HomeMy WebLinkAboutResolution - 2022-R0339 - PO 31067663 with Lubbock Truck Sales 8.9.22Resolution No. 2022-RO339
Item No. 6.11
August 9, 2022
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
and on behalf of the City of Lubbock, Purchase Order No. 31067663 in accordance with ITB
16651-SB for the purchase of a Tandem Axel Diesel Crew Truck, by and between the City
Lubbock and Lubbock Truck Sales, Inc. of Lubbock, Texas and related documents. &
Purchase Order is attached hereto and incorporated in this resolution as if fully set forth hen
and shall be included in the minutes of the City Council.
Passed by the City Council on August 9, 2022
ATTEST:
Jpv")c
Rebe a Garza, City Secret
APPROVED AS TO CONTENT:
`-C
Erik Rejino, Assistant City Manager
APPROVED AS TO FORM:
Leisure, Assistant City Attorney
ccdocs/RES.PurchaseOrd 31067663 Tandem Axle Diesel Crew Truck
7.21.22
PURCHASE ORDER
ubb
TEXAS
LUBBOCK TRUCK SALES INC
TO: 1801 E SLATON HWY
LUBBOCK TX 79404
Page -
Date -
Order Number
Branch/Plant
1
7/19/2022
31067663 000 OP
3526
CITY OF LUBBOCK
SHIP TO: FLEET SERVICES
206 MUNICIPAL DRIVE
LUBBOCK TX 79404
INVOICE TO: CITY OF LUBBOCK
ACCOUNTSPAYABLE
P.O. BOX 2000
LUBBOCK, TX 79457 BY:
Marta Director of Purchasing & Contract Management
Ordered 7/19/2022 Freight
Requested 06/15/2023 Taken By
Delivery PER B RODRIGUEZ, REQ 59091
ITB 22-16651-SB
SBALLANCE
If you have any questions, please contact Breana Rodriguez: BRodriguez ,mylubbock.us or 806-775-2271
Description/Supplier Item Ordered _ Unit Cost UM Extension Request Date
Tandem Axle Crew Truck 1.000 107,857.0000 EA 107,857.00 6/15/2023
Inv
Total Order
Terms NET 10 EOM
107,857.00
This purchase order encumbers funds in the amount of $107,857.00 awarded to Lubbock Truck Sales, Inc. of
Lubbock, TX, on August 9 , 2022. The following is incorporated into and made part of this purchase order by
reference: ITB 22-16651-SB from Lubbock Truck Sales, Inc. of Lubbock, TX dated July 11, 2022.
Resolution # 2022-RO339
ATTEST:
. 19 1 J"e , . -X�
Rebkcca Garza, City Secr ary
Rev. 3/2022
Seller and Buyer agree as
follows:
PURCHASE ORDER
TERMS AND CONDITIONS
STANDARD TERMS AND CONDITIONS
ACCEPTANCE OF THIS PURCHASE ORDER:
CONTRACTOR ACKNOWLEDGES. by suoolyine any Goods or Services that the Contractor has read
understands, and will he in full comolianco with all terms and conditions and the descriptive material contained
and any additional associated documents and Amendment The City disclaims any terpa and conditions =vi
the Contractor unless agreed upon in writing by the parties. In the event of conflict between the City's ten
conditions and anv terms and conditions provided by the Contractor. the_terms-a conditions provided herei
1. SELLER TO PACKAGE GOODS. Seller will package goods in accordance with good commercial practice.
Each shipping container shall be clearly and permanently marked as follows (a) Seller's name and address, (b)
Consignee's name, address and purchase order or purchase release number and the supply agreement number if
applicable, (c) Container number and total number of containers, e.g. box 1 of 4 boxes, and (d) the number of the
container bearing the packing slip. Seller shall bear cost of packaging unless otherwise provided. Goods shall be
suitably packed to secure lowest transportation cost and to conform with requirement of common carriers and any
applicable specifications. Buyer's count or weight shall be final and conclusive on shipment not accompanied by
packing list.
2. SHIPMENT UNDER RESERVATION PROHIBITED. Seller is not authorized to ship the goods under
reservation and no tender of a bill of lading will operate as a tender of goods.
3. TITLE AND RISK OF LOSS. The title and risk of loss of the goods shall not pass to Buyer until Buyer actually
receives and takes possession of the goods at the point or point of delivery.
4. NO REPLACEMENT OF DEFECTIVE TENDER Every tender of delivery of goods must fully comply with all
provisions of this contract as to time of delivery, quality and the lice. If a tender is made which does not fully conform,
this shall constitute a breach and Seller shall not have the right to substitute a conforming tender, 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 conforming tender within the contract time but rat afterward.
5. INVOICES & PAYMENTS. a S e 11 e r shall submit separate invoices, in duplicate, one each purchase order or
purchase release after each delivery. Invoices shall indicate the purchase order or purchase release number and
the supply agreement number if applicable. Invoices shall be itemized and transportation charges, if any, shall be
listed separately. A copy of the bill of lading, and the fitight waybill when applicable, should be attached to the
invoice. Mail To: Account Payable, City of Lubbock, P. O. Box 2000, Lubbock, Texas 79457. Payment shall not
be due until the above instrument are submitted after delivery.
6. GRATUITIES. The Buyer may, by written notice to the Seller, cancel this contract without liability to Seller if
it is determined by Buyer that gratuities, in the form of entertainment, gifts or otherwise, were offered or given by the
Seller, or any agent or representative of the Seller, to any officer or employee of the City of Lubbock with a view to
securing a contract or securing favorable treatment with respect to the awarding or amending, or the making of any
determinations with respect to the performing of such a contract. In the event this contract is canceled by Buyer
pursuant to this provision, Buyer shall be entitled, in addition to any other rights and remedies, to recover or withhold
the amount of the cost incurred by Seller in providing such gratuities.
7. SPECIAL TOOLS & TEST EQUIPMENT. If the price stated on the face hereof includes the cost of any special
tooling or special test equipment fabricated or required by Seller for the purpose of filling this order, such special
tooling equipment and any process sheet related thereto shall become the property of the Buyer and to the extent
feasible shall be identified by the Seller as such.
8. WARRANTY -PRICE. a The price to be paid by the Buyer shall be that contained in Seller's bid which
Seller warrant to be no higher than Seller's current process on orders by others for products of the kind and
specification covered by this agreement for similar quantities under similar of like conditions and methods of purchase.
In the event Seller breaches this warranty, the prices of the items shall be reduced to the Seller's current prices
on orders by others, or in the alternative. Buyer may cancel this contract without liability to Seller for breach
or Seller's actual expense. b. The Seller warrant that no person or selling agency has been employed or retained to
solicit or secure this contract upon an agreement or understanding for commission, percentage, brokerage, or contingent
fee excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Seller for
the purpose of securing business. For breach of viciation of this warranty the Buyer shall have the right in addition to
any other right of right to cancel this contract without liability and to deduct from the contract price, or otherwise
recover without liability and to deduct from the contract price, or otherwise recover the full amount ofsuch commission,
percentage, brokerage or contingent fee.
9. WARRANTY -PRODUCT. Seller shall not limit or exclude any implied warranties and any attempt to do so shall
render this contract voidable at the option of the Buyer. Seller warrant that the goods furnished will conform to the
specification, drawings, and descriptions listed in the bid invitation, and to the samples) furnished by the Seller, if any.
In the event of a conflict or between the specifications, drawings, and descriptions, the specifications shall govern
Notwithstanding any provisions contained in the contractual agreement, the Seller represent and warrant fault -free
performance and fault -free result in the processing date and daze related data (including, but not limited to calculating,
comparing and sequencing) of all hardware, software and firmware products delivered and services provided under
this Contract, individually or in combination, as the case may be from the effective date of this Contact The
obligations contained herein apply to product and services provided by the Seller, it sub- Seller or any third party
involved in the creation or development of the product and services to be delivered to the City of Lubbock under this
Contract Failure to comply with any of the obligations contained herein, may result in the City of Lubbock
availing itself of any of it right under the law and under this Contract including, but not limited to, it right pertaining
to termination or default. The warranties contained herein are separate and discrete from any other warranties
specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation of the
Seller's liability which may be specified in this Contract, it appendices, it schedules, it annexes or any document
incorporated in this Contract by reference.
10. SAFETY WARRANTY. Seller warrants that the product sold to the Buyer shall conform to the standards
promulgated by the U.S. Department of Labor under the Occupational Safety and Health Act of 1970. In the event the
product does not conform to OSHA standards, Buyer may return the product for correction or replacement at the
Seller's expense. In the event Seller fait to make the appropriate correction within a reasonable time, correction
made by Buyer will be at the Seller's expense.
11. NO WARRANTY BY BUYER AGAINST INFRINGEMENTS. As part of this contract for sale Seller agrees
to ascertain whether goods manufactured in accordance with the specifications attached to this agreement 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 event shall Buyer be
liable to Seller for indemnification in the event that Seller issued on the grounds of infringement of the like. If Seller
is of the opinion that an infringement or the like will result, he will notify the Buyer to this effect in writing within two
weeks after the signing of this agreement If Buyer does not receive notice and is subsequently held liable for
the infringement or the lice, Seller will save Buyer harmless. If Seller in good faith ascertains the production of the
goods in accordance with the specifications will result in infringement or the like, the contract shall be null and void.
