Loading...
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