HomeMy WebLinkAboutResolution - 2013-R0215 - Contract -Lubbock Truck Sales Inc.- Vehicle And Equipment Maintenance And Repair - 07_11_2013Resolution NO. 2013—R0215
July 11, 2013
Item No. 5.10
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to
execute for and on behalf of the City of Lubbock, Contract No. 11258 for maintenance &
repair on City heavy vehicles and equipment, by and between the City of Lubbock and
Lubbock Truck Sales, Inc., and related documents. Said Contract is attached hereto and
incorporated in this resolution as if fully set forth herein and shall be included in the
minutes of the City Council.
Passed by the City Council on
G . R B RTSON, MAYOR
ATTEST:
Reb cca Garza, City Secret
APPROVED AS TO CONTENT:
_ r
"JV
Scott Snider, Assistant City Manager
Community Services
APPROVED AS TO FORM:
Chad Weaver, Assistant City Attorney
vw:ccdocs. RES.Contract-Lubbock Truck Sales, Inc.
June 5, 2013
Resolution No. 2013-RO215
Contract 11258
City of Lubbock, TX
Contract for
Maintenance & Repair on City Heavy Vehicles and Equipment
THIS CONTRACT made and entered into this 11`h day of July, 2013, by and between the City of
Lubbock ("City"), and Lubbock Truck Sales, Inc., ("Contractor").
WITNESSETH:
WHEREAS, the City of Lubbock duly advertised for bids for Maintenance & Repair on City
Heavy Vehicles and Equipment and bids were received and duly opened as required by law; and
WHEREAS, after careful consideration of the bid submitted by Contractor, the City authorized
the execution, in the name of the City of Lubbock a contract with said Contractor covering the
purchase and delivery of the said Maintenance & Repair on City Heavy Vehicles and Equipment.
NOW, THEREFORE, in consideration of the mutual agreement contained herein, as well as the
financial consideration hereinafter referred to, the parties hereby covenant and agree as follows:
In accordance with City's specifications and Contractor's bid, copies of which are attached
hereto and made part hereof, Contractor will deliver to the City, Maintenance & Repair on City
Heavy Vehicles and Equipment and more specifically referred to as Exhibit A and the bid
submitted by the Contractor or in the specifications attached hereto.
2. The City promises and agrees to employ, and does employ, the Contractor to cause to be done
the work provided for in this Contract and to complete and finish the same according to the
attached specifications, offer, and terms and conditions contained herein.
3. The Contractor shall perform the work according to the procedures outlined in the Bid Form
and Specifications attached hereto. The contract shall be for a term of one year with an option
to renew four additional one year terms, said date term beginning upon formal approval. The
City does not guarantee any specific amount of compensation, volume, minimum or maximum
amount of services under this contract.
4. This contract shall remain in effect until the expiration date, performance of services ordered,
or termination of by either party with a thirty (30) day written notice. Such written notice must
state the reason for cancellation. The City of Lubbock reserves the right to award the canceled
contract to the next lowest and best bidder as it deems to be in the best interest of the city.
5. Contractor shall at all times be an independent contractor and not an agent or representative of
City with regard to performance of the Services. Contractor shall not represent that it is, or
hold itself out as, an agent or representative of City. In no event shall Contractor be authorized
to enter into any agreement or undertaking for or on behalf of City.
6. The contractor shall obtain and maintain in full force and effect during the term of the contract,
commercial general liability coverage with insurance carriers admitted to do business in the
State of Texas. The insurance companies must carry a Best's Rating of A- VII or better. The
policies will be written on an occurrence basis, subject to the following minimum limits of
liability:
TYPE AMOUNT
500,000
General Liability
Commercial General Liability
General Aggregate
Garage Keepers
Combined Single Limit
Auto Only — Each Accident 500,000
Workers Compensation Statutory Amounts
The City of Lubbock shall be named as additional insured on Auto/General Liability on a
primary and non-contributory basis, with a waiver of subrogation in favor of the City of
Lubbock on all coverages. All copies of the Certificates of Insurance shall reference the project
name or bid number for which the insurance is being supplied. Copies of all endorsements are
required.
The contractor will provide a Certificate of Insurance to the City as evidence of coverage. The
certificate will provide 30 days notice of cancellation, and under the cancellation section, the
wording "endeavor to" and "but failure to mail such notice shall impose no obligation or
liability of any kind upon the company, its agents or representatives" will be crossed out. A
copy of the additional insured endorsement attached to the policy will be included with the
certificate.
The contractor shall also maintain workers compensation insurance in the statutory amount.
If at any time during the life of the contract or any extension, the contractor fails to maintain
the required insurance in full force and effect, all work under the contract shall be discontinued
immediately. Any failure to maintain the required insurance may be sufficient cause for the
City to terminate the contract.
7. Neither the City nor the Contractor shall assign, transfer or encumber any rights, duties or
interests accruing from this Contract without the written consent of the other.
8. The City reserves the right to exercise any right or remedy available to it by law, contract,
equity, or otherwise, including without limitation, the right to seek any and all forms of relief in
a court of competent jurisdiction. Further, the City shall not be subject to any arbitration
process prior to exercising its 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, thus
provision shall control.
9. 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 its 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 overpayments
by the City, Contractor shall refund the City the full amount of such overpayments within thirty
(30) days of such audit findings, or the City, at its option, reserves the right to deduct such
amounts owing the City from any payments due Contractor.
10. This Contract consists of the following documents set forth herein; Invitation to Bid No. 13-
11258-CP, Specifications, and the Bid Form.
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day
and year first above written. Executed in triplicate.
CITY OF CONTRACTOR
B`f ,(' t9ea �/'e;'I J r,
G1 Ro ert n, Mayor Authorized Representative
ATTEST:
R becca Garza, City Secretary
f
APPR VED AS O NTENT: '
v 11.E �.
Scott Snider, Assistant City Manager
APPROVI . TO FbRM:
Assistant City Attorney
Lubbock Truck Sales, Inc.
Print Name
1801 East Slaton Hwy.
Address
Lubbock, TX 79404
City, State, Zip Code
N_
BID FORM
Maintenance & Repair on City Heavy Vehicles and Equipment
City of Lubbock, TX
ITB No. 13-11258-CP
In compliance with the Invitation to Bid 13-11258-CP, the undersigned Bidder having examined the Invitation to Bid and
Specifications, and being familiar with the conditions to be met, hereby submits the following Bid for furnishing the
material, equipment, labor and everything necessary for providing the items listed below and agrees to deliver said items at
the locations and for the prices set forth on this form. A bid will be subject to being considered irregular and may be
rejected if it shows omissions, alterations of form, conditional alternate bids, additions or alternates in lieu of the items
specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or
irregularities of any kind. The Invitation to Bid 13-11258-CP is by reference incorporated in this contract. The Bid Form
must be completed in blue or black ink or by typewriter.
