Loading...
HomeMy WebLinkAboutResolution - 2023-R0386 - PO 31075584, With Grapevine Dodge Chrysler Jeep Ram - 08/08/2023Resolution 2023-R0386 Item No. 7.18 August 8, 2023 12ESOLUTYON BE IT RESOLV�D BY TH� CITY COUNCIL OF TH� CITY OP LUBBOCK: THA"T the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Purchasc Order 31075584 for the purchase of Four (4) 3/4 Ton Pickups, by and between the City of Lubbock and Grapevine DCJ, LLC, of Grapevine, Texas, per ITB 23-17463-SB and all related documcnts. 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 Au�ust 8, 2023 __._ ATTEST: Courtney Paz, ity Secr ary APPROVED AS TO CONTENT: W � Brooke Witcher, Assistant City Manager APPROVED AS TO �ORM: Rachael Foster, s stant City Attorney ccdocs IIIRES.PO 31075584 Grapevine DCJ, LLC 7.3 I .23 ���� c;':';: �•�,�� City of � � PURCHASE ORDER ��Lubbock GRAPEVINE DCJ LLC TO: 2601 WILLIAM D TATE GRAPEVINE TX 76051 INVOICE TO: CITY OF LUBBOCK ACCOUNTSPAYABLE P.O. BOX 2000 LUBBOCK, TX 79457 Ordered 7/27/2023 Freight Requested 10/11/2023 Taken By Delivery PER B RODRIGUEZ REQ 60575 Page - 1 Date - 7/27/2023 Order Number 31075584 000 OP Branch/Plant 3526 CITY OF LUBBOCK � SI-IIP TO: FLEET SERVICES II 206 MUNICIPAL DRIVE LUBBOCK TX 79404 Ma� A arez, Director ITB 23-17463-SB Management SBALLANCE Ifyou have any questions, please contact Breana Rodriguez: BreanaRodriguez(Jnylubbock.us or 806-775-2374 Descri tion Supplier Item Ordered Unit Cost UM Extension Request Date 2023/2024 Dodge Ram 2500 4.000 53,216.0000 EA 212,864.00 10/11/2023 Ternis NET 30 Total Order 212,864.00 This purchase order encumbers funds in the amount of $212,864.00 awarded to Grapevine DCJ LLC of Grapevine, TX, on August 8 , 2023. The following is incorporated into and made part of this purchase order by reference: Quote dated July 25, 2023, from Grapevine DCJ LLC of Grapevine, TX. Resolution # 2023-R0386 CITY O OCK: Tray a e, Mayor ATTE : Courtney Paz, City Secretary Rev.3/2022 Seller and Buyer agree as follows: PURCHASE ORbER TERMS AND CONDITIONS STANDARD TERMS AND CONDITIONS ACCGPTANCG OF THIS PURCHASG ORDGR� CONTRACTOR ACKNOWLflDGHS. bv suoolvme anv Goads or Services ihat ihe Comracar hu read. fullv undersiands. and will be in full camoliance wiih all tertns and condi�ions and the deunouve maienal comamed hercm and anv additional associa�eJ documents and Amendmems. The Crtv disclmms am terms and condi4ons orov�ded bv �he Contracior unless aereed uoon in wriiine bv �he oames In �he event of con0ict betwmn ihe Qro's iemis anJ c ndiii and an �erms and condi�ions rovided b �he Contractor the �ertns and condi�i n rovided herein hall Qrevail. The ier� and condi�ions provided herein arc the final lertns a r� upon bv the panies, and anv orior con0ictine �emu shall be of no force or eReci. I. SELLER TO PACKAGG GOODS. Seller will package goods in accordance with good commercial praciice. Gach shipping container shall be clearly and permanently markeJ as follows (a) Seller's name and addras, (b) Consignee's name, address and purchase order ur purchase release number and the supply agreemem number if applicable, (c) Container number and tomi number of coniamers, e.g. boz I of 4 boxes, anJ (d) the number of ihe cumainer bearing the packing slip. Seller shall bear ms� of packaging unless a�herwiu provided. Goods shall be suiiably packed �o secure lowest vanspona�ion cosls and �o conform wiih requirements of comrtan carriers and any applicable specificalions. Bu}er's counl or weight shall be final and conclusive on shipmems noi accompanied by packing lists. 2. SHIPMGNT UNDGR RGSGRVATION PROHIBITGD Selkr is �wt aWhorued to ship the goods under reserva�ion and no �ender o(n bill of lading will operaie as a iender o(goods. 3. TITLG AND RISK OF LOSS. The iitle and risk of loss of �he goods shall not pass �o Bu�er until Buyer acmally rcceives and iaka possess'wn of ihe goods at Ihe point or points of delivery. 4. NO RC•PLACGMENT OF DGFGCTIVG TGNDGR. Gvery tender o(delivery olgoods musi (ullycomplywithall provisions of this conlracl as to time o(delirery, quality anJ the like. If a lender is made which does not fully conform, this shall consli�ute a breach and Seller shall no� have the ngh� �o subslitwe a rnnforming tender, pmvided, where �he time for performance M1as not yet exp'ved, ihe Seller may reasonably noiify 6uyer of his imentiun io cure and may �hen make a conforming tender within �he contrac� iime but not allenvard. 