negligence or omission of the Seller or its employees.or of the subseller or assignee or its which Seller wawants to be no higher than Scller's current process on orders by others fur produce of the kind employees,if any.and the Seller shall,at his own expense.appear,defend and pay all charges of attorneys and specification cowered by this agreement for similar quantities under similar of like conditions and tttahods and all costs and other expenses arising theafrom of incurred in connection therewith.and.if any judgment of purchase. In the event Seller brcachus this%variant).the prices of the items shall be reduced to the shall be rcndarcd against the Buycr in any such action.the Scllcr shalt.at as own expenses.satisfy and Sella's current prices on orders by others,or in the alternative Buycr may cancel this contract without discharge the same Scllcr expressly understands and agrees that any bond required by this contract, or liability to Seller for breach or Seller'sacoal e.vpense b The Seller warrants that no person or selling agency athemise provided by Scllcr,shall in no way limit the(esponsihiht)to mdcmnify.keep and save harmless has been employed of tetaincd to solicit or secure this canner upon an agreement or understanding for and defend the Buycr as herein provided commission,percentage,brokerage,or contingent fee excepting bona fide employees of bona fide established 23 TIME. It is hereby expressly agreed and understood that time is of the essence for the performance of commercial or idling agencies maintained by the Sella fat the purpose of securing business. For breach of this contract,and failure by contact to nice,the time specifications of this agreement will cause Seller to vitiation of this warranty the Buyer shall have the right in addition to any other right of rights to cancel this be in default of this agreement contract withom liability and to deduct from the contract price,or otherwise recover without Lability and to deduct from the contract price.or otherwise rccowcr the full amount of such commission.percentage.brokerage '-4 MHE The City of Lubbock hereby notifies all bidders that in tegad to any contract cnlned into at contingent fee pursuant to this request,minority and women business entalmses will be afforded equal oppottunties to submit bids in response tee this imitation and will not be discriminated against on rhe grounds of tate,color. 9.WARRANTY-PRODUCT. Seller shall not limn or exclude any implied%%anantws and any attempt to do sex or natural origin in eonsida'ation for an a%%ard so shall render this contract voidable at the option of the Buyer Seller+%anants that the goods fwnished will conform to the specification,drawings.and descriptions listed in the bid in,itation,and to the sample(s)furnished 25 NON•ARBITRATION.7 he Cty reserves the right to exercise any right or remedy to it by law,contract, by the Seller,if any in the even of a conflict or between the specifications.drawings.and descriptions.the equity,of otherwise,including without limitation,the right to seek any and all forms of relief in a court of specifications shall got an.Not%vthstandmg any pro%isione;contained in the contractual agreement,the Sella competent jurisdiction Further,the City shall not be subject to an)arbination process prior to exercising represents and warrants fault-flee performance and fault-Oce resuh in the proecssurg date and date related data its unrestricted right to seek judicial remedy The remedies set f nihherein arc cumulative and not exclusive. (including.but not limited to calculating,emnparing and sequencing)of all hardware,software and firmware and may be exercised eoneunently.To the extent of any conflict between this provision and another pro%ison products delivered and sen ices provided under this Context.individually or in combination,asthe case may m•m'related to.this document,this pro%ision shall coal rol be fcem the effectite date of this Comma The obligations contained herein apply to products and scniccs 26.RIGHT TO AUDIT At any time during the term of the contract.or thereafter,the City.or a duly provided by the Seller,its sub-Sella or any third puny involved in the creation or dot elopmeni of the products outhorized audit rept escntative of the Cit%y or the State of Texas.at its expense and at reasonable tunes. and services o be delicercd to she City of Lubbock under this Contract Failure to comply with any of the resm es the right to audit Contractor's records and books relevant,o all services pro%ided to the C'rty under obligations contained herein.may result in the City of.Lubbock axailing itself of any of its rights under the this Contract In the event such