12. NON APPROPRIATION. All funds for payment by the City under this contract are subject to the availability of an
annual appropriation for this purpose by the City. In the event of nonappropriation of funds by the City Council of the
City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without
termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for
the then -current year for the goods or services covered by this contract is spent, whichever event occurs first If at any
time funds arc not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on
thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be
obligated under this contract beyond the date of termination.
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 part of the undelivered portion of
this order if Seller breaches any of the terns hereof including warranties of Seller or if the Seller becomes insolvent or
commit act of bankruptcy. Such right of cancellation is in addition to and not in lieu of any other remedies which
Buyer may have in law or equity.
15. TERMINATION. The performance of work under this order may be terminated in whole, or in part by the Buyer
in accordance with this provision. Termination of work hereunder shall be effected by the delivery of the Seller of
a "Notice of Termination" specifying the extent to which performance of work under the order is terminated and the
date upon which such termination becomes effective. Such right or termination is in addition to and not in lieu o r the
rights of Buyer set forth in Clause 14, herein.
16. FORCE MAJEURE. Neither party shall be held responsible for losses, resulting if the fulfillment of any
terms of provisions of this contract is delayed or prevented by any cause not within the control of the party whose
performance is interfered with, and which by the exercise of reasonable diligence said party is unable to prevent.
17. ASSIGNMENT -DELEGATION. No right or interest in this contract shall be assigned or delegation of any
obligation made by Seller without the written permission of the Buyer. Any attempted assignment or delegation by
Seller shall be wholly void and totally ineffective for all purpose unless made in conformity with this paragraph.
18. WAIVER No claim or right arising out of a breach of this contract can be discharged in whole or in part by a
waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in
writing signed by the aggrieved party.
19. INTERPRETATION -PAROLE EVIDENCE. This writing, plus any specifications for bids and performance
provided by Buyer in it advertisement for bids, and any other document provided by Seller as part of his bid,
is intended by the parties as a final expression of their agreement and intended also as a complete and exclusive
statement of thetems of their agreement. Whenever a term defined by the Uniform Commercial Code is used in this
agreement, the definition contained in the Code is to control.
20. APPLICABLE LAW. This agreement shall be governed by the Uniform Commercial Code. Wherever the term
"Uniform Commercial Code" is used, it shall be construed as meaning the Uniform Commercial Code as adopted in
the State of Texas as effective and in force on the date of this agreement.
21. RIGHT TO ASSURANCE. Whenever one party to this contract in good faith has reason to question the other
parry's intent to perform he may demand that the other party give written assurance of his intent to perform In the
event that a demand is made and no assurance is given within five (5) days, the demanding party may treat this
failure as an anticipatory repudiation of the contract.
12. INDEMNIFICATION. Seller shall indemnify, keep and save harmless the Buyer, it agents, officials and
employees, against all injuries, deaths, loss, damages, claims, patent claims, suit, liabilities, judgments, costs and
expenses, which may in anywise accrue against the Buyer in consequence of the granting of this Contract or which
may anywise result therefrom, whether or not it shall be alleged or determined that the act was caused through
negligence or omission of the Seller or it employees, or of the subSeller or assignee or it employees, if any, and the
Seller shall, at his own expense, appear, defend and pay all charges of attorneys and all cost and other expenses
arising therefrom of incurred in connection therewith, and, if any judgment shall be rendered against the Buyer in any
such action, the Seller shall, at it own expenses, satisfy and discharge the same Seller expressly understands and
agrees that any bond required by this contract, or otherwise provided by Seller, shall in no way limit the
responsibility to indemnify, keep and save harmless and defend the Buyer as herein provided.
23. TIME. It is hereby expressly agreed and understood that time is of the essence for the performance of this
contract, and failure by contract to meet the time specifications of this agreement will cause Seller to be in default
of this agreement.
24. MBE. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to
this request, minority and women business enterprises will be afforded equal opportunities to submit bids in response
to this invitation and will not be discriminated against on the grounds of race, color, sex or natural origin in
consideration for an award.
25. NON -ARBITRATION. The City reserves the right to exercise any right or remedy to it by law, contract, equity, or
otherwise, including without limitation, the right to seek any and all forth of relief in a court of competent
jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising it unrestricted
right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised
concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document,
this provision shall control.
26. RIGHT TO AUDIT. At any time during the term of the contract, or thereafter, the City, or a duly authorized
audit representative of the City or the State of Texas, at it expense and at reasonable times, reserves the right to
audit Contractor's records and books relevant to all services provided to the City under this Contract. In the event such
an audit by the City reveals any errors or overpayment 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 it option, reserves the right to
deduct such amount owing the City from any payment due Contractor.
27. The Contractor shall not assign or sublet the contract, or any portion of the contract, without written consent from
the Director of Purchasing and Contract Management.
28. Contracts with Companies Engaged in Business with han, Sudan, or Foreign Terrorist Organization Prohibited
Pursuant to Section 2252.152 of the Texas Government Code, prohibit the City from entering into a contract with a
vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or service
with Iran, Sudan or a foreign terrorist organization
29. Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a
governmental entity or state agency to file with the governmental entity orstaze agency a disclosure of interested parties
at the time the business entity submit the signed contract to the governmental entity or state agency. Instructions for
completing Form 1295 are available at: hip: ,Vvww.ci.Tubbpck.tz.us:departrtem0-
we�it�e5d gartmenss:'purchasimrivendorinf�rm��n
30. No Boycott of Israel Pursuant to Section 2271.002 of the Texas Government Code, Respondent certifies that
either (i) it meets an exemption criteria under Section 2271.002; or (ii) it does not boycott Israel and will not boycott
Israel during the term of the contract resulting from this solicitation Respondent shall state any fact that nuke u
exempt from the boycott certification in it Response.
31. No Boycott of Energy Companies. Pursuant to Section 2274 of the Texas Government Code, Respondent
certifies that either (i) it meet an exemption criteria under Section 2274.002; or (ii) it does not boycott Energy
Companies and will not boycott Energy Companies during the term of the contract resulting from this solicitation.
Respondent shall state any facts that make it exempt from the boycott certification in its Response.
32. No Boycott of a Firearm Entity or Firearm Trade Association. Pursuant to Section 2274 of the Texas
Government Code, Respondent certifies that either () it meet an exemption criteria under Section 2274.002; or (ii) it
does not boycott a Firearm Entity or Firearm Trade Association and will not boycott a Firearm Entity or Firearm
Trade Association during the term of the contract resulting from this solicitation Respondent shall state any facts that
make it exempt from the boycott certification in it Response.
33. Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorist Organization Prohibited.
Pursuant to Section 2252.152 of the Texas Government Code, prohibit the City from entering into a contract with a
vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or
service with Iran, Sudan or a foreign terrorist organization
34. TEXAS PUBLIC INFORMATION ACT. The requirement of Subchapter J, Chapter 552, Government Code,
may apply to this contract and the contractor or vendor agrees that the contract can be terminated if the contractor or
vendor knowingly or intentionally fails to comply with a requirement of that subchapter.
35. Pursuant to Section 552.30I(c) of the Texas Government Code, the City of Lubbock has designated the following
email address for which public information request may be made by an entailed request: onf myl�, ubbock.us Please
send this request to this email address for it to be processed
REV. 32022
Insurance Requirements 7/13/2022 4:38pm
PUR-12 # : 16651
Originating Department: Fleet
Cost Center Number: 3526
Addendum A
Commercial General Liability Requirements: $ 1 M occurrence / $2M aggregate (can be combined with an
Excess Liability to meet requirement). CGL is required in ALL contracts. It is perhaps the most important of all
insurance policies in a contractual relationship. It insures the Contractor has broad liability coverage for
contractual activities and for completed operations.
Automobile Liability Requirements: $ 1 M/occurrence is needed
Workers Compensation and Employer Liability Requirements: Statutory. If the vendor is an independent
contractor with no employees and are exempt from providing Workers' Compensation coverage, they must sign
a waiver (obtained from COL Purchasing) and include a copy of their driver's license.
* The City of Lubbock (including its officials, employees and volunteers) shall be afforded additional insured
status on a primary and non-contributory basis on all liability policies except professional liabilities and
workers' comp.
* Waivers of Subrogation are required for CGL, AL, and WC.
* To Include Products of Completed Operations endorsement.
* Carrier will provide a 30-day written notice of cancellation, 10-day written notice for non-payment.
* Carriers must meet an A.M. Best rating of A- or better.
* Subcontractors must carry same limits as listed above.
City of Lubbock
ITB 22-16651-SB
Tandem Axle Diesel Crew Truck
BID FORM
Lubbock Truck Sales Inc.