5. INVOICES & PAYMGNTS. a. S e I I e r shall submit upara�e im�oices, in duplicate, one each purchau order or purchase release afler each delivery. Invoices shall indicale �he purchase order or purchase release number and the supply agreemem number i( applicable. Invoices shall be itemi�ed and tmnsponaiion charges, if any, shall be listed separa�ely. A copy of �he bill o( lading, and the Ge�gh� waybill when applicable, should be auached io �he invoice. Mail To: Accounts Payable, City of Lubbock, P. O Box 2000, Lubbock, Texu 79457. Payment shall no� be due un�il ihe above insuumems are submined atler delivery 6. GRATUITIES. The Buyer may, by written notice io the Seller, cancel �his contraci without liabiliry to Selkr if it is de�ermined by Buyer �hat gratuities, in the form of entenainmeni, gifls or otherwise, were ofTered or given by �he Seller, or any agem or representa�ive of the Selkr, �o any omcer or employxe of the City of Lubbock with a view to ucuring a contracl or ucuring favorabk treatmem with respeci io ihe awarding or amending, or �he making of any determinations with rapea to ihe performing of such a contract. In �he event �his convac� is canceled by Buyxr pursuani �o this provision, Buyer shall be entitled, in addiiion to any other rights and remedies, to recover or wiihhold ihe amount of the cost incurted by Seller in providing such graiui�ies. 7. SPECIAI. TOOLS & TEST EQUIPMGNT. If the price sia�ed on the face hereof includes the cost of any special �ooling or special �est equipmeni fabricated or requ'ved by Seller for the puryose of filling �hic order, such special tooling equipment and any process sheets relaied there�o shall become the propeny of the Buyer and �o �he exunt feasible shall be idemified by �he Seller as such. 8. WARRAN7'Y-PRICE. a. The price �o be paid by the Buyer shall be ihat contained in Seller's bid which Seller warranis io be no higher �han Seller's curreni process on orders by others for producLs o( the kind and specification covered by this agreemen� !or similar quamities under similar of like condi�ions and methods of purchaze. In the event Seller breaches this warranty, the prices o(the nems shall be reduced w �he Seller's current prices on orders by o�hers, or in �he ahema�ive. Buyer may cancel this comrac� wi�how liabili�y w Seller for breach or Seller's actual expense. b. The Seller warrams �hai Iro person or xlling agency has been employed or re�ained to solicil or securc this contract upon an agreemem or mderslandmg for commission, percenlage, brokerage, or coniingent ke ezcepiing bona fide employees of bona fide a�ablished commercial or selling agencia maintained by the Seller for ihe purpou o(ucuring business. For breach of viciaiion of th�s warramy ihe Buyer shall have the righi in addi�ion �o any other righ� of rights io cancel ihis comraci withow IiabJny anJ io deduct Gom the convact price, or o�henvise recover wi�hout liability and to Ja1uc1 from the conlract price, or oiherwise recover �he (ull amount of such commission, percentage, brokerage or contingmt &e. 9. WARRANTY•PRODUCf. Seller shall not limn or exclude any implied wartan�ies and any auemp� �o do so shall render �his con�raci voidable ai the op�ron of the Buyrr Seller warranis ihat �he goods (umished will conform to ihe specificatan, drawings, and descrip�ions lis�ed in �he bid mvna�ion, and �o ihe sample(s) fumished by the Seller, if any. In ihe even� of a conilict or between �he specifica��ons, dmwmgs, and descrip�ions, the specifica�ions shall govem. No�wi�hs�anding any provisions contained in �he contractual agreement, �he Seller represents and warran�s fault•Gee perfortnance anJ fault-free rcsuh in �he processing daie and date relaieJ data (including, but no� limited to cakulating, comparing and sequencing) of all hardware, so(lware and firmware products delivered and xrvices provided under �his Convac�, individually or in combina�ion, as the caze may be Gom �he el%ciive da�e o( �his Convac�. The obligalions contained herein apply to produas and services provided by �he Seller, iis sub- Seller or any third pany involved in ihe crca�ion or devebpmem of the products and servitts to be delivered to the City of Lubbock under ihis Contraa. Failuro to comply wiih any of �he obhgations comained hercin, may rcsul� in �he Ciiy of Lubbock availing itsel( of any of iis rights under the law and under ihis Comrac� including, bw noi Iimi�eJ io, iis right peNaining to ierminalion or defaul�. The warranties contamed herem are separa�e and dicereie Gom any olher warraNies specified in this Commct, and are �w� subject to any disclaimer of wartamy, implied or expressed, or limitation of ihe Seller's liabiliiy which may be specified in �his Contract, ns appendices, i�s uhedules, iis annexes or any document incoryorated in this Comlac� by rekrence. 