an audit by the City reveals at..) errors or overpayments by she Cii). Iaw and under this Contract including.but not limited to.its right pertaining 10 lamination or default The Contractor shall refund the City the full amount of such overpayments within thirty (30)days of such warranties contained herein ate separate and discrete from any other warranties specified in this Contract. audit findings.or the City.at its option.resenas the right to deduct such amounts owing the City from any and are not subject to any disdauria of warranty.implied or expressed.or limitation of the Seller's liability payments due Contractor which may be specified in this Contract.its appendices,its schedules.its annexes or any document incorporated in this Contract by reference 27 HOUSE BILL 2013. House Bill 2013.signed by the Governor on June la,2013 and effective on January 1.2014.authorizes a penalty to be unposed on a person who contracts for certain services with a governmental 10 SAFETY WARRANTY. Seller warrants that the product sold to the Buyer shall conform to lire standards entity and who fails to properly classify their workers This applies to subcontractors as well.Contractors and promulgated by the U.S Department of Labor under the Occupational Safety and Health Act of 1970. In the subcontractors who fail to properly classify individuals performing work under a governmental contract will be event the product does not conform to OSHA standards.Buyer may return the product for conection or penalized S'_00 for each individual that has been misclassified.(Texas Government Code Section 215i.001) replacement at the Seller's expense In the cvent Seller fails to make the appropriate correction within a reasonable time.correction made by Buyer will be at the Seller's expense. 28.ASSIGNING OR SUBLETTING THE CONTRACT. The Contractor shall not assignor sublet the contract. or any ponion of the contract.without written cunscnt from the Director of Purchasing and Contract I I NO WARRANTY BY BUYER AGAINST INFRINGEMENTS. As pan of this contract for sale Seller Management. Should consent be given.the Contractor shall insure the Subcontractor or shall protide proof on agrees to ascertain whether goods manufactured in accordance with the specifications attached to this agreement insurance from the Subcontractor that complies with all contract Insurance requucments will give rise to the rightful claim of any third person by way of infringement of the like. Buyer makes no warranty that the production of goods according to the specification will not give rise to such a claim.and in no 29.HOUSE BILL 1293 DISCLOSURE OF INTERESTED PARTIES House Bill 1293.adopted by the 84th event shall Buyer be liable to Seller for indemnification in the dent that Seller is sued on the grounds of Legislature,created¢223:908.Texas Go%cemmcni Code,Section 2252.908 requires a business entity entering infringement of the like If Seiler is of the opinion that an infiingcment or the like will result.he will notify the into certain contracts with a governmental entity or state agency to file with the go%anmcntal entity or state Buyerio this effect in filing within two wccks attattic signingrifthis agreement If Buyer does not reccito agency a disclosure of interested parties at the time the business entity submits the signed contract to the notice and is subsequently held liable for the infringement or the like.Seller will save Buyer harmless If governmental cola) or state agency Instructions for completing Form 1295 are available at Seller in good faith ascenains the production of the goods in accordance with the specifications will result in lips'+%i%n•.ci lubbock t.x.us'departineny t(websi s dopa erten(s purchasing tendoUnfe enamor infringement or the like.the contract shall be null and void 30.CONTRACTOR ACKNOWLEDGES.by supplying any Goods or Sen aces that the Contractor has read. 12. NON APPROPRIATION. All funds for payment by the City under this contract are subject to the fully understands.and will be in full compliance with all terms and conditions and the descriptive material availability of an annual appropriation for this purpose by tyre City. In the event of nonappropriation of funds contained herein and any additional associated documents and Amendments.The City disclaims any terms and by the City Council of the City of Lubbock for the goods or services provided under the contract,the City will conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict terminate the contract,without termination charge or other liability,on the last day of the then-current fiscal between these terms and conditions and any terms and conditions provided by the