Location Lubbock, TX
Total Cost $107,857.00
Delivery
Quantity Unit Days Total
Items (+/-) UOM Brand Price ARO Cost
Tandem Axle Diesel Crew I 1 I 1 I I Freightliner 1 $107,857 1 300 1 $107,857
City of Lubbock, TX
Purchasing and Contract Management
Bid Submission Information
In compliance with the Invitation to Bid, the undersigned Bidder having exai
instructions to bidders, General Conditions of the Agreem , Specifications,
conditions to be met, hereby submits the following bid for I znishing the mat
everything necessary for providing the items listed and agree to deliver said it
the prices set forth on the bid form and/or the bid table associ Lted with this bid.
d the Invitation tr� Bid,
being familiar with the
1, equipment, labor and
at the locations and for
A bid will be subject to being considered irregular and may a rejected if it sh s omissions, alterations
of form, conditional alternate bids, additions or alternates in lieu of the items pecified, if the unit prices
are obviously unbalanced (either in excess of or below reasor ably expected val s), or irregularities of any
kind. The Invitation to Bid is by reference incorporated in thi i contract.
Where applicable, prices are quoted as: F.O.B. Destination, Freight Pre -Paid I
nd Allowed
Where applicable, delivery days are: Days After Receipt of Order (ARO)
Unless otherwise specified herein, the City may award the bid either item-b item or on an all -or -
none basis for any item or group of items shown on the bid.
The City of Lubbock is seeking a contract for with on or more contra4 tors. In order to assure
adequate coverage, the City may make multiple awards selecting multipl vendors to provide the
products desired, if multiple awards are in the best intere t of the City. A d ision to make a multiple
award of this Bid, however, is an option reserved by the ity, based on the i ieeds of the City.
PAYMENT TERMS AND DISCOUNTS - Bidder offers a f
calendar days. Discounts will not be considered in de
on the Bid Form, payment terms will be NET THIRTY Di
within thirty days after the receipt of a correct invoice or
occurs later. Discounts for prompt payment requiring payn
days will be interpreted as applying within the stipulated nu
by the City of a correct invoice or after the date of acceptant
event occurs later. Discounts for payment in less than ten &
MOST FAVORED PRICING: The Bidder certifies that the I
charged anyone else, including its most favored custo
products/services; does not include an element of profit on t
the Bidder on the sale of products/services of like quality an
for discounts to selling agents. If at any time during the tong
sale to any other customer, an equal or less quantity of simile
a lower net price(s) than provided herein, supplier agrees to
lower price(s) on all deliveries made during the period in wb
INTERLOCAL PURCHASING (optional): The City desires
entities of the State of Texas, by mutual agreement with d
interlocal purchasing agreements as provided for by the
Government Code), the right to purchase the same service
contract. Each bidder shall indicate on the Bid Form in tl
Political Subdivision orders in addition to orders from the Cit,
entities decide to participate in this contract, would you I
specifications, and pricing would apply?
,mpt payment dit
rmining low bid.
(S. The City wi
ter the date of a
at by the City w
ber of calendar c
that meets contr
> will not be con:
ice quoted is not n
ier, for like qua
sale in excess of
quantity; and doer
ct period, the supl
contract products
Dtify the City and
;h such lower pric
make available
successful bidd
Interlocal Coop
at the prices qu
space provided
bidder) agree
punt of d %, net
Jnless otherwise indicated
pay the successful bidder
:eptance, whichever event
un a stipulated number of
ys after the date of receipt
t requirements, whichever
excess of the lowest ppce
ity and quantity of the
that normally obtained by
not include any provision
tier should sell or offer for
of like or better quality, at
;ell same product(s) at the
(s) is effective.
other local governmental
and properly authorized
lion Act (Chapter 791,
xl, for the period of this
low if he/she will 'honor
these other governmental
at all terms, conditions,
Other governmental entities that might have interests ' this contract ai
School District, Lubbock Housing Authority, Lubbock County, Lubbock i
Lubbock Independent School District, South Plains Asso4 iation of Governi
Texas Tech University, West Texas Municipal Power Agen cy, Lynn County,
YES_0✓ _ NO ❑
• If you (the bidder) checked YES, the following will
• Governmental entities utilizing Interlocal Agreemer
Lubbock will be eligible, but not obligated, to pw
awarded as a result of this solicitation. All purchases
Lubbock will be billed directly to that government
City of Lubbock will not be responsible for another g
entity will order their own materials/service as need4
Addenda
Bidder acknowledges receipt of addenda issued in regard to
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Insurance
I, the undersigned Bidder certify that the insurance require
reviewed by me and my Insurance Agent/Broker. If I am a
will be able to, within ten (10) business days after being n
furnish a valid insurance certificate to the City meeting all
for Cooperative
V governmental
entity and paid
solicitation:
contained in tt
d this contract 1
of such award
requirements (
Frenship Independent
unty Hospital District,
nts, City of Texarkana,
d City of Wolfforth.
urchasing with the City of
ices under the contract(s)
;ities other than the City of
that governmental entity.
debts. Each governmental
bid document have been
the City of Lubbock, I
the City of Lubbock,
ined in this bid.
If the time requirement specified above is not met, the City hs the right to rej this proposal and award
the contract to another contractor. If you have any questions ncerning these r uirements, please contact
the Director of Purchasing & Contract Management for the City of Lubbock at 06) 775-2572.
Suspension and Debarment Certification
Federal Law (A-102 Common Rule and OMB Circular A-11 ) prohibits non-Fi
contracting with or making sub -awards under covered transactions to parties the
debarred or whose principals are suspended or debarred. Co red transactions i
contracts for goods or services equal to or in excess of $25,000 and all non -pros
sub -awards to sub -recipients).
Contractors receiving individual awards of $25,000 or more d all sub-recipiei
organization and its principals are not suspended or debarred by a Federal agenc
Before an award of $25,000 or more can be made to your firr i, you must certify
its principals are not suspended or debarred by a Federal ager}cy.
I, the undersigned agent for the firm named below, certify that neither this firm
suspended or debarred by a Federal agency.
eral entities from
are suspended or
Jude procurement
rement transactions (e.g.,
must certify that their
your organization and
its principals are
TEXAS GOVERNMENT CODE ECTION 2252.1
The undersigned representative of the undersigned company, r business, being
eighteen (18) years of age, pursuant to Texas Government Cc ide, Chapter 2252,
that the company named above is not listed on the website of the Comptroller o;
concerning the listing of companies that are identified under ection 806.051, S
2253.153. I further certify that should the above -named company enter into a cc
listing of companies on the website of the Comptroller of the State of Texas, wl:
Sudan or any Foreign Terrorist Organization, I will immediately notify the City
and Contract Department.
TEXAS GOVERNMENT CODE
Company hereby certifies the following:
1. Company does not boycott Israel; and
2. Company will not boycott Israel during the term of the
The following definitions apply to this state statute:
(1) 'Boycott Israel' means refusing to deal with, terminating business activities
any action that is intended to penalize, inflict economic harm on, or limit commi
with Israel, or with a person or entity doing business in Israel or in an Israeli-coi
not include an action made for ordinary business purposes; ai id
(2) "Company" means an organization, association, corporation, partnership, joi
partnership, limited liability partnership, or limited liability c mpany, including
subsidiary, majority -owned subsidiary, parent company, or ai Rhate of those enti
associations that exists to make a profit.
Vendor
In compliance with this solicitation, the undersigned bli
instructions to bidderrs, documents associated with the
conditions to be met, has reviewed the information regs
• Insurance Requirements
• Suspension and Debarment Certification
• Texas Government Code Section 2252.152
• Texas Government Code Section 2271.002
An individual authorized to bind the company must sign the
portion may result in bid rejection.
Intentionally Left
having exam
ration to bid,
section.
n adult over the age of
iection 2252.152, certify
the State of Texas
ction 807.051 or Section
itract that is on said
ch do business with Iran,
>f Lubbock Purchasing
or otherwise taking
relations specifically
.d territory, but does
venture, limited
wholly owned
es or business
the invitation to bid,
being familiar with the
to execute this
Submission
THIS BID IS SUBMITTED BY t/Kh(GCfL
a corporation organized under the laws of the State of
of or individual
the City of lGl�6r���li
Tax IDNo.:
Address: MW r. 9'44/�/v I a
City: l,�Gf/5 b K1L State:
M/WBE Firm:1 I Woman Black Ame
Hispanic American I I Asian Pacii
LX
as
Please complete the inform tion below.
Authorized Representative - must sign by hand
Officer Name and Title:
Business Telephone Number
E-mail Address: A1.1)6 '/B liL//.S�I� G 1/
F74W
a partnership consisting
�IVW j,„J of
LL.
American
= /Z Zle
1 of 3
CITY OF LUBBOCK, TX
MINIIVIUM SPECIFICATIONS
TRUCK, TANDEM REAR AXLE,
DIESEL -POWERED, CREW CAB, CAB AND CHASSIS, 52,000-POUNI GVWR
SPEC: Tandem Axle CC 52K
It is the intent of this specification, referenced documents, requirements and conditions sections to describe minimum ce requirements. The vehicle or
product must meet or exceed the performance or construction described herein. The vendor shall be required to mark ompliance 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 er shalt be included, even when not
specifically identified in this specification. Any deviations from the written specification with date as shown in the In 'cation to Bid (r1B) shall be noted on the
attached Exceptions to the Specifications. In order to receive full consideration, rM response quotation must follow this 'fication and the Invitation to Bid's terms
and conditions. i 101V _
VENDOR
MAKE:
MODEL:
_/T7/
_YEAR: -.Uzy
NO. ITEM MINIMUM REQUIREMENTS I SELLER COMPLIANCE
YES NO
TRUCK, TANDEM REAR AXLE,
DIESEL -POWERED, CREW CAB AND CHASSIS, 52,000-P
DUND
GVWR
Equipment finished for the specification shall comply wi
all
applicable requirements of the Environmental Protection A
ency's
Exhaust Emission Standards (940 CFR 85) as issued under
authority of the Clean Air Act, as amended, (42 USC 1857,
et
4.11/
1.