10. SAFETY WARRAN7'Y. Seller warrants ihai the product sold to �he Buyer shall conform to the standards promulgated by �he U. S. Depanment of Labor unJer �he Occupational Sakiy and Heallh Ac� 0(1970. In the even� �he producl does not conform to OSHA standards, Buyer may rc�um �he product for cortection or replacemeN at �he Seller's expense. In the event Seller fails to make the appropriaie conection wiihin a reawnable �ime, cortection made by Buyer will be at the Seller's expense. 1 I. NO WARRANTY BY BUYGR AGNNST MFRMGGMGNTS. As pan of this coniract for sale Seller agrees to auenain whe�her goods manufacwred in accordance wnh the specifica�ionc auached to �his agreement will give riu w ihe rightful claim of any third permn by way of mfnngemem of �he like. Buyer makes no wananry tha� Ihe produc�ion of gooJs according io the specificu�ion wdl nol grve rise io such a claim, and in no event shall Buyer be liable to Seller for indemnification in the evem that Seller is sued on �he gmunds of inGingement of the like. If Seller is of �he opinion iha� an inGingemm� or the like will resul�, he will miify �he Buyer io ihis eliec� in wriiing wi�hm two weeks afler ihe signing of ihis ngrcement. If Buyer does not receive frotice and is subsequently held liable for the inGingement or the like, Seller will save Buyer harmless 1( Seller in good faith ascenairts �he production of �he goods in accordance with �he specifications will resuh in inGmgemeni or ihe like, the controc� shall be null and vo�d. 12. NON MPROPRIATION. All funds for paymem by �he Cny unJer �his conlract are subjec� �o Ihe availabiliiy of an annual appropriaiion for ihis puryose by �he Ciry. In �he event of nonappropria�ion of funds by ihe City CouncJ of ihe Ciiy of Lubbock for �he goods or services provided under the contrac�, the City will terminate the con�mc�, wnhout lemiina�ion charge or other liabiliiy, on the las� day of �he ihen-cunenl fiscal year or when the appropriation made for Ihe �hemcurteni year for the goods or servias covered by �his coniraci is speni, whichever eveni ocwrs first. If m any lime funds are not appmprialed for �he conlinuance of this comraci, cancella�ion shall be accep�ed by �he Seller on thiny (30) days prior wriuen notice, bw failure to give such noiice shall be of no e(T'eci and the Cuy shall no� be obligated under this comran beyond �he da�e ol�ertnination. 13. RIGHT OF INSPGCTION. Buysr shall have �he right lo mspect �he goods at delivery before accep�ing ihem 14. CANCGLLATION. Buyer shall have ihe right to cancel (or default all or any pan of �he undelivercd ponwn of �his order if Seller breachu any of the lmns hereof including wartamies of Seller or if �he Seller becomes inwlveN or commits acis o(bankluptcy. Such righi ofcancellation is in addition �o and not in lieu of any o�her remedies which Buyer may have in law or equiiy. I5. TGRMINATION. The performance of work under this order may be ierminaied in whole, or in pan by ihe Buyer m accordance with �his provis�on Termmaiwn uf work hereunder shall be effecied by the dehvery of �he Seller of a"Nouce of Terminaiion" specdymg �he extem to which perform�nce of work umler �he order a iermmated and the date upon which such �ermmauon becomes eli'ecuve Such ngh� or termmauon �s m addmon io and noi m heu o(ihe nghts of Buyer sei fonh in Clause 14, herem 16. FORCG MAIGURE. Nei�her pany shall be held responsible for lusses, resuhing i(ihe fulfillmem o( any temss of pmvisions of �his commet is delayed or prevemed by any cause noi wi�hin the comml of the pany whou perfomwnce is iniedered wiih, and which by �he exercise of reasonable diligence said pany is unable to prevent 17. ASSIGNMGNT•DGLHGATION. No righi or interest in this contract shall be acsigned or delegatwn of any obligatan maJe by Seller withow the wriuen pemiission of the Buyer. Any attempted assignment