Contractor.the terms and year or when the appropriation madc for the then-current year for the goods or Senices covered by this contract conditions provided herein shall prevail. The terms and conditions provided herein arc the final terms agreed is spent.whichever event occurs fust. if at any time funds are not appropriated for the continuance of this upon by the panics,and any prior conflicting terms shall be offers force or effect. contract,cancellation shall be accepted by the Seller on thirty(30)days prior written notice.but failure to give 31 By accepting this purchase order.the Vendor verifies that it does not Boyson Israel.and agrees that during such notice shat!be of no effect and the City shall not be obligated under This contract beyond the date of termination. the tern of,his Agreement(Contract as applicable)will not Boycott Israel as that term is defined in Texas Government Code Section 808.001.as amended 13.RIGHT OF INSPECTION. Buyer shall have the right to inspect the goods at delivery before accepting them. 14.CANCELLATION. Buyer shall have the right to cancel for default all or any pan of the undelivered portion of this order if Seiler breaches any of the terms hereof including warranties of Seller or if file Seller becomes insolvent or commits acts of bankruptcy. Such right of cancellation is in addition to and not in City of Lubbock,TX Replace Total Loss Police Patrol Sports Utility Vehicles ITB 19-14731-RR In compliance with the Invitation to Bid 19-14731-RR, 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. A bid will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate bids, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. The Invitation to Bid 19-14731-RR is by reference incorporated in this contract. The Bid Form must be completed in blue or black ink or by typewriter. Ite Qty. Unit of Description Extended **Delivery m (+/-) Measure *Unit Price Cost (Days) ARO Four Door, All Wheel Drive, Sport Utility 1. 6 Each Special Services Unit/ With Cargo Area -- SPEC #5735 Patrol Model Year, Brand :Name and Model Number: OPTIONAL: Unit Price Pre-wiring for grille lamp, siren, and speaker-Option 60-a Headlamp Housing—Option 86-p Tail amp Housing—Option 86-T t A0017 Police ron tai ousing immates t e need to drift or mo i y Housing assemblies; with incremental hole for side marker 1 i hts. 5 year/ 100,000 mile Bumper to Bum er with Zero e uctie Total $ 212,640.00/ *PRICE: F.O.B. Destination,Freight Pre-Paid and Allowed **ARO—After Receipt of Order City of Lubbock reserves the right to reject any or all bids, reject any particular item on a quote, and to waive immaterial formalities. Unless otherwise specified herein, the City may award the bid either item-by—item or on an all-or-none basis for any item or group of items shown on the bid. PAYMENT TERMS AND DISCOUNTS - Bidder offers a prompt payment discount of _°-o, 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 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 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 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. 5ES 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 obli ated, to purchase materials7services 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 respponsible for another governmental entity s debts. Eachgovernmental entity will order their own material s�servicc as needed. THIS BID IS SUBMITTED BY601 S. REEDS PRESTIGE FOR D corporation organized under the laws of the State V— GARLAND,W75041 ` of �C'il'Q./ ,or a partnership consisting of or individual trading as of the City of Firm: RANDALL REED'S PRESTIGE FORD Address: 3601 S.SHILOH RD GARLAND,TX 75041 City: State:_..._ Bidder acknowledges receipt of the following addenda: Addenda No. Date _ Addenda No. Date Addenda No. _ Date Addenda No. Date MIWBE Fir Woman Black American Native American Hispanic America Asian Pacific Ameri 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 Date: Autho zed Representative - must sign by hand y Officer Name and Title: �I1� �'C Please Print � Business Telephone Number Tp� drV-(`4 FAX: E-mail Address: />�<<✓' L @!�k oZ, �?