1. Category: Trucks over 19500 Ibs GVWR (Class 6-7-8) Including Sweepers and Trash Trucks
Current Fleet: 241
(please print your information)
1. What is your labor rate per hour?
(Billed in increments offull, half and % hours)
$ 11J • per hour
2. What is your % markup abovelbelow parts "jobber" list?
/� is -/- _ a 0 70
�js�' —;D Rio
3. Do you provide pickup and delivery of vehicles?
If yes, what is the roundtrip charge?
< Yes
No
$
4. Do you offer a tow -service?
If so, what would be your roundtrip tow charge?
Yes
No
$ ;Z0000
5. Could you respond to a pickup 24 hours a day?
Yes
No
6. Miles from your location to City Fleet Services Garage
(206 Municipal Dr., Lubbock TX 79403)
7. Is a trip charge included in the bid price?
If not, what would be your service call fee and mileage fee?
Yes
No
Service call fee $ �� Ud Mileage fee $ 7
QUIURCHASE\BID DOCSUI-11258-CP MAI,VIENANCE $ REPAIR ON CrrY HEAVY VEHICLES AND EQUIPMENT
4
3. Category: Trailers Utility Pipe, Hay, Equipment, Crew, and Cargo
Current Fleet: 310
(please print your information)
1. What is you labor rate per hour?
in increments half % hours)
�
$ 8y1 00 hour
(Billed offull, and
per
2. What is your % markup aboveibelow parts "jobber" list?
��s�' d
A/57L —o?Q
—� ago
3. Do you provide pickup and delivery of vehicles?
If yes, what is the roundtrip charge?
Yes
No
$ -7 . ov
4. Do you offer a tow -service?
If so, what would be your roundtrip tow charge?
Ye
No
$ ilG1�• 0
5. Could you respond to a pickup 24 hours a day?
Yes
No
6. Miles from your location to City Fleet Services Garage
(206 Municipal Dr., Lubbock TX 79403)
7. Is a trip charge included in the bid price?
If not, what would be your service call fee and mileage fee?
Yes
No
Service call fee $ .i—d. VG Mileage fee $_ a !^/ry i le
QIPURCNAS"ID DOCS\I1-11158-CP MAINTENANCE Q REPAIR ON CrrY HEAVY VEHICLES AND EQUIPMENT
Vendor shall mark the appropriate services offered by their company in the corresponding boxes under "General Repairs"
and/or "Specific Service Repairs."
Category I
Tnlcks
General Repairs 7 I SDecific Service Repairs I J I
Chassis Group
Heatina, Ventilation, Air-
Conditionin
Drive Train Group
Hydraulics
Engine Group
Electrical
Accessories Group
Ali nments
Welding / Fabricatin
Category 2
Off -Road Equipment
Category 3
Trailers
Category 4
Forklifts
General Repairs
7 I SDecific Service Reoairs—l—W]
Chassis Group
Heating, V i on, Air-
Co nin
/
Drive Train Group
H draulics
Engine Grou
Electrical
Acces es Grou
Alignments
Welding/ Fabricating
General Renairs 57 Snecific Service Renairs I J I
Chassis Group
(/
Heating, Ventilation, Air-
Conditioning
Drive Train Group
Hydraulics
Engine Group
Electrical
Accessories Group
Ali nments
Welding / Fabricating
General Renairs I J 1 Snecific Service Renairs
Chassis Group
Heating, Ven ' n, Air -
Con ' In
Drive Train Group
draulics
Engine Group
Electrical
Accessor' roup
1
1 Alignments
Welding / Fabricating
QIPURCHASEIaID DOUN13-11158-CP MAINTENANCE & REPAIR ON CrrY HEAVY VEHICLES AND EQUIPMENT
8
a
*PRICE: F.O.B. Destination, Freight Pre -Paid and Allowed **Days After Receipt of Order (ARO)
Unless otherwise specified herein, the City may award the bid either item -by —item or on an all -or -none basis for any
item or group of items shown on the bid.
The City of Lubbock is seeking a contract for Maintenance & Repair on City Heavy Vehicles and Equipment with
one or more contractors. In order to assure adequate coverage, the City may make multiple awards, selecting
multiple vendors to provide the products desired, if multiple awards are in the best interest of the City. A decision to
make a multiple award of this Bid, however, is an option reserved by the City, based on the needs of the City.
O
PAYMENT TERMS AND DISCOUNTS - Bidder offers a prompt payment discount of O %, net calendar days.
Discounts will not be considered in determining low bid. Unless otherwise indicated on the Bid Form, payment terms will
be NET THIRTY DAYS. The City will pay the successful bidder within thirty days after the receipt of a correct invoice or
after the date of acceptance, whichever event occurs later. Discounts for prompt payment requiring payment by the City
within a stipulated number of days will be interpreted as applying within the stipulated number of calendar days after the
date of receipt by the City of a correct invoice or after the date of acceptance that meets contract requirements, whichever
event occurs later. Discounts for payment in less than ten days will not be considered.
MOST FAVOURED PRICING: The Bidder certifies that the price quoted is not in excess of the lowest price charged
anyone else, including its most favoured customer, for like quality and quantity of the products/services; does not include
an element of profit on the sale in excess of that normally obtained by the Bidder on the sale of products/services of like
quality and quantity; and does not include any provision for discounts to selling agents. If at any time during the contract
period, the supplier should sell or offer for sale to any other customer, an equal or less quantity of similar contract products
of like or better quality, at a lower net price(s) than provided herein, supplier agrees to notify the City and sell same
product(s) at the lower price(s) on all deliveries made during the period in which such lower price(s) is effective.
INTERLOCAL PURCHASING (optional): The City desires to make available to other local governmental entities of the
State of Texas, by mutual agreement with the successful bidder, and properly authorized interlocal purchasing agreements
as provided for by the Interlocal Cooperation Act (Chapter 791, Government Code), the right to purchase the same services,
at the prices quoted, for the period of this contract. Each bidder shall indicate on the Bid Form in the space provided below
if he/she will honor Political Subdivision orders in addition to orders from the City of Lubbock. Should these other
governmental entities decide to participate in this contract, would you (the bidder) agree that all terms, conditions,
specifications, and pricing would apply?
Other governmental entities that might have interests in this contract are Frenship Independent School District,
Lubbock Housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock Independent School
District, South Plains Association of Governments, City of Texarkana, Texas Tech University, West Texas
Municipal Poi Agency, Lynn County, and City of Wolfforth.
YES_ NO
• If you (the bidder) checked YES, the following will apply:
• Governmental entities utilizing Interlocal Agreements for Cooperative Purchasing with the City of Lubbock will
be eligible, but not obligated, to purchase materials/services under the contract(s) awarded as a result of this
solicitation. All purchases by governmental entities other than the City of Lubbock will be billed directly to that
governmental entity and paid by that governmental entity. City of Lubbock will not be responsible for another
governmental entity's debts. Each governmental entity will order their own materials/service as needed.