GENERAL
seq,). It shall be the responsibility to the vendor to ensure
t the
equipment furnished meets the most recent requirements of
all
applicable laws. In the event equipment is finnished that is
not in
compliance with the law, it shall be the responsibility of the
vendor to make all necessary modifications to the equipmej
it
required to achieve compliance with these laws.
A Certificate of Conformity on the engine is to be furnish
with
bid submission.
This specification describes a tandem axle, diesel powered,
crew
cab and chassis for use by the City of Lubbock, Water
Department. All specified components shall be original equipment
✓
2.
SCOPE
manufacturer (OEl� chassis -factory installed, when off
by
the vehicle manufacturer. Truck(s) fiartished to this specification
shall be certifiable as straight trucks and shall meet or excei
d the
following requirements:
The vehicles fiurnished under this specification shall be the
atest
production model and shall be of good quality workmanship
and
t/
3.
NEW MODEL
material. The bidder represents that all of the units offered i
mder
this specification shall meet or exceed the minimum requirements
specified
Awarded vendor(s) shall furnish the City of Lubbock a MS
(Certificate of Title will not meet this requirement). A vehi
le
shall not be considered "delivered" unit the MSO is receive
I by
the City of Lubbock MSO shall be famished at time of deb
very
MANUFACTURER'S
and shall be made out in the name of the City of Lubbock,
4.
STATEMENT OF
proving the following:
ORIGIN (MSO)
GVWR for the particular model specified, or; The GVWR
required for the City of Lubbock's written exception, or, A
pvater
GVWR required by extra equipment, and; Nominal Weight
Rating
(in tons), Odometer Disclosure Statement.
DO NOT ASSUME STANDARD EQUIPMENT MEETS
L
5
NOTICE TO
OF THE DETAILED SPECIFICATIONS. Respondent is
RESPONDENTS
cautioned that any unit delivered to FOB point which does i
iot
meet specifications in every aspect will not be accepted.
Engine shall be electronically controlled, in -line 6-cylinder
Jesign.
Shall have minimum 270 SAE gross horsepower at 2,000 R
RK
and minimum 800 fLlb. Gross torque at 1,300 RPM. Engine
6.
ENGINE
repairs shall be available at any facility authorized as a rep
provider by the applicable engine manufacturer. Engine sha
I have
electronic shutdown protection and shall also include engine
exhaust brakes
7.
TRANSMISSION
Alison 3500 RDS with 51 Generation Controls, Wide Ratio
6-
Speed with Double Overdrive & PTO Provision & oil level
sensor
(i
8.
WHEELBASE
232 inches
v
9.
CAB TO AXLE
121 inches
10.
AXLE TO FRAME
75 inches
46-
11.
BATTERIES
Minimum two (2) OEM standard batteries, 900 CCA each.
t/
Each vehicle, except cab and chassis units, shall be furnish
with
12
LICENSE PLATE
means and adequate space for attaching the front & rear lice
e
ATTACHMENT
plate without modification. Illumination provided for the limnse
Ci
plate shall be in compliance with Texas motor vehicle laws.
Mud flaps shall be installed complete on all vehicles prescribed
by
13.
MUD FLAPS
law to meet the Department of Public Safety regulations.
C/
All tires shall be new and the tread style shall be the tire
14.
TIRES
manufacturer's standard design and the brand furnished on i
egular
V
production orders, unless otherwise specified.
14.1
FRONT TIRES
I IR 22.5, load rating H
14.2
REAR TIRES
I IR 22.5, load rating H
v
15.
VEHICLE WEIGHT
Gross vehicle weight rating (GVWR) shall be minimum of 52,000
RATINGS
pounds. 12,000 pounds front, 40,000 pounds rear.
✓
Chassis, components, and accessories (including aftermarke
non-
✓
16.
CHASSIS
OEM up -fits) shall comply with all applicable recommenda
practices of The Maintenance Council (TMC).
Frame shall be heat treated alloy steel, minimum 120,000 P
I. If
17
FRAME
the frame is reinforced, the reinforcement shall extend from
the
back of the cab to within at least 6 inches from the end of th
frame.
18
PERFORMANCE
The driveline components offered shall provide the followtir
g
REQUIREMENTS
minimum performance in the intended application:
19.
MAX %IUM SPEED
Maximum vehicle speed in top gear shall be electronically 1
mited
�
to 70 mph.
20.
GRADEABILITY
Shall provide minimum 1.2 percent gradeability at 55 mph s
teady-
state at peak torque, based upon 52,000 lb. GV WR.
21.
HORN
Air with single trumpet & lanyard pull cord
✓
22.
HEADLIGHTS
Halogen, Composite Aero Design
23.
FUEL TANK
Aluminum, D-Style, 40 US Gal (151L), Mounted Left Side,
Under
Cab
Product safety plaques or decals shall be furnished and affr
at
the operator's station and at any hazardous area. The safety
plaques or decals shall describe the nature of the hazard, level
of
24.
SAFETY PLAQUES OR
hazard seriousness, how to avoid the hazard, and the conseq
ce
DECALS
of human interaction with the hazard. Permanent plaques
preferred to decals. Type, size, and location of product safe
plaques or decals shall be in accordance with current ANZI
Z535.4.
The unit shall be painted an approved manufacturer's stande
d
25.
PAINTING
lead free bright white color, except for glass, rubber, and the
se
metallic accessories or fixtures constructed of rust -resistant
r
L/
plated material not normally painted.
26.
Keys
Must Include (3) Sets of keys and or Key Fobs if applicable
✓
27.
Convenience Package
Standard WT (Work Truck) Package
OPTION
1.
Power Package
Includes power windows, power locks and keyless entry wi
3
key fobs, power mirrors, cruise control and tilt steering whe
1.
$ —4-40
Provide Fvected Delivery Date(s): 1300
GENERAL REQUIREMENT AND INFORMATION
[Bidder shall submit with each bid, current printed literature and specification sheets on the unit osJred in the response to solicitation.
EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE tULLY DESCRIBED IN
WRITING BY THE BIDDING VENDOR IN THE SPACE PROVIDED BELOW. LIST ITEMS 13Y ITEM NUMBERS.
Prepared for.
Marta
Alvarez
City of Lubbock
PO Box 2000
Lubbock, TX 79457
Phone: 806-775-2572
SPEC I FICATION PROPOSA
Data Code
Description
PRL-27M
M2 PRL-27M (EFF:MY24 ORDERS)
DRL-002
SPECPRO21 DATA RELEASE VER 002
001-172
M2106 CONVENTIONAL CHASSIS
004-224
2024 MODEL YEAR SPECIFIED
002-004
SET BACK AXLE - TRUCK
019-002
STRAIGHT TRUCK PROVISION
003-001
LH PRIMARY STEERING LOCATION
AA1-002
TRUCK CONFIGURATION
AA6-002
DOMICILED, USA (EXCLUDING CALIFORNIA AND
CARS OPT -IN STATES)
A85-010
UTILITY/REPAIR/MAINTENANCE SERVICE
A84-1GM
GOVERNMENT BUSINESS SEGMENT
AA4-011
FIXED LOAD COMMODITY
AA5-M
TERRAIN/DUTY: 100% (ALL) OF THE TIME, IN
TRANSIT, IS SPENT ON PAVED ROADS
AB1-008
MAXIMUM 8% EXPECTED GRADE
AB5-001
SMOOTH CONCRETE OR ASPHALT PAVEMENT -
MOST SEVERE IN -TRANSIT (BETWEEN SITES)
ROAD SURFACE
995-091
MEDIUM TRUCK WARRANTY
A88-99D
EXPECTED FRONT AXLE(S) LOAD: 12000.0 lbs
ABS-99D
EXPECTED REAR DRIVE AXLE(S) LOAD:
40000.0 Ibs
A6399D
EXPECTED GROSS VEHICLE WEIGHT CAPACITY
: 52000.0 Ibs
Prepared by:
Mike Iden
.K TRUCK SALES, INC.
1801 E. SLATON HWY.
LUBBOCK, TX 79404
Phone: 806-748-1529
IL
Weight weight
Front Rear Retail Price
5,709 1 3,450
N/C
N/C
$105,355.00
N/C
STD
STD
STD
STD
WC
N/C
N/C
N/C
STD
STD
STD
STD
Application Version 11.7.407 Y° I 07/11/2022 8:40 AM
Data Version PRL-27M.002+ Ijl
6331
Page 1 of 14
Prepared Tor,
Marta
Alvarez
City of Lubbock
PO Box 2000
Lubbock, TX 79457
Phone: 806-775-2572
Prepared by:
Mike Iden
K TRUCK SALES, INC.