�•Q7/ti( FOR CITY USE ONLY Bid Form Item Number(s)Awarded to Above Named Firm"Individual: Date of Award by City Council (for bids over 550,000): 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. CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR THE PURCHASE OF(6) FOUR DOOR,ALL WHEEL DRIVE,SPORT UTILITY SPECIAL SERVICES UNITIWITH CARGO AREA _ SPEC#5735-PATROL MAKE_ 2� MODE YEAR-bJ It is the intent of this specification,referenced documents,requirements and conditions sections to describe minimum performance requirements. The vehicle.equipment must meet or exceed the performance or constriction described herein.The vendor shall be required to mark compliance or non-compliance to each item description in the space provided.All equipment furnished as standard to the general public on the product by the inanufactuier shall be included,even when not specifically identified in this specification.Any deviations from the written specification,with date as shown in the Invitation to Bid(ITB)shall be noted on the attached Exceptions to the Specification.In order to receive full consideration,ITB res once n ust follow this specification and the ITB's terms and conditions. RANDALL REED'S PRESTIGefb�� tr VENDOR NAME: 3801 S.SHILOH RD PIIONE: P� GARLAND,TR 7 N0. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO This is for(6)all-wheel drive,Mid-size SUV, police / GENERAL package,Special Services Unit,(4)four door, utility vehicle with cargo area. I 3.3 liter V6,300 Horsepower a 6,500 RPM and 260 ft. ib ENGINE torque Q 4,000 RPM Z• TRANSMISSION OEM(6)six-speed automatic electronic with overdrive. 3. GVWR 6,300 tbs. 4. CURB WEIGHT 4,680 lbs. 5. FRAME Full perimeter steel,modular with hydro formed rails A. Wheelbase 112.6 inches EXTERIOR B. Overall length 197.1 inches 6• / MEASUREMENTS t✓/ C. Overall width 82.5 inches without mirrors and 90.2 with mirrors D. Overall height 69.2 inches E. Ground clearance 6.5 inches 7. REAR AXLE Heavy duty locking differential. 8. STEERING Electric Power Steering, OEM power assisted, tilt-wheel with column mounted gear shift lever. V BRAKES ABS,HEAVY DUTY ANTI-LOCK BRAKES;4-whe'I / 9 anti-lock fi•ont and rear disc with vacuum boost power v assist. Front suspension to be independent, single, coil-over- / 10. SUSPENSION shock with stabilizer bar.Rear suspension to be multi-link 1/ with coil springs with stabilizer bar. [I. COOLING OEM heavy-ditty high capacity radiator,with electric SYSTEM fans. NO. ITEM MINIMUM REQUIREMENT SELLER COMPLIANCE YES NO Eauxiliary ual-zone manual climate control with individual HEATING/AIR settings for driver and front passenger;includes 12. CONDITIONING rear air / oning and heat.Rear operated from front control (/ _ 13. ALTERNATOR 220-AMP 14. BATTERIES Maintenance free,cranking,750 CCA AUXILLIARY 50-AMP ignition and main power supply wiring at lower 15. POWER FRONT center of instrument panel.Two(2)50-amp battery ground v/ circuits Power distribution junction block. 16 AUXILIARY POWER REAR 50-AMP auxiliary power in cargo area. 17 SPOTLIGHTS POST MOUNT LED SPOT LAMPS ON DRIVER AN'D / PASSENGER SIDE. �/ 18. GROUND STUDS Two studs located in rear compartment near bottom of lift gate. 19 POWER OUTLETS Two located on front instrument panel and one in rear cargo area. LOCKOUT Prevents the power door locks from locking the driver's 20. PROTECTION door if the keys are left in the ignition. Manually lockable with engine running. 21. STABILITY CONTROL OEM Traction/Stability control 22. AUDIO OEM AM/FM stereo,with blue-tooth capabilities. 23 CRUISE Electronic with set/coast/accelerate:resume speed CONTROL functions. 24. FUEL TANK ---------------_-- — CAPACITY OEM Maximum capacity 25. WINDSHIELD /' WIPERS Intermittent,wet-arm with flat blade and pulse washers. V 26 WHEELS OEM 18" Wheels, 5 spoked painted black steel wheels with center caps 27. TIRES All(4)tour tires,Good Year,all season,P255r'60R 18 with speed rating(H).(Includes TPMS). DEFLECTOR Front underbody shield starting behind front bumper and 28. PLATES running to 2nd cross-member protecting front underbody and oil pan. - - - _- 29. FRONT, IJ — COMPARTMENT A. Head Room 41.4 inches S. Leg Room(Maximum)40.6 inches NO ITEM MINIMUM REQUIREMENT SELLER COMPLIANCE YES NO 30. REAR COMPARTMENT C. Head room 40.1 inches D. Leg room(Minimum)41.6 inches A. OEM-40/20140 front cloth fabric 31. SEATS B. Color:Black C. Rear standard cloth 60:40 split folding bench 32. CARGO AREA A. Cargo volume 133.2 cubic feet B. Cargo area height 46.6 Inches ✓ 33. INTERIOR LIGHTS A. Console overhead-map lights B. Dome lamps, cargo lamp with delayed entry feature and map lamps 34. EXTERIOR LIGHTS Daytime running lamps and automatic headlamp delete V EXTERIOR OEM mirrors shall be below eye level,both sides 35. MIRRORS equipped with remote controls,outside heated power- V/ adjustable,manual-folding,and color to be matte black. POWER OEM power windows and power door locks,door locks: WINDOWS AND power,non-programmable with lockout protection and 36. POWER DOOR automatic door locking and unlocking.Child safety locks LOCKS included in rear doors and hidden door lock pluggers and inoperable handles. REAR 37. LIFTGATE/LIFT Equipped glass with washer and wiper. GLASS V 38. REAR DEFOGGER