THIS BID IS SUBMITTED BY lo66od T✓+ Sf� S_" corporation organized under the laws of the State of
Tex.4 S , or a partne/rship consisting of or individual trading as
�L,6kec/� rrv&I �q�2S .z . of the City of L✓�6oc
Firm: <V�r S Z-A r- / / L /[�
Address- ��,9/ etf7' S�fDN #,� �sIJF7iJc��C %X 7f7�4!
QITURCHASE113I1) DOCSU7.11258•CP MAINTENANCE & REPAIR ON CrrY HEAVY VEHICLES AND EQULINEW
9
City: /vidlrlc1�1
Bidder acknowledges receipt of the following addenda:
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
i�l/WBE Firm:
State: 7'1r,,raS Zip 79 �p�4
Woman I I Black American I I Native American
—rHispanic American I I Asian Pacific Americi I Other (Specify)
Any entity or person that manufactures, distributes, converts new motor vehicles (or represents an entity that manufactures,
distributes, or converts new motor vehicles) or is in the business of buying, exchanging, or selling new motor vehicles is
required under the Tex. Occ. Code. Chapter 2301 to be licensed by Motor Vehicle Division of the Texas Department of
Transportation. In order for a bid to be in compliance with the Motor Vehicle Commission Code, the bidder must hold and
provide all applicable current valid licenses issued by the State of Texas:
1. Name and Manufacture's License No.
2. Name and Converter's License No.
3. Name and Representative's License No.
4. Name nd FranDealer's License No.
General Distinguishing No. % A c is (Franchised TX dealer)
By / T/X, /lG�fiY�lG
Authorized Representative - musttss
Officer Name and Title: n l�
Please Print
by hand
r-®3-/
Id
Business Telephone Number /D � — 7'tf"/J32 FAX:
E-mail Address: /-eX Q. Lybdoc.t( %r&C4541p_,f, GOM
FOR CITY USE ONLY
Bid Form Item Number(s) Awarded to Above Named Firm/individual:
Date of Award by City Council (forbids over S25,000): Date P.O./Contract Issued:
RETURN COMPLETED & SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS.
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND
TIME, AND YOUR COMPANY NAME AND ADDRESS.
Q PURCHASFDID DOCSVI I-11238-CP MAINTENANCE R REPAIR ON CrrY HEAVY VEHICLES AND EQUIPMENT
10
City of Lubbock, TX
Lubbock Truck Sales of Lubbock, Tx
Exhibit A
Hourly Labor
Maintenance and Repair on Heavy Vehicles and Equipment Services
Rate
Trucks over 19500 lbs. GVWR
Chassis $
115
Drive Train
115
Engine
115
Accessories
115
Heating, Ventilation, Air -Conditioning
115
Hydraulics
115
Electrical
115
Alignments
115
Welding/Fabricating
115
Trailers Utility Pipe, Hay, Equipment, Crew and Cargo
Chassis
115
Drive Train
115
Engine
115
Accessories
115
Heating, Ventilation, Air -Conditioning
115
Hydraulics
115
Electrical
115
Alignments
115
Welding/Fabricating
115
Q'.PURCHASEIBid DocumenmBuyer- Cynihia)201311TB 13-11258-CP Maintenance on City Heavy Vehicles and Equipment Exhibits.LTS Exb
City of
I�ubboc
TEXAS
TO:
PURCHASE ORDER
LUBBOCK TRUCK SALES INC
1801 E SLATON HWY
LUBBOCX Texas 79404
SHIP TO:
Page -
1
Date - 12/30/2016
Order Number 10017483 000 OP
CITY OF LUBBOCK
FLEET SERVICES
206 MUNICIPAL DRIVE
LU13BOCK Texas 79404
INVOICE TO: CITY OF LUBSOCK
ACCOUNTS PAYABLE
P.O. BOX 2000
LUrSBOCK, TX 79357 BY:
Marta : ez, arctor of P chasing & Contract Management
Ordered 12/50/2616
Requested 01/27/2017
Delivery L MOBBS REQ 49168
Description/Supplier Item
Labor
Freight
Taken By
CONTRACT 11258
Ordered Unit Cost Lei
1.000 10,925.0000 EA
K ARIGHT
Extension Request Date
10,925.00 12., 30'2016
15
IN V S 115313
Service Sublet
1.000
87.5000
EA
87.50
12i 3012016
Parts
1.000
41,328.2900
EA
41,328.29
12.30!2016
Fuel
1.000
96,1800
EA
96.18
12,13012016
Freight
1.000
622,9900
EA
622.99
1260,2016
Other Supplies
1.000
99.0000
EA
99.00
12/30i2016
Electronic Tool
1.000
40.0000
EA
40.00
12/30/2016
TowWer
Terms` NET 30
53,198.96
This purchase order encumbers funds in the amount of $53,198.96 awarded to Lubbock Truck Sales Inc. of Lubbock, TX on duly 11,
2013. The following is incorporated into and made part of this purchase order by reference: Contract-11258, Quote 11258 dated May 3,
2013 from Lubbock Truck Sales Inc. of Lubbock, TX. Resolution No.. 2013-R0215.
CITY 01 LUB CK
Daniel M. Pope, ayor
ATTEST:
ptol'c..' —
Rebecca Garza, City ScreAry
`�J
Seller and Buy er all pee as follows:
TER}1S AND CONDITIONS
I%I PORTANT: READ CAREFC' L1.5'
STAN DXR D T ER5I S AND CO' DIT 10 N S
C ITY O F LUBBO C K, TX
I Sizi-I.ER TO PACKAGE GnODS Seller u•d1 package goods to accordance with good commercial
pr --li C. Each Shipping mnlainer Ahal] he clearly and permaa Iut % marked as folions fa) Sellers
name and address, th) Consignee's name, address and purchase• order or purchase release oumiser and the
supply agreement number If applicable- Ic) container aurnber and coral number of enmsinees, c.g box I
of 4 boxes• and tdy the nu mhcr of the corn a l ner hearing Ihc packnlg &]Ill Seller shall bear Cuss of packayiny
unless m4c-wuc provided Goods shall br suilabl% packed to :�urc 10 vest Iran pupation ends and w
conf vrm wi[h mquucmeni-s OF —noun tamers and any applicable spcclticauons. Buvos count or weight
,ha11 be finA1 and com•IuSivc•on,shipretcms not accompanicdby packing lists.
SHIPSiFYT iNnFR RESFRL':1'f 1C1ti PRC}E11S] I L•U Sclkr IS not aulhonzcd [o shLp ttw goods under
Fes cn•al On and no tender Of a hill of lading n ill operate as a tender of goods.