1801 E. SLATON HWY.
LUBBOCK, TX 79404
Phone: 806-748-1529
Weight
Weight
Data Code
Description
Front
Rear Retail Price
•
AA3-005
FLATBED/PLATFORWSTAKE BODY
N/C
AF3-2GU
SAWCO TRUCK EQUIPMENT
N/C
AF7-99D
EXPECTED BODY/PAYLOAD CG HEIGHT ABOVE
FRAME W" INCHES : 32.0 in
101-2M8
DD8 7.71- 6 CYL SINGLE STAGE 280 HP @ 2200
450
30 $10,776.00
RPM, 2600 GOV RPM, 800 LB -FT @ 1200 RPM
79A-070
70 MPH ROAD SPEED LIMIT
N/C
7913-000
CRUISE CONTROL SPEED LIMIT SAME AS ROAD
N/C
SPEED LIMIT
79K-011
PTO MODE ENGINE RPM LIMIT -1400 RPM
N/C
79L-011
PTO MODE THROTTLE OVERRIDE - LIMIT TO
N/C
1400 RPM
N 79P-004
PTO RPM WITH CRUISE SET SWITCH - 9W RPM
WC
79Q-004
PTO RPM WITH CRUISE RESUME SWITCH - 900
WC
RPM
79S-001
PTO MODE CANCEL VEHICLE SPEED - 5 MPH
N/C
79X-023
PTO SPEED 1 SETTING - 600 RPM
N/C
80G-001
PTO MINIMUM RPM - 600
WC
80L-M
ENABLE DPF REGEN ZONE 1 WITH AUTO
WC
ENGINE RPM ELEVATE FOR EXTENDED IDLE
99C-021
2010 EPA/CARB/GHG21 CONFIGURATION
13E-001
STANDARD OIL PAN
105-001
ENGINE MOUNTED OIL CHECK AND FILL
014-099
SIDE OF HOOD AIR INTAKE WITH FIREWALL
MOUNTED DONALDSON AIR CLEANER
124-1 D7
DR 12V 160 AMP 28SI QUADRAMOUNT PAD
ALTERNATOR WITH REMOTE BATTERY VOLT
SENSE
292-235
(2) DTNA GENUINE, FLOODED STARTING, MIN
2000CCA, 370RC, THREADED STUD BATTERIES
290-017
BATTERY BOX FRAME MOUNTED
281-001
STANDARD BATTERY JUMPERS
282-001
SINGLE BATTERY BOX FRAME MOUNTED LH
SIDE UNDER CAB
291-017
WIRE GROUND RETURN FOR BATTERY CABLES
WITH ADDITIONAL FRAME GROUND RETURN
289-001
NON -POLISHED BATTERY BOX COVER
Application Version 11.7.407
Date Version PRL-27M.002
6331
FREIs;`(TL,'':Z'ER
10
STD
STD
STD
STD
$13.00
STD
STD
STD
STD
STD
07/11/2022 8:40 AM
Page 2 of 14
Prepared for,
Marta
Alvarez
City of Lubbock
PO Box 2000
Lubbock, TX 79457
Phone: 806-775-2572
Data Code
87P-001
CAB AUXILIARY POWER CABLE
107-047
WABCO 20.0 CFM SINGLE CYLINDER AIR
COMPRESSOR
108-M
STANDARD MECHANICAL AIR COMPRESSOR
GOVERNOR
131-013
AIR COMPRESSOR DISCHARGE LINE
152-041
ELECTRONIC ENGINE INTEGRAL SHUTDOWN
PROTECTION SYSTEM
128-1A7
DETROIT MD COMPRESSION BRAKE WITH
ON/OFF SWITCH
016-1C3
RH OUTBOARD UNDER STEP MOUNTED
HORIZONTAL AFTERTREATMENT SYSTEM
ASSEMBLY WITH RH HORIZONTAL TAILPIPE
28F-002
ENGINE AFTERTREATMENT DEVICE,
AUTOMATIC OVER THE ROAD REGENERATION
AND DASH MOUNTED REGENERATION
REQUEST SWITCH
239-001
STANDARD EXHAUST SYSTEM LENGTH
237-052
RH STANDARD HORIZONTAL TAILPIPE
23U-001
6 GALLON DIESEL EXHAUST FLUID TANK
3ON-003
100 PERCENT DIESEL EXHAUST FLUID FILL
43X-M
LH MEDIUM DUTY STANDARD DIESEL EXHAUST
FLUID TANK LOCATION
23Y-001
STANDARD DIESEL EXHAUST FLUID PUMP
MOUNTING
43Y-001
STANDARD DIESEL EXHAUST FLUID TANK CAP
273-058
AIR POWERED ON/OFF ENGINE FAN CLUTCH
276-001
AUTOMATIC FAN CONTROL WITHOUT DASH
SWITCH, NON ENGINE MOUNTED
110-077
DETROIT ENGINE MOUNTED FUEL/WATER
SEPARATOR WITH WATER -IN -FUEL SENSOR
AND ESOC
118-001
FULL FLOW OIL FILTER
266-100
700 SQUARE INCH ALUMINUM RADIATOR
103-039
ANTIFREEZE TO -34F, OAT (NITRITE AND
SILICATE FREE) EXTENDED LIFE COOLANT
171-007
GATES BLUE STRIPE COOLANT HOSES OR
EQUIVALENT
172-001
CONSTANT TENSION HOSE CLAMPS FOR
COOLANT HOSES
270-016
RADIATOR DRAIN VALVE
168-M
LOWER RADIATOR GUARD
134-001
ALUMINUM FLYWHEEL HOUSING
Application Version 11.7.407 e
Data Version PRL-27M.002
6331
Weight
Front
5
Prepared by:
Mike Iden
)CK TRUCK SALES, INC.
1801 E. SLATON HWY.
LUBBOCK, TX 79404
Phone: 806-748-1529
Rear Retail Price
WC
N/C
STD
STD
STD
$768.00
STD
STD
STD
STD
STD
STD
STD
STD
STD
($16.00)
STD
STD
STD
STD
STD
STD
STD
STD
STD
07/11/2022 8:40 AM
Page 3 of 14
Prepared for.
Marta
Alvarez
City of Lubbock
PO Box 2000
Lubbock, TX 79457
Phone: 808-775-2572
Data Code Description
155-070
DELCO 12V 35MT STARTER WITH INTEGRATED
MAGNETIC SWITCH AND SOLENOID
342-584
ALLISON 3500 RDS AUTOMATIC TRANSMISSION
WITH PTO PROVISION
343-313
ALLISON VOCATIONAL PACKAGE 145 -
AVAILABLE ON 3000/4000 PRODUCT FAMILIES
WITH VOCATIONAL MODEL RDS
848-012
ALLISON VOCATIONAL RATING FOR ON/OFF
HIGHWAY APPLICATIONS AVAILABLE WITH ALL
PRODUCT FAMILIES
84C-023
PRIMARY MODE GEARS, LOWEST GEAR 1,
START GEAR 1, HIGHEST GEAR 6, AVAILABLE
FOR 3000/4000 PRODUCT FAMILIES ONLY
84D-023
SECONDARY MODE GEARS, LOWEST GEAR 1,
START GEAR 1, HIGHEST GEAR 6, AVAILABLE
FOR 3000/4000 PRODUCT FAMILIES ONLY
84E-000
PRIMARY SHIFT SCHEDULE RECOMMENDED BY
DTNA AND ALLISON, THIS DEFINED BY ENGINE
AND VOCATIONAL USAGE
84F-000
SECONDARY SHIFT SCHEDULE
RECOMMENDED BY DTNA AND ALLISON, THIS
DEFINED BY ENGINE AND VOCATIONAL USAGE
84G-000
PRIMARY SHIFT SPEED RECOMMENDED BY
DTNA AND ALLISON, THIS DEFINED BY ENGINE
AND VOCATIONAL USAGE
84H-OW
SECONDARY SHIFT SPEED RECOMMENDED BY
DTNA AND ALLISON, THIS DEFINED BY ENGINE
AND VOCATIONAL USAGE
84J-000
ENGINE BRAKE RANGE PRESELECT
RECOMMENDED BY DTNA AND ALLISON, THIS
DEFINED BY ENGINE AND VOCATIONAL USAGE
84K-000
ENGINE BRAKE RANGE ALTERNATE
PRESELECT RECOMMENDED BY DTNA AND
ALLISON, THIS DEFINED BY ENGINE AND
VOCATIONAL USAGE
84N-200
FUEL SENSE 2.0 DISABLED - PERFORMANCE -
TABLE BASED
84U-000
DRIVER SWITCH INPUT - DEFAULT - NO
SWITCHES
34C-001
ELECTRONIC TRANSMISSION CUSTOMER
ACCESS CONNECTOR FIREWALL MOUNTED
362-823
CUSTOMER INSTALLED CHELSEA 280 SERIES
PTO
Prepared by:
Mike Iden
OCK TRUCK SALES, INC.
1801 E. SLATON HWY.
LUBBOCK TX 79404
Phone: 806-748-1529
Weight
Weight
Front
Rear Retail Price
10
WC
200
60 $6,711.00
N/C
N/C
N/C
WC
STD
STD
STD
STD
STD
STD
STD
STD
$23.00
WC
Application Version 11.7.407 w 07/11/2022 8:40 AM
Data Version PRL-27M.002
6331 Page 4 of 14
Prepared for.