or delegatwn by Seller shall be wholly void and totully ineffec�ive for all pwpose unless made in conformity wi�h ihis paragraph IN. WAIVHR. No claim or righ� arising out o(a breach of �ha contrac� can be discharged in whole or m pan by a waiver or renunciation of �he claim or righ� unless the waiver or mnunciation is supponed by cons�deratwn anJ a in writing signed by the aggrieved pany. 19. INTGRPRGTATION•PAROLG GVIDGNCG This wri�ing, plus any specificauons far bids and performance provided by Buyer in its advertisement for bids, and any other documenis provided by Seller u pan of h�s b�d, is intended by �he panies as a final expression o( iheir agreemem and iniende�i also as a comple�e and exclusrve stammenl of ihe ttt� of �he'v agreement. Whenever a �emi defined by �he Uniform Commercial Code is used m tha agreemem, �he definition contained in ihe Code is �o mntrol. 20. APPLICABLG LAW. This agreement shall be govemed by ihe Uniform Commercial Code Wherever the tefm "Uniform Commercial Code" is useel, ii shall be consuucd as meaning the Uniform Commercial Code ac adopted m Ihe $lale of Texaz as effective and in force on Ihe da�e of Ihis agreemenl. 21. RIGHT TO ASSURANCE. Whenever one pany �o �his conirac� in goad fai�h has reason to quesnon the other party's intent io perfortn he may demand �hai ihe o�her pany give wriuen assurance of his imem �o per(orm In ihe event thai a demand is made and no assurence is given wi�hin five (5) days, �he demanding pany may trea� ih�s failure az an an�icipatory repudiation of the comrnct. 22. INDGMNIFICATION. Seller shall indemnify, keep and sare hamiless ihe Buytr, its agents, officials and employces, against all injuries, deaths, loss, damages, claims, paien� claims, suits, I�abili�ies, judgmen�s, cosis anJ expenses, which may in anywise acerue against ihe Buyer in conuquence of �he granting of th�s Convac� or which may anywise resuh thereGom, whether or nol it shall be alleged or determined ihal Ihe aci was caused �hrough negligence or omission o( the Seller or iis employea, or o( �he subSeller or assignee or its employea, i( any, and �he Seller shall, a� his own expense, appear, defend and pay all charges o( attomeys and all cos�s and other expenses arising �hercGom of incurred in connec�ion �herewiih, and, i(any judgment shall be rcndered agains� �he Buper in any such action, the Seller shall, a� i�s own ezpenses, saiisfy and diuharge �he same Seller expressly unders�ands and agrees that any bond rcquireJ by �his conuact, or oiherwise provided by Selkr, shall in no way limii ihe respontibilrty to indemnify, keep and snve harmless and defend �he Buyer at herem provided. 23. TIMG It is hereby expressly agreed and undersiood �hat �ime is of the essence for the perlormance of �his comracl, and failure by contraci to meel ihe iime specifications o( �his agreement will cause Seller to be in default of this agreemem. 24. MBE. The City of Lubbock hereby no�ifies all bidders ihat in rcgard �o any contraci entered imo pursuant �o �his requesi, minority and women business enterprises will be alTorded equal opponuni�ies to submit bids in raponce �o �his invna�ion and will no� be diuriminaied against on ihe grounds of race, color, sex or na�ural arigin in considerauon for an award. 25. NON-ARBITRATION. The Ci�y reserves the righi �o exercise any right or remedy to it by law, contrac�, equily, or oiherwiu, mcluding wiihout limiia�ion, the right to seek any and all forms of rel�ef in a coun of compe�eni jurisdiction Funher, �he City shall noi be subject to any arbilration process pnor to exercising its unrcsuicted righ� to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrenily. To �he exien� o(any con0ic� between this provision and ano�her pmvision in, or rcla�ed to, Ihis documem, �his provis�on shall coNrol. 26. RIGHT TO AUDIT. At any time during �he term of �he contraa, or �hercaRer, �he City, or a duly awhoraed audit repraemative o( �he Ci�y or �he Siate of Texaz, a� iis expenu and at reazonable �imes, reserves �he righ� �o audit Convacbr's records and books rdevani to all services provided to ihe Ci�y under �his Contract. In �he eveni such an audi� by ihe Cay reveals any enors or overpayments by �he Ci�y, Contrac�or shall refund the Ciry the full amouni ofsuch overpaymenis within thiny (30) days of such audit findings, or �he City, at its opiion, reserves the right �o deduct such amounts owing the City Gom any paymems due Contractor. 