}. TITLE A.ND RISK OF LOSS. The title and risk of losS 0f tine good= shall Fret pass TO Buyer unl it Buyer
actually rare ivies and takes pos_sessmn of the goads At the print 0r po inns of delivery
4 NO RL P LAC E h1 LN€ OF DEFFC'lIVF TENDER. Every lender of de In en uF you ds must Fully mmph
with all provisions of this contract as to [tole' of deliver,, qualify and phe litre If a Icndcr is rnsdr w•]nich does
not fully conform. this slw 11 constitute a breach and Seller shall not have the riglit to Subset ate a conforrning
[ender, provided. where The time Car per forma we has not ycl expired, Ilia Senn, may reasonably not iry Buyer
of his intenl con 10 core and m;tv diem make a eonf %inning tender gill, in the Coot Fact lime but not alit -ard
5- INVOIC'ES S, PAYMENTS. a. S e I I C r shall submit Sep arale in% oice:. in duplicate, one each purchase
order of purchase release after each deli% ry. IltvOiCr& Shall indicate the purchase order or purchase
release number and the supply agreement number if appliCah[c Invoices shall be i+emi7xil and
transportation charges, if any, shall be lis[e l sc[mralely. A Copy of ihc• hill of lading, and the Freight w ay hill
wbieu applicable, should be attached to the nnvoieu. Mail To. AoCumas Payable. City of Lubbo rk, P 0-
Cox 20W, Lubbock, 'Texas 74•1'1. Payrrlcnt sha 11 no[ be due until tine above instruments are submitted after
dclivcrv.
6. GRATUITIFS The Bun er lnay. by writ ice notice i0 1he Set Icr- cancel this contract without habit ity to
Seller if II is detenni bud by Buyer thal gratml ics, nil the f3rul 01 euLertainlncm, gi As or ul hencise, were
olfenrd or given by the Seiler, or any agent or represenlatk a of the Stllcr• 10 any 0Ricer or 4nployee of the
City oC Lubbock evil a vLaw• to sculling a cony ract or wcw irig favorable treatment with respect to the
awarding or amending, or the making of any delcrrinalions with respect to the perfnnning of such a
eontrut In the event Ibis contract is canceled by Buyer punuaril to this provision. Buyer shall be clun cl.
in addil ion to anv of her rights and reacted i es. 10 -eCIIU LIr withhold the anwum of tine cost incurred by Sella
in providing suehgzrurilies-
7 SPECIAL TOOLS L- TESI EQL lIP.M ENT If [lie price stated on the Cacr hereof includes the cost of any
sIicial tooling or pecial test equipmrnr fehrica[ed os required by Seller For the purpose of filling this
Order. Such special tunl ing equipirl And anv process shirts related Iherelo shall become the property- f
Ilia Buyer and to The ex tams few ibIa shill he idetlli lied by the Sellct m such.
8- W'ARRANTY-PRICE a The price to be paid by the Buyer shall bu that contained ill Seller's bid
which Sella vvanants to he 0o higher than Set[CF s current process on ordc7 by others for products of Ihc
kind and specification On, cred by this agrccmcnl for similar quant4its under similar of like conditions and
medluds of pup disc in the e, cm Seller breaehcS this wmranh, the prcecs of uhn• irons shall lx reduced
to live Seller's current plc s cot orders by others, or cot 11he alb rnati%c- Buyer map cancel this
contract without liabil ily to Scilcr for breach or Setter's actual expense b. The Seller warrants that no
person or selling agency has been employed or retained to sol ice or secure this contract upon an agreement
or understanding For connm ission- percentage. brokerage. or contingent feu excepting bona Fde employ ecs
of be na ride estabi ishal vmnxn•ial or set ling aganc ics realm rim d by the Seller for tine purpose of securing
business. For breach of cieiat ion of this waivanty the Buw•c Shell have the iglu in addition to any other
right of riglics to cancel Ili is contract without Iiabi Inv alnd to deduct horn the Contra Y price, or othera he
r"m er wslhout 1iabpl ity and to deduct from IKe contract price- or others, use recover the full amount of such
commission, perccnlagc. hmkcmge or contingent fee
9. WARRA I7 Y-P RODI.'C-T Sel ter sh:dI con link or caeludc any implied warrant ics and any aaempl in du
so shall mndcr this cons MCI I0idablc at the nil inn of the Buyer Stllcr w•arranis that Ihc golds Famished
n•ill Conform to the specification, drawings- and deseriptium list d in the bid ire iLation, and to the samples)
furnished by Ile Seiler, if ally In Ihc event of a cc rift ict or bct"en If he speci foal was, drawings- and
descnpt ions, the spec i Cical ions shall govern Nntw-iihsland i rig any provisions com aincd in IKc columctuat
agreerwrl. the Seller rcpreserlts and warrants faun[ -for performance and fall It - free result in Ihc processing
date and date related data (including- but not limited to calculating, comparing and sequencing) of all
hardware, sotlnam and rim, am products dclmvacd and services pro, ded under this Contract. individually
or in combinatinn, as the caAc may be from Ihc effect ivc dale of this ConEram The obtigntio s Contained
hercin apply to limdu is and services provided by the Sel lee, its soh- Stllcr or Any third party imoh•ed in the
creation or cin•elopri l of the products and services to be delivered to the City of Lubbock under this
Contract- Fallon to cotilply with any of the obl igat tom coma mCd herein, may resu it in the City of
Lubbock a%•a fling itself of any of its riglas under [lie law and under this Contract including, laun not limited
to, its right pertaining to terminal inn or defauh- The warrant ics Coop aimed hercin arc Separate and discrete
From any Other warranties specified in this ConuaCt, And are not Suhjrd to any diSd.urr of warranty,
implied or "13 =sod. or lileulni0n of the Seller-s Iiabi lily which mav be specified in [his Comeacl, its
appendices, its schedules, Its annexes or any doculncnl bncosporated inthis Conl pact by refer ice.
10. SAFETY WARRAI%'TY. SC]lee vvairants t1ol Ilse product sold to the Buyer shall conform to the standards
promulgated by ilia V- S. Department of labor under Ole Occupational Safctyand Health Act of I c)i0. lathe
event ille product does not Con romi to OSHA Standards. Buys ma} rc'tliM the product for correction or
rcillaccmcnl at [he Seller's espouse In Ile Crcnc Seller fails to make the appropriate eonecninn nilhin
a reasonable [imc- come lion made by Buyer will he at the Scticr's cxpcnsc
11. YO WARRANTY BY BtfYER AGAINST INFRING EMI ENTS- As pan of INS Contract for Sale Setter
agrees to aucnain w•heLher ,;nods mM1nufaetured in accordance wilh the specifications attached to this
xgreri will give rise to the rightful claim of any third person by nay of In fringemem of Ihc• bkc Buyer
makes no warranty Ihat the production of goods according [o the speeif Cal ion will not gi%w ri c to Such a
claiml and in no event shall Buyer he liable Ln Seller for indorin ifnCation in the event that Seiler is sued on
the grounds Of infringemcnn ofthc like. ICScller u of tl%c opinion that an infringemcnr or the like will resuh-
hc w•i11 n%[ifv Shea Suyr 10 this Cffnt in writing wil Kin two weeks after the signing of this agreement- If
Buyer does not reccire notice and s suhsc+qucnit ly held Ina file for the nn fingtall or the like, Seller
,,ill save Buvcr hannl ss. Il' Seller in good faith ascertains Ito production of Ihc goods in accordance with
the splCarcat tons will -estdt in infringement Or the like, the cuntract shall he null and void.