Marta
Alvarez
City of Lubbock
PO Box 2000
Lubbock, TX 79457
Phone: 806-775-2572
Data Code
363-001
PTO MOUNTING, LH SIDE OF MAIN
TRANSMISSION ALLISON
341-018
MAGNETIC PLUGS, ENGINE DRAIN,
TRANSMISSION DRAIN, AXLE(S) FILL AND
DRAIN
345-003
PUSH BUTTON ELECTRONIC SHIFT CONTROL,
DASH MOUNTED
97G-004
TRANSMISSION PROGNOSTICS - ENABLED 2013
370-015
WATER TO OIL TRANSMISSION COOLER, IN
RADIATOR END TANK
34&=
TRANSMISSION OIL CHECK AND FILL WITH
ELECTRONIC OIL LEVEL CHECK
351-001
SYNTHETIC TRANSMISSION FLUID (TES-295
COMPLIANT)
400-1A6
DETROIT DA-F-12.0-312,000# FF1 71.5 KPI/3.74
DROP SINGLE FRONT AXLE
402-020
MERITOR 15X4 Q+ CAM FRONT BRAKES
403-002
NON -ASBESTOS FRONT BRAKE LINING
419-001
CAST IRON OUTBOARD FRONT BRAKE DRUMS
409-M
FRONT OIL SEALS
408-001
VENTED FRONT HUB CAPS WITH WINDOW,
CENTER AND SIDE PLUGS - OIL
416-022
STANDARD SPINDLE NUTS FOR ALL AXLES
405-002
MERITOR AUTOMATIC FRONT SLACK
ADJUSTERS
538-050
TRW THP-60 POWER STEERING
539-003
POWER STEERING PUMP
534-015
2 QUART SEE THROUGH POWER STEERING
RESERVOIR
4OT-002
CURRENT AVAILABLE SYNTHETIC 75W 90
FRONT AXLE LUBE
620-1F0 12,000# DUAL TAPERLEAF FRONT SUSPENSION
619-005 MAINTENANCE FREE RUBBER BUSHINGS -
FRONT SUSPENSION
410-001 FRONT SHOCK ABSORBERS
420-1 K3 MT-40-14X 40,0000 R-SERIES TANDEM REAR
AXLE
421-488 4.88 REAR AXLE RATIO
Application version 11.7.407 Ip
Data Version PRL-27M.002
6331
Prepared by:
Mike Iden
)CK TRUCK SALES, INC.
1801 E. SLATON HWY.
LUBBOCK, TX 79404
Phone: 806-748-1529
Weight ryWelght
Front II Rear Retail Price
WC
STD
N/C
WC
STD
N/C
STD
STD
STD
STD
STD
STD
STD
STD
STD
STD
STD
$17.00
42 $57.00
STD
STD
2,600 $9,922.00
WC
07/11/2022 8:40 AM
Page 5 of 14
Prepared for
Marta
Alvarez
City of Lubbock
PO Box 2000
Lubbock, TX 79457
Phone: 806-775-2572
Data Code
Description
LUB
Weight
Front
Prepared by:
Mike Iden
OCK TRUCK SALES, INC.
1801 E. SLATON HWY.
LUBBOCK TX 79404
Phone: 806-748-1529
Weight
Rear Retail Price
424-001
IRON REAR AXLE CARRIER WITH STANDARD
STD
AXLE HOUSING
386-073
MXL 17T MERITOR EXTENDED LUBE MAIN
20
20 $499.00
DRIVELINE WITH HALF ROUND YOKES
388-073
MXL 17T MERITOR EXTENDED LUBE INTERAXLE
WC
DRIVELINE WITH HALF ROUND YOKES
878-019
(1) INTERAXLE LOCK VALVE FOR TANDEM OR
WC
TRIDEM DRIVE AXLES
87A-001
BLINKING LAMP WITH EACH INTERAXLE LOCK
N/C
SWITCH, INTERAXLE UNLOCK DEFAULT WITH
IGNITION OFF
423-020
MERITOR 16.5X7 Q+ CAST SPIDER CAM REAR
$26.00
BRAKES, DOUBLE ANCHOR, FABRICATED
SHOES
433-M
NON ASBESTOS REAR BRAKE LINING
STD
434-003
STANDARD BRAKE CHAMBER LOCATION
WC
451-001
CAST IRON OUTBOARD REAR BRAKE DRUMS
-20 STD
440-M
REAR OIL SEALS
STD
426-101
WABCO TRISTOP D LONGSTROKE 2-DRIVE
20 N/C
AXLE SPRING PARKING CHAMBERS
428-002
MERITOR AUTOMATIC REAR SLACK
STD
ADJUSTERS
41T-W2
CURRENT AVAILABLE SYNTHETIC 75W 90 REAR
STD
AXLE LUBE
622-006
40,000# 4-SPRING FLAT LEAF REAR
670 ($220.00)
SUSPENSION
621-W1
SPRING SUSPENSION - NO AXLE SPACERS
WC
431-001
STANDARD AXLE SEATS IN AXLE CLAMP
WC
GROUP
624-011
52 INCH AXLE SPACING
WC
018-002
AIR BRAKE PACKAGE
STD
490-100
WABCO 4S/4M ABS
WC
871-001
REINFORCED NYLON, FABRIC BRAID AND WIRE
STD
BRAID CHASSIS AIR LINES
904-001
FIBER BRAID PARKING BRAKE HOSE
STD
412-001
STANDARD BRAKE SYSTEM VALVES
STD
48D4302
STANDARD AIR SYSTEM PRESSURE
STD
PROTECTION SYSTEM
413-002
STD U.S. FRONT BRAKE VALVE
STI)
432-OW
RELAY VALVE WITH 5-8 PSI CRACK PRESSURE,
STD
NO REAR PROPORTIONING VALVE
Application Version 11.7.407 a
07/11/2022 8:40 AM
Data Version PRL-27M.002
6331
Page 6 of 14
Prepared for.
Marta
Alvarez
City of Lubbock
PO Box 2000
Lubbock, TX 79457
Phone: 806-775-2572
Prepared by:
Mike Iden
:K TRUCK SALES, INC.
1801 E. SLATON HWY.
LUBBOCK, TX 79404
Phone: 806-748-1529
Data Code
Description
Weight
Front
Weight
Rear Retail Price
480-088
WABCO SYSTEM SAVER HP WITH INTEGRAL
STD
AIR GOVERNOR AND HEATER
479-012
AIR DRYER MOUNTED UNDER HOOD
WC
460.001
STEEL AIR BRAKE RESERVOIRS
STD
477-001
PULL CABLE ON WET TANK, PETCOCK DRAIN
STD
VALVES ON ALL OTHER AIR TANKS
296-027
PRIMARY CONNECTOR/RECEPTACLE WIRED
FOR COMBINATION STOPITURN, CENTER PIN
POWERED THROUGH IGNITION WITH STOP
SIGNAL PREWIRE PACKAGE
297-001
SAE J560 7-WAY PRIMARY TRAILER CABLE
RECEPTACLE MOUNTED END OF FRAME
335-004
UPGRADED CHASSIS MULTIPLEXING UNIT
32A-002
UPGRADED BULKHEAD MULTIPLEXING UNIT
545-595
5950MM (234 INCH) WHEELBASE
546-100
11/32X3-1/2X10-3/16 INCH STEEL FRAME
(8.73MMX258.8MM10.344X10.19 INCH)120KSI
552-014
1900MM (75 INCH) REAR FRAME OVERHANG
55W-007
FRAME OVERHANG RANGE: 71 INCH TO 80
INCH
AC8-99D
CALC'D BACK OF CAB TO REAR SUSP C/L (CA) :
121.46 in
AE8-99D
CALCULATED EFFECTIVE BACK OF CAB TO
REAR SUSPENSION C/L (CA) : 118.46 In
AE4-99D
CALC'D FRAME LENGTH - OVERALL: 348.03 in
FSS-0LH
CALCULATED FRAME SPACE LH SIDE: 107.09
In
FSS-0RH
CALCULATED FRAME SPACE RH SIDE: 70.86 in
553-001
SQUARE END OF FRAME
550-001
FRONT CLOSING CROSSMEMBER
559-001
STANDARD WEIGHT ENGINE CROSSMEMBER
561-001
STANDARD CROSSMEMBER BACK OF
TRANSMISSION
562-001
STANDARD MIDSHIP #1 CROSSMEMBER(S)
572-M
STANDARD REARMOST CROSSMEMBER
565-001
STANDARD SUSPENSION CROSSMEMBER
556-1AP THREE-PIECE 14 INCH PAINTED STEEL
BUMPER WITH COLLAPSIBLE ENDS
Application Version 11.7.407 •
Data Version PRL-27M.002
6331
$55.00
5 5 $790.00
WC
WC
WC
280 90 $568.00
N/C
-20 90 WC
30
N/C
N/C
STD
STD
STD
STD
STD
STD
STD
$65.00
07/11/2022 8:40 AM
Page 7 of 14
Prepared for.