27. The Conlrac�or shall not auign or suble� the contrac�, or any ponion of �he conlracl, wiihow writtem m�xnt Gom Ihe Dveclor of Purchasing and Conlract Management. 2R. Contraas wiih Compania Gngaged in Business with Iran, Sudan, or Fore�gn Tertoris� Organizauon Prohibned Pursuant �o Seaion 2252.152 of the Texaz Govemment Code, prohibiis the Q�y Gom encering into a coniract w nh a vendor �hat �s identified by The Comp�roller as a company known to have contracts wuh or provide supphes or service wiih Iran, Sudan or a(oreign terrorist organizaiion 29. Texas Govemmem Code. Seclion 2252.90R rcqu'ves a business enlity emenng into cenain contrac�s with a govemmenial eNity or siate agency to fi le wiih �he govemmen�al eniity or s�ate agency a disclosure of interesied paN�es ai �he ume the business emiiy submiis ihe signed convact a the govemmemal enury or staie agenry. Insuucuons for completmg Form 1295 are available a�: hupJ/www.ci.lubbock.tx.us/denanmenial• w'ebsi�esfdenarlmenls/nurchasine/ve�or-in fortnal ion 30. No Boycou of Ismel. Pursuam to Sec�ion 2271.002 of the Texaz Governmem Code, Respondem cemfies �hai either (�) n meets an exemption cri�eria under Section 2271.002; or (ii) ii does noi boycott Israel and will not boycon Israel dunng ihe �em of the comract resuhing Gom this solicita�ion. Respondem shall staie any fnets �hal make tl exempt Gom �he boyca� cenifica�ion in ils Responu. 31. No Boycou of Gnergy Companies. Pursuant to Section 2274 of the Texas Govemment Code, Respondent cenifies that either (i) it meets an exempiion cri�eria under Sec�ion 2274.002; or QQ n does noi boycou Gnergy Cortq�ames and will not boywu Energy Compnnies during Ihe �erm of �he con�ract rcsuhing Gom this whcnauon Respondent shall state any facts ihat make ii exemp� Gom �he boycott cenificauom m �s Response. 32. No Boycou of a Firearm Emity or Firearm Trade Asmciation. Pursuant lo Secuon 2274 of the Texas Govemmrni Code, Respondent cenifies thal eiiher (i) il mee�s an exempiion cnteru under Seciion 2274 002; or (ii) ii does no� boycott a F'vearm Gniity or F'vearm Trade Associaiion and will not boycotl a Firearm C•nlity or Fvearm Trade Association during the �ertn of the contraci rcsuhing Gom �his solicitauon. Responden� shall sta�e any facts ihat make �� exempi Gom the boycott certification in its Raponse. 33 Conlracts wi�h Companies Gngaged in Dusiness wi�h Iran, Sudan, or Forc�gn Tertoris� Organ�eauon Prohibited Pursuam lo Section 2252.152 of �he Texas Govemment Code, pmhibiis �he Ciry Gom enuring m�o a contract wnh a vendor ihai �s idemified by The Compiroller as a co�any known to have convacts with or provide supphes or serv�ce wnh Iran, Sudan or a foreign �errorist organrzaiion 34 TLXAS PUBLIC INFORMATION AC'T. The requiremenis of Subchap�er 1, Clwpier 552, Govemment Code, may apply io this contact and ihe conlracbr or vanlor agrees �ha� the contrac� can be �ermina�ed dihe contrac�or or vendor knowingly or imemionally fails �o comply wi�h a requiremem of �ha� subchapter. 35 Pursuam io Section 552.101(c) of �he Tezas Govemmem Code, the Cny o( Lubhock has designa�ed �he followmg ertu�l address (or which public informa�ion requesis may be made by an emaded requese Qrrlii,mvlubbock.�s Please und this request to this email address for it to be procesud RGV 3�2022 City of Lubbock, TX Purchasing and Contract Management Vendor Acicnowledgement Form In compIiance with the Invitation to Bid, the undersigned Bidder having examined the Livitation to Bid, instructions to bidders, General Conditious of the Agreement, Specifications, and being familiar with the conditions to be met, hereby submits the following bid for fumishing the material, equipment, labor and everything necessary for providing the items listed and agrees to deliver said iteins at the locations and for the prices set forth on the bid form and/or the bid table associated with this bid. 