12. NON APPRO FRIAI ION All funds for paymcnl by 1be City under this contract we subjcc c to the
availability of an annual appropriation for Ihis pus rpnsc by the City In the even of nonapproprial ion of
fit nds by die City Council of the CSIy of Lubbock for the goods or sen oes provided under the eonrmcT, the
City w•iEI tr-nilla to Ilia cons ract. n•mthout termination charge or of her Iiabi IIt%, on the last day of the Iben-
cllrrem fiscal year or when the slip-prial ian made for she that-cutreni !Car for the goods or wn•tccs covered
by this com Fact is spent, wKid— CT evenu OCCUM frcst. If at con Iime funds are no[ appropriated Poe the
root ii uxov e• of chic c, ill ld ct. ca nod l at inn .ha l l Ir aeccpLcd In the S,IIt on 1bar y IT61 dilyl 116113 1 r it tcn
`—" n,-t- hLu taliute In elve•, ldh nnllc • v11-ilt Iw• nil ni r[iee1 :cod Ihc Llt, •li.di n.l be ,+hlo:•a1uE under uliiv
.,ant fact Ln—nd Ihc date of IpmI Mt iao
portmull Of Ill is order if Stllee braes ClmC, any of the• leans herrof including warranties of Seller or if tine Set ler
becomes imol%anr or commtls acts of baoleruplcy. Such right of cancellation is in addition to and not in
lieu of am usher ea edres which Boyer may have in lave or equity.
IS TERMINATION The perform nice of w ork under Ihis order may. be Iermi nested in u-hnlc. Or in pan by the
Buyer in ACCurdWI a will this pro%t51OCI 7call ion of vv ork hcr"nder shall be effecnd by Ilse
dclnvcs•y of the Seller of a Nouce of Term In al ion' spccr fyi rig the extent to which perfonmanc-e ofw-urk
under the order is terminated and ilia dale upon which such fermi nation becomes effective. Such right or
t rrii oat ill It Is In addition to and riot in lieu of the rights of Burr set forth on Clause Id- herein
If, FORCE ' AJI:1-RE Neillnr pal Ly dull he held responsihtc• (in losses- resulting If the fulhillmenL
OF any [arras of pmv isic ris of Ibis coal Tact Is delayed or prevcnred by any cause not within the Control of
the party vyhose perfomtancc IS intcrfacd with, and which by tine exercise of reasonable d iligcnce said
pare is unable to prevent
?. ASSIGIMEX7 •DELEGATION' No nghl or mtcresl In Oils contract shall be assigned w delegaton of
any obligation made b} Seiler ..11-1 the written permsssio it of Ile Suver. Am attempted assignment or
delegation 1w Sal let shall be w•Iwlly void and totally ine Ffcct ivc for all purpose unless made in Conformity
vv i111 this paragraph.
I3 WAIVFR NO Claim nr right ans n ng' out of a breach of this rant reset Can he duduvgcd in w•hok or In pan
by a vvan er 01 FCmmC ial or. of the claim or ngltl units& the w•aty et or renunciation is sippn.ted by
Cons ides lion did is in —11 ing,s ignud by the aggric%ed party
Io. ttiTERPRETATION-PAROLF FVIDIi14CE. flips venting, plus ally specifcaLicires for bids and
perfunnancc provided by Buyer in bus Advcrmi:rncnL for bids, and any other do uinents pro%hkd
by Sa I[er as past of his hid, is intended by the panic: as a final expression of Ill& ayeentent and intended
also as a complele and exclusive scat mein of slit tern of Iheir agrccmcnt Whenever a term defined by
the Vill Conn Com men: al Code iS used in this agrearreni, the dcfi naton contained in Ile Code is to control.
;A, APPI ICAl3b•E I.AW This agreement shall be governed by Lite Uniform Commercial (ortc. Whcreevcr
the L-11' )ni form Commcrc bal Code is used. it sha 11 b¢Coll mod as inrnnmy the Clnildem Curnmelc ial
C'odc• As adopted in the SLwc of Texas a, cffcet ivc and In beret on the date of this agreement.
21 RIGHT TO AS SUR.A KCE W1wro%er one party 10 this eonnzCt in good Faith bras reason to question
,he other patty's intent to peri'omi ILL, ma} demand chat the other pan) give n pit tcn assueanice of his intenl
to perform In the c%cnl chat a demand is made and no assuraOCe is gircn within Eve IS) days. [he
demanding pan} may veal Ihis tat l it] C err an ant kipamly repodia non o F[lie c ntracl.
�"-'. TNDEti1P'1 FIC ATION, Stllcr shall jndercrij fv, keep and Save harmless the Buyer, its agnnus, of I ials and
cmpiny ens• against all injuries. deaths, loss, damages, claret. patent Claims. suits, Iiabi nil its, judgm ears,
macs and uxpenscs, which may in ken—i-sc accoie against the Buycr in conscq%icnce of ilia granting of
Ill IS Contract or w hiCh tmLp anywise Fes uh theralle ore, whether or not r shall he alleged or day con red That
0e act was caused thnl ugh leg bgniCe or 0miss to 11 of the Seller or its empluyees, or of Ole subSel[a o-
assigner or Lis cmplrl ee . if any. and the Sel ter shall. au his own e.xpe me. appear, defend and pay ail
charges of au tom0ys and all costs and other expenses anstng therefrom of mourned in eonnecuon therewith,
and, if any judgment shall he rcndcrdl against the Buyer in any such action, the Seller shall- at its oven
expemes. salisA and disellm,4w Ilnc same Seller exp Ssly understands and agrees that any bond required
by this cunt tact- or of henv use provided by Seller• sha]I in na way limit the respwnihi l fly 10 indemni£;
kccp and sa%c harmless and defend the Buyer as herein provided.