Marta
Alvarez
City of Lubbock
PO Box 2000
Lubbock, TX 79457
Phone: 806-775-2572
Data Code Description
574-001
BUMPER MOUNTING FOR SINGLE LICENSE
PLATE
586-024
FENDER AND FRONT OF HOOD MOUNTED
FRONT MUDFLAPS
551-007
GRADE 8 THREADED HEX HEADED FRAME
FASTENERS
607-001
CLEAR FRAME RAILS FROM BACK OF CAB TO
FRONT REAR SUSPENSION BRACKET, BOTH
RAILS OUTBOARD
204-192
50 GALLON/189 LITER RECTANGULAR
ALUMINUM FUEL TANK - LH
218-005
RECTANGULAR FUEL TANK(S)
215-005
PLAIN ALUMINUM/PAINTED STEEL
FUEL/HYDRAULIC TANK(S) WITH PAINTED
BANDS
212-007
FUEL TANK(S) FORWARD
664-001
PLAIN STEP FINISH
205-001
FUEL TANK CAP(S)
122-iH1
DETROIT FUELNVATER SEPARATOR WITH
BYPASS
216-020
EQUIFLO INBOARD FUEL SYSTEM
202-016
HIGH TEMPERATURE REINFORCED NYLON
FUEL LINE
093-12C
HANKOOK AL21 11 R22.514 PLY RADIAL FRONT
TIRES
094-2C6
HANKOOK DL11 11R22.514 PLY RADIAL REAR
TIRES
4184)60
CONMET PRESET PLUS PREMIUM IRON FRONT
HUBS
450-060
CONMET PRESET PLUS PREMIUM IRON REAR
HUBS
502-657
ACCURIDE 51408 ACCU-LITE 22.5X8.2510-HUB
PILOT 6.16 INSET 2-HAND STEEL DISC FRONT
WHEELS
505-657
ACCURIDE 51408 ACCU-LITE 22.5X8.2510-HUB
PILOT 24HAND STEEL DISC REAR WHEELS
496-011
FRONT WHEEL MOUNTING NUTS
497-011
REAR WHEEL MOUNTING NUTS
Application Version 11.7.407
Date version PRL-27M.002
6331
Prepared by:
Mike Iden
LUB IOCK TRUCK SALES, INC.
1801 E. SLATON HWY.
LUBBOCK, TX 79404
Phone: 806-748-1529
Weight I Weight
Front Rear Retail Price
20
-0
N/C
STD
STD
$218.00
$115.00
STD
STD
STD
STD
STD
N/C
STD
STD
12 ($426.00)
120 ($1,704.00)
STD
STD
$2.00
$8.00
STD
STD
07/11/2022 8:40 AM
III Page 8 of 14
Prepared for.
Marta
Alvarez
City of Lubbock
PO Box 2000
Lubbock, TX- 79457
Phone: 806-775-2572
Data Code
829-079
154 INCH BBC HIGH -ROOF ALUMINUM
CONVENTIONAL CREW CAB
650-008
AIR CAB MOUNTING
648-002
NONREMOVABLE BUGSCREEN MOUNTED
BEHIND GRILLE
678-001
LH AND RH GRAB HANDLES
646-009
PAINTED PLASTIC GRILLE
65X-001
ARGENT SILVER HOOD MOUNTED AIR INTAKE
GRILLE
644-004
FIBERGLASS HOOD
727-1AF
SINGLE 141NCH ROUND HADLEY AIR HORN
UNDER LH DECK
726-001
SINGLE ELECTRIC HORN
728-001
SINGLE HORN SHIELD
575-001
REAR LICENSE PLATE MOUNT END OF FRAME
312-043
INTEGRAL HEADLIGHT/MARKER ASSEMBLY
302-001
(5) AMBER MARKER LIGHTS
294-001
INTEGRAL STOP/TAIL/BACKUP LIGHTS
300-015
STANDARD FRONT TURN SIGNAL LAMPS
744-1BH
DUAL WEST COAST MOLDED -IN COLOR
MIRRORS
797-001
DOOR MOUNTED MIRRORS
796-WI
102 INCH EQUIPMENT WIDTH
743-1AP
LH AND RH 81NCH MOLDED -IN COLOR CONVEX
MIRRORS MOUNTED UNDER PRIMARY
MIRRORS
729-001
STANDARD SIDE/REAR REFLECTORS
768-043
63X14 INCH TINTED REAR WINDOW
661-OM
TINTED DOOR GLASS LH AND RH WITH TINTED
NON -OPERATING WING WINDOWS
654-003
MANUAL DOOR WINDOW REGULATORS
663-013
1-PIECE SOLAR GREEN GLASS WINDSHELD
669-019
2 GALLON WINDSHIELD WASHER RESERVOIR
WITHOUT FLUID LEVEL INDICATOR, FRAME
MOUNTED
707-1AM OPAL GRAY CLOTH INTERIOR
706-013 MOLDED PLASTIC DOOR PANEL
708-013 MOLDED PLASTIC DOOR PANEL
772-M BLACK MATS WITH SINGLE INSULATION
Application Version 11.7.407 e
Data Version PRL-27M.002
6331
Prepared by:
Mike Iden
'K TRUCK SALES, INC.
1801 E. SLATON HWY.
LUBBOCK, TX 79404
Phone. 806-748-1529
Weight Weight
Front Rear
430 250
4
Retail Price
$12,419.00
$97.00
$36.00
STD
$50.00
N/C
STD
$82.00
STD
WC
STD
STD
STD
STD
STD
STD
STD
STD
$43.00
STD
STD
STD
STD
STD
STD
STD
STD
STD
STD
07/11/2022 8:40 AM
Page 9 of 14
Prepared for
Marta
Alvarez
City of Lubbock
PO Box 2000
Lubbock, TX 79457
Phone: 806-775-2572
Data Code Description
691-M
FORWARD ROOF MOUNTED CONSOLE WITH
UPPER STORAGE COMPARTMENTS WITHOUT
NETTING
694-010
IN DASH STORAGE BIN
742-007
(2) CUP HOLDERS LH AND RH DASH
680-006
GRAY/CHARCOAL FLAT DASH
720-M
5 LB. FIRE EXTINGUISHER
700-002
HEATER, DEFROSTER AND AIR CONDITIONER
701-001
STANDARD HVAC DUCTING
703-005
MAIN HVAC CONTROLS WITH RECIRCULATION
SWITCH
170-015
STANDARD HEATER PLUMBING
130-041
VALEO HEAVY DUTY A/C REFRIGERANT
COMPRESSOR
702-M
BINARY CONTROL, R-134A
739-033
STANDARD INSULATION
285-013
SOLID-STATE CIRCUIT PROTECTION AND
FUSES
280-007
12V NEGATIVE GROUND ELECTRICAL SYSTEM
324-047
DOOR ACTIVATED DOME/RED MAP LIGHTS,
FORWARD LH AND RH AND REAR LH, RH AND
CENTER
657-001
DOOR LOCKS AND IGNITION SWITCH KEYED
THE SAME
78G-003
KEY QUANTITY OF 3
655-001
CAB DOOR LATCHES WITH MANUAL DOOR
LOCKS
284-023
(1) 12 VOLT POWER SUPPLY IN DASH
722-028
TRIANGULAR REFLECTORS KIT WITHOUT
FLARES SHIPPED LOOSE IN CAB
756336
BASIC ISRI HIGH BACK NON SUSPENSION
DRIVERS SEAT W/FORE & AFT ADJUSTMENT
760-1CO
2 MAN TOOL BOX MID BACK NON SUSPENSION
PASSENGER SEAT WITH HEADRESTS
782-155
FULL WIDTH REAR BENCH SEAT WITH FOLDING
BACK
711-004
LH AND RH INTEGRAL DOOR PANEL ARMRESTS
758-014
BLACK CORDURA PLUS CLOTH DRIVER SEAT
COVER
761-014
BLACK CORDURA PLUS CLOTH PASSENGER
SEAT COVER
755-014
BLACK CORDURA PLUS CLOTH REAR
PASSENGER SEAT COVER
Prepared by:
Mike Iden
,K TRUCK SALES, INC.
1801 E. SLATON HWY.
LUBBOCK, TX 79404
Phone: 806-748-1529
Weigh (Weight
Front Rear Retail Price
STD
10
10
70
75
20
20
STD
STD
STD
$60.00
STD
STD
STD
STD
STD
STD
STD
STD
STD
WC
STD
$9.00
N/C
$21.00
$24.00
STD
$344.00
$416.00
STD
$2.00
$4.00
$63.00
DateApplicationsiVersion 7M.0007 & I 07/11/2022 8:40 AM
Data Version PRL-27M.002
6331 Page 10 of 14
Prepared for.
Marta
Alvarez
City of Lubbock
PO Box 2000
Lubbock, TX 79457
Phone: 806-775-2572
Data Code Description
763-101
BLACK SEAT BELTS .