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 inegularities of any kind. The Invitadon to Bid is by reference incorporated in this contract. Where applicable, prices are quoted as: F.O.B. Destination, Frcight Pre-Paid and Allowed Where applicable, delivery ciays are: Days After Receipt of Order (ARO) Uniess otherwise specified herein, t�te City may award the bid either item-by--itertt or on an al[-or- none basis for any item or group of itcros shown on thc bid. The City of Lubbock is seeking a coatract for with one or more contractors. In order to assure adequate coverstge, the City may make multiple awards, selectiug multiple vendors to provide the products desired, if multiple awards are in the best interest of the City. A decision to make a multiple award of this Bid, however, is an option reserved by the City, based on the needs of thc City. PAYMENT TERMS AND DISCOUNTS - Bidder affers a prompt payment discount of �%, net 3 0_ calendar days. Discounts will not be considered in determiniug low bid. Un[ess otherwise indicated on tbe 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 wili not be considered. MOST FAVORED PRICING: The Bidder certifies that the price quoted is not in excess af the lowest pcice chazged anyone e1se, including its most favored 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 tind 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 pzice(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 uiterlvcal 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 Politica! Subdivision orders in addition to ozders from the City of Lubbock. Should these other governmental entities decide to participate in this contract, wouId you (the bidder) agree that all terms, conditions, specifications, and pricing would apply? The City of Lubbock ITB 23-17463-SB Four (4) 3/4 Ton Pickups Bid Form Total Cost Location Quantity # Items (+/-) UOM Brand €� 1-1 3�4 Ton, Extended Cab, 4x4 - as specified 4 EA Ram �?-{— - —3+4� Exte+}de�sb; 4m� as-�eei�xc�i - �'� — - f:�r - --�atn— #3- l Power Package 4 EA Ram #3-2 Towing Package 4 EA Ram Grapevine DCJ, LLC $408,496.00 Grapevine, TX Delivery Unit Days Total Price ARO Cost $53,216.00 lOd-SOd $212,864.00 - �r48,�[3[�— -1{� - �-�45;Cr3�-4]B - $0 lOd-SOd $0 $0 10 $0 Other governmental entities that might have interests en this cantract are Frenship Independent School District, Labbock Housing Authority, Lubbock County, Lubbock County Hospitai District, Lubbock Independent School District, South Plains Association of Governments, City of Texarkana, Texas Tech University, West Texas Municipal PowerAgency, 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 soiicitation. All purchases by governmental entities other than the City of Lubbock wilI be billed directly to that governmental entity and paid by that govemmental enrity. City of Lubbock will not be responsible for another governmental entity's debts. Each governmental entity will order their own materials/service as needed. ADDENDA Bidder acknowledges receipt of addenda issued in regard to this solicitation: Addenda No. Date� Addenda No. Date ' �` Addenda No. Date Addenda No. Date INSURANCE REQUIREMENTS I, the undersigned Bidder certify that the insurance requirements contained in this bid document have been reviewed by me and my In.surance AgeatBroker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certifcate to the City meeting all of the requirements defined in this bid. If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City o£ Lubbock at (806) 775-25'72. SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A 102 Common Rule and OMB Circular A-1 I a) prohibits non-Federai entities from contracting with or making sub-awards under covered transactions to parties that are suspended or debarred or wliose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non-procurement transactions (e.g., sub-awards to sub- recipients). Contractors receiving individual awards of $25,000 or more and all sub-recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named beiow, certify that neither this firm nor its principals are suspended or debarred by a Federai agency. TEXAS GOVERNiVIENT CODE SECTION 2Z52.152 The undersigned representative of tiie undersigned company or business, being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the Iisting of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I furiher certify that should the above-named company euter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas, which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Lubbock Purchasing and Contract Department. TEXAS GOVERNMENT CODE SECTtON 2271.002 Company hereby certifies the folIowing: 1. Company does not boycott Israel; and 2. Company will not boycott Israel during the term of the