TIN'lE It is lcreb % expressly agreed and undcnalood that unit is of the qe— for the Perin rc-cwc of
I his corn Fact, acid fall ere bti contract to meet the t11ne spec Ili cations of ebbs agfecm¢nt veil I calls u Seller
to be in del alllt of this a¢rceracnl
14 NISE. The City of Lubbock lterrh_v riol all bidders that in re:_:ard to an eonnacr entered into
pursuant to this rcglial- m nutty and w•orwn business enlerprif" %vill be afforded equal apponiini[ics 10
submit bids in resporuc IQ lhi::N imitation and pill not he dlscnminaled against on the grounds of race,
color, — ur natural prig in in cuosidc-a tiro fir an aw•arcl
25. NON •ARBIIRATION- The City rc—r es the right 10 e.cri use any right or remedy to it by law, cnnlrac t,
equity- or otherwise, including without limit as ion, the iglu to seek any and All Enrols of relief in a courr
Of compel cot juiisd ict ion Fun her, the City shall nol be sublets Ill any aebrration 1110ress prior m
e.rerC is ing ill unrest l'ICI Cd right m xek judicpol rented} Tilt remedies act forth herein arc cumu fativc
and not cxchtslvc- and may be exercised cowarleml ly- To the extent of any cordl ict between this pro%ision
and another provision in, or related to. this documcmlr, this provtston shall carp rol.
1-6. RFGEIl TO AUDIT. At any cure during the term of the contract, or thCF"A er. the City, or a du iv
ain}wdred —111 r p-cntalivc of the Cirp Or t1e State of Texas, at its cxpcnsc and at reasonable
titres. resen cs the right to aLul it Contractors records and books rek:va lit to all Stn•iceS pony iderd to the
City under tips Contract In Ihc evert such an audit by ilia City reveals any errors or overpa}r ants by
the City. COrllraltnr shall refund the City the full alnounl ofsuch orerpa}vncnts n•ilhm thirty (30) days
of such audit findings, or the City. at its option, resce cs the nghl to deduct such amounts owing the
City frusn any payments due Contractor
27 1101.'SE BILL 201 �. H—w Bill'''015• sigrud 6y the Ovyemnr on June 14• 2013 and effective on lanuary
I. 2014, auilicri-.s a penally to be imposed on a person who contracts for certain services with a
m gnvnnlenta[ entity and who Fails m pmperly dzgsi! • their workers This applies to subcontractors as well
C•onlraclol5 and subcontractors who fad to properly classi Fy individuals perforr ing work and r a
governmental contract will he penalized Sill] for each pndi%idual that has been nlisclassofud. 17fexas
GC%CmmenL Code Sec Lion'_] 55.001I
28 ASSICi NI1CORSt'BLETTINGTFIFCOM1'FRACT The Contnctorshallnolassignorsublcllhec ntract,
or any ponion of the Colurae L. %salhout written comenL from the Direr or of Purchasing and Contract
.4anagcnicnl Should consent be gn all, the Conuactan• shall insure ilia Subeootravtoi or sha11 provide proof
On insurance from Ihc Su koatractor that eompl i as with all contract Insurance requirements
19 HOUSE BILL 1295 DTSCLOSURF OF FNITRCSTFD PARTIES House Bill 1295• adopted by the Sath
Legislaturt. Created 2252 908. Texas 47o%ermneni Code. Section 2252 IM requires a business cntity
entcrdng into certain mmrao-, with a Rovernmem Al cntity urmate agent. to hlc with the govenlmemal ere ily
or spate agency a disclosure oC inter esced prinks At Ihc• vine [he busincsS entire submits the signed contract
ai to the gowerme cmny or siacc agency insirCtlon& for cwnpieltng tone is95 arc available at.
411 n_ w%,-w cr.kublWCk.lx.tu demattlncmI l-wehutc dcoar virtan •nurehas;n Evendor-in Forrnas inn
in. CONTRACTOR ACKNOWLEDGES by supplying any GOm& Or Scones that tlk Contractor has read.
fu UN ondmi ids. and will be in funk compliance %wllIt all Ceell and Cund11iom and the dac-ripn ire manorial
cons wined herein and any addit Tonal assnciatd dote meet, and .Amend mcnis 'I be Cif% disclanns anv terms
and cond itiuris provided by the Contract- unless agrcrd upon in writing by Ihc parties In The c%=I of
con fli Cc hviii eon these tern and ronditi, w and any [dens and raid ii inns inn id d by the Com—lor, Ihc
I-- and c,»tIli inm provided hercio,6d11 per wail Ill • [•eons .lid %nrald1.mv 113,n idpd 1Loq•ni arc 1hp Gr.,I
Lenin act bed up, ui 11% the pal tic•& and ally [•1101 ern Ll id imp tea ill .I EAII IY ,.I n.- d. it CC Ill CIt%tit
13. RIG IIT OF IMON. Buyer shall have the right to inspccr the goods at rich,cn before accepting
them
IJ. CA'4CELLAIIUY Bu}eF shall twee die nighµ In cancel for do Fmilt ail or any pan of the undelivered
Rep -:n1r
�esolution No, 2013-Rd2I5
July 11, 2013
tern No. 5.10
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to
execute for and on behalf of the City of Lubbock, Contract No. 1 1258 for maintenance &
repair on City heavy vehicles and equipment, by and between the City of Lubbock and
Lubbock Truck Sales, Inc., and related documents. Said Contract is attached hereto and
incorporated in this resolution as if fully set forth herein and shall be included in the
minutes of the City Council.
Passed by the City Council on
Gl,�K CROB•RTSON, MAYOR
ATTEST:
Garza, City
I� APPROVED AS TO CONTENT:
_.v - -r
(/k—
Scott Snider, Assistant City Manager
i Community Services
APPROVED AS TO FORM:
I Chad Weaver, Assistant City Attorney
vw!ccdocs.'RES_Contraet-Lubbock Truck Sales, Inc.
June 5, 2013
0611512a16 wen p:2o PAX 1067451223 T,T6 6ervioe Dept.
2-4
IZ4ti1/001
CWof lanbbade ,Tx
Fnreaaaa & Cotmet Manaigm ant
Extension: 3 of 4
BaYMBI W O: 13-11259-CP
Contrs4 Fir 11258
kwwance Requked; Yes
Verified: 9/1/2016
Dare; 41?112016
Cowiect rdW Mainfenenee d: Repair of My Heavy
Vehidrs end Equlpm at
Effcctiv+e Date; Juno 39, 2a13
Ma to Fenced Dates A= 36, 2018
Vendor/Cantractor sad Orioustlag Depar tmat:
ContraclorNaWim,, Lubbock Truck Sates
CoatteL ReaBesrdsln,lr
Phone 906448-1579
Emil; MO'Mbb&C*W loatrsecna
Contract Test:
Depm mete: Fice
Contact: Billy Taylor
Phone0, 80&775-M76
Tito eoniroct OWI be for a tarn of one yw with of, option to ra mw for tow additiobal one year term+, said date of
Icrm beglwdng upon formal approval. Tha city does not guarantee any apcdiic smewt olcomtpemitiocy vnlutne,
rssWinum or maximum arnaunl afzwAca colder lisle cnntract.Us contract shalt remain In cM=1 antic The expiration
date, perfotrnanco of serviem otdwA or terraination of by c1dwr party with a Odny (30) day written raiae Such
written notice must slate the rraaan for cancellstkm. She City orLubbook reaervm the tight to award the clutched
cantrect to the menu lowest biddy as it deems to bo in the bm Interest of the city.