532-001
FIXED STEERING COLUMN
540-015
4-SPOKE 18 INCH (450MM) STEERING WHEEL
7654)02
DRIVER AND PASSENGER INTERIOR SUN
VISORS
732-004
GRAY DRIVER INSTRUMENT PANEL
734-004
GRAY CENTER INSTRUMENT PANEL
870-001
BLACK GAUGE BEZELS
486-001
LOW AIR PRESSURE INDICATOR LIGHT AND
AUDIBLE ALARM
8404)02
2 INCH PRIMARY AND SECONDARY AIR
PRESSURE GAUGES
198-025
INTAKE MOUNTED AIR RESTRICTION
INDICATOR WITHOUT GRADUATIONS
149-013
ELECTRONIC CRUISE CONTROL WITH
SWITCHES IN LH SWITCH PANEL
156-033
KEY OPERATED IGNITION SWITCH AND
INTEGRAL START POSITION; 4 POSITION
OFF/RUN/START/ACCESSORY WITH ECM
STARTER LOCKOUT
811-042
ICU3S, 132X48 DISPLAY WITH DIAGNOSTICS, 28
LED WARNING LAMPS AND DATA LINKED
160-038
HEAVY DUTY ONBOARD DIAGNOSTICS
INTERFACE CONNECTOR LOCATED BELOW LH
DASH
844-001
2 INCH ELECTRIC FUEL GAUGE
148-085
EMISSIONS LIMITED IDLE ADJUST
856-001
ELECTRICAL ENGINE COOLANT TEMPERATURE
GAUGE
864-001
2 INCH TRANSMISSION OIL TEMPERATURE
GAUGE
830-017
ENGINE AND TRIP HOUR METERS INTEGRAL
WITHIN DRIVER DISPLAY
372-051
CUSTOMER FURNISHED AND INSTALLED PTO
CONTROLS
852-002
ELECTRIC ENGINE OIL PRESSURE GAUGE
679-001
OVERHEAD INSTRUMENT PANEL
746-136
AM/FMMIB WORLD TUNER RADIO WITH
AUXILIARY INPUT, J1939
747-001
DASH MOUNTED RADIO
750-002
(2) RADIO SPEAKERS IN CAB
Weight
Front
10
i
Prepared by:
Mike Iden
LUBBOCK TRUCK SALES, INC.
1801 E. SLATON HWY.
LUBBOCK TX 79404
Phone:806-748-1529
Weight
Rear Retail Price
STD
STD
STD
STD
STD
STD
STD
STD
STD
STD
STD
N/C
STD
STD
STD
N/C
STD
STD
STD
N/C
STD
STD
$290.00
WC
N/C
Application Version 11.7.407 • i 07/11/2022 8:40 AM
Data Version PRL-27M.002 lil
6331 Page 11 of 14
Prepared for.
i
Prepared by:
Marta
Mike Iden
Alvarez
LUB
OCK TRUCK SALES, INC.
City of Lubbock
1801 E. SLATON HWY.
PO Box 2000
LUBBOCK TX 79404
Lubbock, TX 79457
Phone: 806-748-1529
Phone: 806-775-2572
Weight
Weight
Data Code
Description
Front
Rear Retail Price
753-001
AM/FM ANTENNA MOUNTED ON FORWARD LH
$47.00
ROOF
810-027
ELECTRONIC MPH SPEEDOMETER WITH
STD
SECONDARY KPH SCALE, WITHOUT
ODOMETER
817-001
STANDARD VEHICLE SPEED SENSOR
STD
812-001
ELECTRONIC 3000 RPM TACHOMETER
STD
813-1134
VT-HU CONNECTIVITY PLATFORM HARDWARE
N/C
8D1-003
3 YEARS DETROIT CONNECT BASE PACKAGE
WC
(VIRTUAL TECHNICIAN, DETROIT CONNECT
PORTAL ACCESS) FOR VT-HU CONNECTIVITY
PLATFORM
162-002
IGNITION SWITCH CONTROLLED ENGINE STOP
WC
81Y-001
PRE -TRIP LAMP INSPECTION, ALL OUTPUTS
$12.00
FLASH, WITH SMART SWITCH
836-015
DIGITAL VOLTAGE DISPLAY INTEGRAL WITH
STD
DRIVER DISPLAY
6604)08
SINGLE ELECTRIC WINDSHIELD WIPER MOTOR
STD
WITH DELAY
304.001
MARKER LIGHT SWITCH INTEGRAL WITH
STD
HEADLIGHT SWITCH
882-M
ONE VALVE PARKING BRAKE SYSTEM WITH
STD
WARNING INDICATOR
299-013
SELF CANCELING TURN SIGNAL SWITCH WITH
STD
DIMMER, WASHERAMPER AND HAZARD IN
HANDLE
298-039
INTEGRAL ELECTRONIC TURN SIGNAL
STD
FLASHER WITH HAZARD LAMPS OVERRIDING
STOP LAMPS
PAINT: ONE SOLID COLOR I STD
980-5F6 CAB COLOR A. L0006EY WHITE ELITE EY
STD
986-020 BLACK HIGH SOLIDS POLYURETHANE CHASSIS
STD
PAINT
962-972 POWDER WHITE (N0006EA) FRONT
STD
WHEELS/RIMS (PKWHT21, TKWHT21, W, TW)
966-972 POWDER WHITE (N0006EA) REAR
STD
WHEELS/RIMS (PKWHT21, TKWHT21, W, TW)
964-6Z7 BUMPER PAINT: FP24812 ARGENT SILVER
STD
DUPONT FLEX
963-003 STANDARD E COAT/UNDERCOATING
STD
APPIIcation Version 11.7.407 07/11/2022 8:40 AM
Data Version PRL-27M.002 1
6331 Page 12 of 14
Prepared for.
Marta
Alvarez
City of Lubbock
PO Box 2000
Lubbock, TX 79457
Phone: 806.775-2572
Prepared by:
Mike Iden
LUB OCK TRUCK SALES, INC.
1801 E. SLATON HWY.
LUBBOCK TX 79404
Phone: 806-748-1529
Weight Weight
Data Code Description Front Rear Retail Price
996-001 U.S. FMVSS CERTIFICATION, EXCEPT SALES STD
CABS AND GLIDER KITS
--
a...:...Y:_ — .. . -jai'....
998-001 CORPORATE PDI CENTER IN-SERVICE ONLY N/C
Factory Weight* 7377 Ibs 7325 Ibs 14702 Ibs
RD1-003 3 YEARS DETROIT CONNECT BASE PACKAGE (VIRTUAL
TECHNICIAN, DETROIT CONNECT PORTAL ACCESS)
N RAG-=
CUMMINS TARIFF CHARGE - $205
RFY-022
FRONT TIRE SURCHARGE
RFU-022
REAR TIRE SURCHARGE
P73-2FT
STANDARD DESTINATION CHARGE
N/C
$205.00
$40.00
$160.00
$2,700.00
Application version 11.7.407 I • I 07/11/2022 8:40 AM
Data Version PRL-27M.002 lil
6331 Page 13 of 14
Prepared for.
Marta
Alvarez
City of Lubbock
PO Box 2000
Lubbock, TX 79457
Phone: 806-775-2572
(+) Weights shown are estimates only.
If weight is critical, contact Customer Application Engineering.
(") Prices shown do not include taxes, fees, etc... 'Net Equipment Selling Price* is located on the
(—) All lost Increases for major components (Engines, Transmissions, Axles, Front and Rear Tires) and
requirements, tariffs, and raw material surcharges will be passed through and added to factory invoices.
Application Version 11.7.407
Data Version PRL-27M.002
6331
FRE 5H I Z INES-
Prepared by:
Mike Iden
:K TRUCK SALES, INC.
1801 E. SLATON MNY.
LUBBOCK, TX 79404
Phone: 806-748-1529
Details Proposal Report.
mandated
07/11/2022 8:40 AM
Page 14 of 14
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
101
Complete Nos. 1- 4 and 6 if there are interested parties. !
Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties.
i
OFFICE USE ONLY
CERTIFICATION OF FILING
Certificate Number:
2022-915939
1 Name of business entity filing form, and the city, state and country of the business entity s place
of business.
Lubbock Truck Sales Inc.
Lubbock, TX United States
Date Filed:
07/28/2022
2 Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Lubbock
Date Acknowledged:
3 Provide the identification number used by the governmental entity or state agency to track or ideriff
description of the services, goods, or other property to be provided under the contract.
y the contract, and provide a
ITB 22-16651-SB
Tandem Axle Diesel Crew Cab
4
Name of Interested Parry
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermediary
Kinsey, Cody
Lubbock, TX United States
X
i
I
i
I
i
I
I
5 Check only If there is NO Interested Parry.
6 UNSWORN DECLARATION �',,�'
My name is-►1�7X%�V
My address is /,: !0/ �L�%f�✓ /%
i
and my date ol
�8 `G
birth is
u ��1��
(street)
(city) (i
tate) (zip code) (country)
I declare under penalty of p r)•ury that the foregoing is true and correct. I
Executed in Coun State of
t���t! ty, ti
on the
day of 20
i
(m ) (year)
Signature
tracdng lGiness entity
bf authorized ag t of —cor
(Declarant)
Forms Drovided by TpXac Ethic¢ C nmmiccinn
^�� ��^•� ^ �� i version V1.1.191b5cdc
CERTIFICATE OF INTERESTED PARTIES FORM 1295
1 of 1
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
Certificate Number:
1
Name of business entity filing form, and the city, state and country of the business entity's place
of business.
2022-915939
Lubbock Truck Sales Inc.
Lubbock, TX United States
Date Filed:
07/28/2022
2
Name of governmental entity or state agency that is a parry to the contract for which the form is
being filed.
City of Lubbock
Date Acknowledged:
07/29/2022
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.
ITB 22-16651-SB
Tandem Axle Diesel Crew Cab
4
Name of Interested Parry
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermediary
Kinsey, Cody
Lubbock, 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 V1.1.191b5cdc