contract. The following definitions apply ta this state statute: (1} "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inftict economic hacm on, or Iimit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes; and (2) "Company" means an organization, association, corporation, partnership, joint venture, iimited partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary, majority-owned subsidiary, parent company, or affiliate of those entities or business associations that exists to make a profit. This Certitication is reqaired from a Compuny if the Company has ]0 or more full-Hme employees and the contract for goods oc services (which inciudes coniracts formed through purc6ase orders) has a value of $100,000 or more that is to be paid �vbolly or pariiy from public funds of the governmental entity. TEXA3 GOVERNMENT CODE 2274 ' By enteting into this Agreement, Contractor verifies that: (1) it does not, and will not for tE�e duration of the contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade associaiion or (2) the verification required by Section 2274.002 of the Texas Government Code doe� not apply to the contract. If Contractor is a company with 10 ar more full-time employees and if this Agreement has a value of at Ieast $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not have a practice, poGcy, guidance, or directive that discriminates against a frearm entity or firearm trade association; and will not discriminate during the term of the contract against a fireatin entity or firearm trade association. Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott energy cornpanies or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not boycott energy companies; and will not boycott energy compAnies during the term of the Agreement. This verificarion is not required for an agreement where a governmental entity determines that these requirements are inconsistent with the governmentat entity's constitutional or statutory duties related to the issuance, incurrence, or management of debt obligations or the deposit, custody, management, borrowing, or investment of funds. FEDERAL AND STATE SAFETY REGULATIONS Contractor shal[ comply with all federal and state safetyregulation including but not limited to Occupational, Safety and Health Administration {OSHA) and the Department of Workforce Development (DWD) regulations. This agreement includes incorporation of Federal Transit Administration (FTA) Terms. The preceding provisions include, in part, certain Standard Ternas and Conditions required by the Department of Transportation (DOT}, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1F, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shalI be deemed to contral in the event of a conflict with other provisions contained in this agreement. The Contractor shall not perform any act, fail to perfarm any act, or refuse to comply with any requests which would cause Bus to be in violation of the FTA teims and conditions. All Environmental Protection Agency (EPA) rules and reguIadons must be followed by the Contractor. MASTER AGREEMENT For Federal Transit Administration Agreements authorized by 49 U.S.C. chapter 53, Title 23, United States Code (Highways), the Safe, Accountable, Flexible, Efficient Transportation Equity Act: A Legacy for Users, as amended by the SAFETEA-LU Technical Corrections Act of 2008, the Transportation Equity Act for the 21st Century, as amended, the National Capital Transportation Act of 1969, as amended, the American Recovery and Reinvestment Act of 2009, Pub. L. 111-5, Febnaary I7, 2009, or other Fecieral Iaws that FTA administers. https://w�vw. transit.dot. � vifunding/�rantee-res�urces/sample-fta-agreements/fta-grant-agreements The Master Agreement can be found in its entirety on the City of Lubbock website ww�v.ci.lubbock.tx.us INCOMPLETE INFORMATION Failure to complete or provide any of the information requested in this Request for Proposal, including references, andlor additional information as information as indicated, may results in disqualification by reason of "non-responsiveness". CONTRACTOR ACKNOWLEDGEMENT ln comptiance with this solicitation, the undersigned bidder, having euamined the bid documents, instructions to bidders, documeats associated with the invitation to bid, and being familiar with the conditions to be met has reviewed the above information regarding: � • Insurance Requirements • Suspension and Debarment Certification � Texas Government Code Section 2252.152 • Texas Government Code Section 2271.002 • Texas Government Code 2274 • Federal and State Regulations • Master Agreement 5UBMISSION INFORMATION An individual authorized to bind the company must sign the following section. Failure to execute this portion may result in bid rejection. THIS BID IS SUBMITTED BY �so,(1�,.