Cantrat t MCC
See Mtwal"W 13id Foam
TWi farm w11t serve is car notice for the contract term to ba erteaded far an
touArtufdeny your accepbwee in writing by Ap rU 30, 2016.
;2i
BY.
6 4q-4�
use
CONTRACM Drtr
term
r
�a
crrY Or LL aat]C1t 5wART ENT u8A5 tMe 1�
cult Si
BID FOPJVI
Maintenance & repair on City Heavy Vehicles and Equipment
City of Lubbock, TX
ITB No. 13-I I258-CF
In compliance with the laritallon to Did 13.11253-Cp, the undersigned Bidder having cxarnined the Invitation to Bid attd
Specifications, and being familiar with the conditions to be met, hereby submits the fallo%ying Bid Cot rumishing the
material, equipment, labor and everything necessary for providing the items fisted below and agrees to deliver said items at
the locations and for the prices set forth on this form. A bid ►vill be subject io being considered irregular and may be
rejected if it shows omissions, uticrations or form, conditional alternate bids, additions or alternates in lieu of the items
specified, iC the unit prices are ❑bviously unbalanced (either in excess of or below reasonably expected valuas), or
irregularities or any kind. The Invilation to Bid 13-11258-CFI is by reference incorporated in this contract. The Bid Form
must be carnpleted in blue or block Ink or by type+vriter.
1. Category: Trucks over 19500 Ibs GVWR (Class 5-7-8) Including Sweepers and Trash Trucks
Current Fleet: 241
1. What Is your labor rate per hour?
(Billed in incramenls of fill, hrrlfand '/ hours) S. _11 + () per hour
2. What Is your % markup abovelbelowwpans "jobber" list? q
3. Do you provide pickup and delivery of vehicles?
lfyes, what is the roundtrip charge? Yes No
4. Do yore offer a lots-setvicc?
trso, what would be your roundtrip tow charge?
5. Could you respond to a pickup 24 hours a day?
Ines from your location to City Fleet Sery
(306 Municipal Dr., Lubbock TX 79403)
7. Is a trip chm a included in the bid price?
If not, what would be your service call ree and mileage fee?
Service call tee S P. 06 Mileage fee S /' —1E
r}r1 QCFGSsratR RUCS�r I•i I.1s�[tlIJII�TlVA�[C 1.7lr�AlAUH CITY IIkAV7 5'tll[C115 hop EQI71Y.lE.tii
4
Yes No
9
No
Yes I Na
3. Category: Trailers Utility Pipe, I -lay, Equipment, Crew, and Cargo
. Current Fleet, 310
(please print your information)
I. Whir is you labor rate per hour?
halfand
00
(Billed M M rcaienrs ofjrll, y hours)
S
per hour
2. What is your% markup above/below parts 'Jobber" list?
_
3, Do You provide pickup and delivery of vehicles?
If yes, what is the roundtrip charge?
Yes
No
4. Do you offer a tow -service?
If so, what would be your roundtrip tote charge?
Ye
No
� �A�• Pd
S. Could you respond:o a pickup 24 hours a day?
Yes
No
6. Mites from your location to City Fleet Services Garage
(206 Municipal Dr., Lubbock TX 79403)
7, is a trip charge included in the bid price?
If not, what world be your service call fee and mileage NO
Yes
Na
Service call fee S 5A Da Mileage Fee S / 7 e r.vi
e;ri ns,11+SrW�f+rxli S i] i1:SL•er �1 �StiTCK.tKC[ i AG hFiCON Cf]Y i1L{vY tiF+IICLES AND Eoelu mer
Vendor shall mark the appropriate services offered by their company in the corresponding boxes under "General Repairs"
andlor •`Specific Service Repairs."
Category I
TrtrCkF
Genera] Rennirs I T15necific Service Reeairs I vt 1
Chassis Group
leafing. Ventilation, Air.
Condifiordne
Drive 'Crain GrouR
H draufics
Ennine GrouR
Efcclricaf
Accessories Group
Alignments
Welding 1 Fabricating
Category 7
Off Road Egrripmenl
Category 3
Trailers
Category d
Fora ,fu
General Repairs
�,�
1 Y i -,�
SneetEic Service Renn rs f V I
Chassis Group
enfing, Ventilation, Air-
Conditionln r
Drive Train Group
Hy draulics
>1
Eneiric muo
Electrical
Accesswiq4UR
Ali mmenls
J.
lVrlding 1 Fabdcafine
f
r-nrrnf Rrnn;m 1 V 1 Amreif- CPniirw krnnirc 1 I 1
Chassis Group
/
(/
Heating, Ventilation, Air-
Cand'llianin
Drive Train Group
Hydraulics
Engine GrouE
14
Electrical
Accessories Grou
I Al4trimcnts
Weldin ! Fabricating
rweteraf Rrnaire I - Cneriiic V-O ice Remm: 14
Chassis Grasp
Flea' g, Ventilation, Air-
n{titionin
Drive Train Groue
H draulics
Engine Groue
Elcarfrical
Accessories Grou
Alignments
WeIdina 1 Fabricatin
Qf4'RCIEM-6WrAX9i1-IU11•CPI1ONCnYAILAYYCIPCLESAMfQLr`%IIjh}
e
I
Contract: Ametdmeat: of Change Order, of
CONTRACT COVER SHEET
Clty Coancll Agenda:
Will this item be placed on a future City Council Agenda? Yes (enter date of meeting to the right) 06/27 2013
Reason for being on ruture agenda: Over $50,000
Required Signatures:
Risk Manager: Dale:
Dirmior of Fiscal Palfcy: Date:
City htanager Direct Reaon: pat.
0riginadag Department and IndIvidoil
Department: Fleet Services
Phone Number.
(806) 775-2374
ror Emitting Contmef Terms and Contract Compliance:
Name: Carman Gava
Title. Contract Compliance specialist
Information ear VtndorlContraetoHAgeney or Other
Name of EnIicy: Lubbock Truck Sales NLI
orLuBack is Contracting with:
RFPlBU 13-11259-CP
Address: 1901 last Slalon Hwy
City: Lubbock State. Tx Zip: 79404 �Q
Contact Name: Rex Beandain. jr
Contract Signalary-. Rex Hewlain, It Title; Serrice General Manager
Phone No.: (806) 749.1529 Fax No.: (8061743.1223 E-mail: rex@Iubboeklrueksafes.com
Contract Information:
Effective Dale: O'-7!--013 End Date: 0677r2014 Notice to Proceed+ Choose One
QTcrm Contract of 1 year(s) + 4 Renewals, Specify No. 0rDay9
brief Dc%riplion orGoods or Services or armngemarts covered by The terms of the contract:
Maintenance and repair services on an as -needed basis for the City's heavy duly vehicles and
equipment. Specialized services include maintenance and repair to engines, exhaust sys terns, and drive shafts.