Equipped with electric,rear window defogger 39. WINDOW Deep tinted all windows except light-tinted glass on GLAZING windshield,driver and front passenger side glass. V/ 40. KEY Four keys to be provided at time of delivery and(4) key fobs for keyless entry. ✓ Keyless entry remote fleet package to include(4)four remotes to be provided at time of delivery. With non- 41. KEYLESS ENTRY functional panic button. Stealth mode feature includes exterior lamps and horn disable,during remote start V/ feature running lamps will remain illuminated. REARVIEW Rearview camera with display in rearview mirror 42. CAMERA ✓ SPEEDOMETER/ A. 131 mph certified analog speedometer and (1) 43. CLUSTER one mph increments NO. ITEM MINIMUM REQUIREMENT SELLER COMPLIANCE YES NO B. Digital trip odometer vo C. Oil pressure f D. Volt meter E. Tachometer F. Engine temperature gauge G. Hour meter El- Driver information center FLOOR COVERING Black vinyl floor and load floor behind second row seats. Bidder shall furnish a written detailed explanation of the standard warranty. Shall include a listing of all covered components and a complete listing of exclusions in warranty with their bids. Warranty shall have a zero STANDARD WARRANTY deductible. A. Mileage B. Months Bidder shall furnish a written detailed explanation of the standard drive train warranty. Shall include a listing of all covered components and a complete listing of exclusions in warranty with their bids. Warranty shall STANDARD DRIVETRAIN have a zero deductible. WARRANTY A. Mileage /4w'awvd B. Months COLOR Black(Please sec attached paint scheme) ✓ OPTIONS ADDITIONAL Pre-wiring for grille lamp,siren,and speaker-Option 60-a MODIFICATION Headlamp Housing—Option 86-p Tail amp Housing—Option 86-T Police front/tail housing Eliminates the need to drill or modify Housing assemblies;with incremental hole for side marker lights. EXTENDED WARRANTY 1. 5 year 100,000 mile Bumper to Bumper with Zero deductible PROVIDE BUILD DATES IN SPACE BELOW BUILD DATE: MUST BE DELIVERED WITHIN I20-240 DAYS AFTER PURCHASE. / / MSO AND PAPERWORK Vehicle/equipment will not be accepted by the City of Lubbock without the MSO,all ke s,warranty,and all paperwork GENERAL REQUIREMENT AND INFORMATION Bidder shall submit with each bid,current printed literature and specification sheets on the unit offered in the response to solicitation. EXCEPTIONS TO THE SPECIFICATIONS of any items stated herein shall be fully described in writing by the bidding vendor in the space provided below. List items by item numbers. i LUBBOCK POLICE DEPARTMENT SUV PPV PAINT SCHEME o.r DOORS r WHITE P � F .w..�.rs.%i i HOOD r I ROOF N7 WHITE WHITE FY18-19 SUV PPV ITEM LOCATION COLOR • ► • L/R Front Quarter Paint on quarter panel to extend A Panels, Front/Rear Black upward stopping at the point bumpers where the A-pillar seam begins. Metal areas on all 4 B White Paintable surfaces only. passenger doors All passenger door Chandles If paintable, white. if not, black. Color to extend up to roof line on C D Rear Quarter Panels Black Pillar and across to top of A pillar. (Paintable surfaces only) Roof, white only between roof E Hood and Roof White channels. F Rear Lift Gate and Black spoiler 1 CERTIFICATE OF INTERESTED PARTIES '. FORnn 1295 101`1 i Complete Nos.1-4 and 6 it there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2019-505083 Randall Reed's Prestige Ford Garland,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 0611412019 being filed. City of Lubbock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 31045716 Police Patrol SUV 4 Nature of interest Nance of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Sarac,Admir GARALAND,TX United States X 1 5 Check only if there is No Interested Party. ❑ 6 UNSWORN DECLARATION My name is f, 1�� v �'` and my date of birth �is7d"0'7-1 ���� My address is v i`-'" //p � v J� C ci 0'7-1 (street) (city) (state) (zip code) (country) I declare under penalty ofperjurythat the foregoing is true and correct. ,-,y 1W ;P-x Executed in ` '� County, Stale of ��,on theA�-day o (month) (year) Sign ure of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.391`8039c CERTIFICATE OF INTERESTED PARTIES FORM 1295 10f1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2019-505083 Randall Reed's Prestige Ford Garland,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 06/14/2019 being filed. City of Lubbock Date Acknowledged: 06/17/2019 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 31045716 Police Patrol SUV Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Sarac,Admir GARALAND,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of ,20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.39MO39c