� :..a �vs Z.L.� a 4 corporation organized under the laws of the State of 1 �sC 6,-s , or a partnership consisting of or individuaI trading as of the �ity of �p� �a. , i � Tax ID No.: Z� r b�S� � 7� O Address: �6 a � l.� � l \ : �.�.-- ` ( �"� City: ��.r�o{�a� �...�.. ,_ State: � yc Zip: �? 6 e.s' � MlWBE �J� Please complete the information below. Date: ?''ZL � Attthorized Represerrtative - must sign by hand Officer Name and Title: ��� �= s��m�.- e-� �� � et�' 'V� Q�'�' Business Telephone Number �i � �% `' `f � d ^ �?�( � FAX: �� E-mail Address: �'rk 0+�n 0.-3 C� 4 r�� i� e� e�. � o f� y � �z � �o o�aF, � M O � `o F o � � Q � M � N v Q U � u o p� F w .] ��„ `� F°. U Z � O v z .� � � a, o g >aa o�soaa > � `O L 3 � '' � E o � =T oc � a U � .� e. .e e F � m Vy F V �.i a x �' �, Op� ^�io�"' � °°d U � � Q � y ^ � ; N U t � V " u 'a o � 4 y 7 � m a " �U F U .�]oX r TO 0 � � � G Q w v > s °O c 0 W �i � "' u .a V >a a 00 oC U ° � W 0; o ; �` F � a + a `� o � �� � N 1' 00 � � o � � l v � a a � � Y �� � � � � � �. I v � �v v �.° � 4°. 4°. p � �6�9 W O M N O � N N RJ 69 Ih N � N a I h � �� � r, � � o � �: � � � c�e � a m � �� � � �� x N � N � � ��I �I � o o I�o— o d o 0 o vi vi �o N � � � � � A � ot ' c� a' a' I w , u�,� u¢i u¢i I v � v v � �a a � A �U u � v � i �(� c d N� � � 6� �I i ��� � � � A X Y A m a a � C a° I-° — N � � CERTIFICATE OF INTERESTED PARTIES �oaM 1295 lofl Complete Nos. l- 4 and 6 ii there are Interested parUes. OFFlCE USE ONLY Compfete Nos. l, 2, 3, 5, and B if there are no interested partfes. CERTIFICATION OF FILHVG 1 Name of business entity 81ing lorm, and the city, atate and country of the business entity's place Certiticste Number: � of buslness. 2023-1054488 GRAPEVINE DCJ, LlC , GRAPEVINE, TX United States Date Filed: ' 2 Name o governmenta en or state agency t at s a party to e connact for whic the form s 08/02/2023 being flled. CI1Y OF LUBBOCK Date Acknowledged: g Provide the identiflcation number used by the governmental entity or state agency to track or ident(ty the contract, and provide a descriptfon of the servicea, goods, or other property to be provided under the contract. PO 31075584 Four (4) 3/4 Ton Pickups a Nature of imerest Name oi Interested Party Clty, State, Cauntry (place ot business) (chack applfcable) Controllfng Intermedfary BUEHLMAN, BRANDON GRAPEVINE, TX United Sfates X 5 Check only if there is NO Interested Partyr. ❑ • 8 UNSWORN DECLARATIOPI •S�CIP♦ ♦ My address Is �6 S � 1,�: l� :.n_....�~� , l9 @ ,..� �,� �BS { . {.,Q��,. (sueat) (dt ) (state) (zlp oode) (eountry) I dedare under penalty of perjury that the foregang is true and carrect , �-� � �•.--' Executed in f c�� � County, State o( on the� ^—day of 20�. ( nth) � (yeerj G_ Stgnature o ed agent of cantracting bustness entlry (oeclerant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.39e6f620 CERTIFICATE OF INTERESTED PARTIES FORnn 1295 lofl Complete Nos. i- 4 and s if there are interested parties. OFFICE USE ONLY Complete Nos. i, 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 Certifcate Number: of business. 2023-1054488 GRAPEVINE DCJ, LLC GRAPEVINE, TX United States Date Filed: 2 Name of governmental entity or state agency that is a parry to the contract for w ich the form s 08/02/2023 being filed. CITY OF LUBBOCK Date Acknowledged: 08/02/2023 3 Provide the identification number used by the govemmental entity or state agency to track or identity the contract, and provide a description of the services, goods, or other property to be provided under the contract. PO 31075584 Four (4) 3/4 Ton Pickups 4 Nature of interest Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary BUEHLMAN, BRANDON GRAPEVINE, 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 , , , (sUeet) (ciry) (state) (zip code) � (country) I declare under penalry of pery'ury that the foregoing is true and correct. Executed in Counry, 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 V3.5.1.39e6f620