Heavy duty vehicles include trucks with gross vehicle weight rating of 19,500 pounds or greater, trailers, and
off -road equipment.
Fin snelal Ialb rmatfan (Tbe aecouat information will be entered Into EI for payment):
Cost CenictfPrvjeet No: `'arrou3 Account: various Phase: Original Contract Ammne
Coat Center/Project No: Accmnt� - Phuu; Change Order No.:
Wilt Contract Generale Revenue. No Change Order Amount:
Will Contract be paid From grant funds: No New Contract A==
Reviewed by Director of Purchasing & Centraei Mwwg
550,000 00
of
Datc:
PUR-01 [Rev f0r2012]
by the City, Contractor shall refund the City the full amount of such overpayments within thirty
(30) days of such audit findings, or the City, at its option, reserves the right to deduct such
amounts owing the City from any payments due Contractor.
10_ This Contract consists of the following documents set forth lierein; Invitation to Hid No, 13-
1 1258-CP, Specifications, and the Did Form.
IN tiVI-FNESS NVREREOF, the parties hereto have caused this Contract to be executed the day
and year first above written. Executed in triplicate.
CITY OF LCJ If
Glen71"16crtsoayor
ATTE s,r-.
Aebtcca Oarza, City Secret
APP VED AS n
N/T�ENT:
V Y
-- Scott Snider, Assistant City Manager
APPRQV TO FORM -
Assistant City Attorney
CONTFRACTOR
$Y �g� leewr
Authoriz d Representative
Lub�k TWck Sales. Inc_
Print Warne
ISQI East al -atop Hwy_
Ad dress
Lu}alagck„ -rX 79404
City, State, Zip Code
*PRICE: F.O.B. Destination, Freight Pre -Paid and Allowed "Days After Receipt of Order (ARO)
Vnless otherwise specified herein, the City may award the bid either item -by —item or on an all-ar-none basis for any
item or group of items shown on the bid.
The City of Lubbock is seeking a contract for Maintenance & Repair on City Heavy Vehicles and Equipment ►with
one or more contractors. In order to assure adequate coverage, the City may make multiple awards, selecting
multiple vendors to provide the products desired, if multiple awards are in the best interest of the City. A decision to
moke a multiple award of this Bid, however, is an option reserved by the City, based on the needs of the City.
PAYMENT TERMS AND DISCOUNTS -Bidder offers a prompt payment discount of °/a, net- calendar days.
Discounts will not be considered in determining law bid. Unless otherwise indicated on the Bid Form, payment terns will
be NET THIRTY DAYS. The City will pay the successful bidder within thirty days after the receipt of correct invoice or
after the date of acceptance, whichever event occurs later. Discounts for prompt payment requiring payment by the City
within a stipulated number of days will be interpreted as applying within the stipulated number of calendar days after the
date of receipt by the Ciry of a correct invoice or after the date of acceptance that meets contract requirements, whichever
event occurs later. Discounts for payment in less than ten days will not be considered.
MOST FAVOURED PRICING: The Bidder certifies that the price quoted is not in excess of the lowest price charged
anyone else, including its most favoured customer, for like quality and quantity of the products/services; does not include
an element of profit on the sale in excess of that normally obtained by the Bidder on the sale of producu5/ser ices of like
quality and quantity; and does not include any provision for discounts to sclling agents. If at any time during the contract
period, the supplier should sell or offer for sale to any other customer, an equal or less quantity of similar contract products
of like or better quality, at a lower net price(s) than provided herein, supplier agrees to notify the City and sell same
product(s) at the lower price(s) on all deliveries made during the period in which such louver price(s) is effective.
fNTERLOCAL PURCHASING (optional): The City desires to make available to other local governmental entities of the
State of Texas, by mutual agreement with the successful bidder, and properly authorized interiocal purchasing agreements
as provided for by the Interlocal Cooperation Act (Chapter 791, Government Code), the right to purchase the same services,
at the prices quoted, for the period of this contract. Each bidder shall indicate on the Bid Form in the space provided below
if he/she will honor Political Subdivision orders in addition to orders from the City of Lubbock. Should these other
govemmental entities decide to participate in this contract, would you (the bidder) agree that all terms, conditions,
specifications, and pricing would apply?
Other governmental entities that might have interests in this contract are Frenship Independent School District,
Lubbock Housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock Independent School;
District, South Plains Association of Governments, City of Texarkana, Texas Tech University, West Texas
Municipal Po Agency, Lynn County, and City of 1Yalffonh.
YES : NO�
■ IFyou (the bidder) checked YES, the following will apply:
■ Governmental entities utilizing Interlocal Agreements for Cooperative Purchasing with the City or Lubbock will
be eligible, but not obligated, to purchase materiaWservices under the contract(s) awarded as a result of this
solicitation. All purchases by govemmental entities other than the City of Lubbock will be billed directly to that
governmental entity and paid by that governmental entity. City of Lubbock will not be responsible for another
govemmental entity's debts. Each govemmental entity will order their own mwerialsfservice as needed.
THIS BID I SUB1v1I' TED BY 14266e, T,e4S4s Zra corporation organized under the laws of the State of
Texd S , a r a part ne//rship consisting of or individual trading as
r►wel- S,g�/e Sir, of the Cityof 66��
Q'p1:RC1Ly5Elala Docsm-S SI B-C F htALw-M140;CE k REPAIR oK CM HEAVY VINIC LES AND EQW.NreY7
9
City: /,VAlcV�- State: Tc,t'aS Zip ?9 ypf—'
Bidder acknowledges receipt of the following addenda:
Addenda No. Date
Add endallo. Date
Addenda No. Date
Addenda No. Date
Nlf%VBE Firml I Woman I _[ Black American I I Native American
Any entity or person that manufactures, distributes, converts new motor vehicles (or represents an entity that manufactures,
distributes, or converts new motor vehicles) or is in the business of buying, exchanging, or selling new motor vehicles is
required under the Tex. Occ. Code. Chapter 2301 to be licensed by Motor Vehicle Division of the Texas Department of
Transportation. In order for a bid to be in compliance with the Motor Vehicle Commission Code, the bidder must hold and
provide all applicable current valid licenses issued by the State of Texas:
1. Name and Manufacture's License No.
?. Name and Converter's License No.
3. Name and Representative's License No.
4. Name nd A cis Dealer's License No.
General distinguishing No. {Franchised TX dealer)
Aurhoriced Represenrative - mist siylbv hared j
Officer Name and Title: It eiC &d�l�[ r;,4 Jr
Please Print
Business Telephone Number 9496 — 7fL9-1 SA q' FAX:
E-mail Address: �"BrK @ �u�6oc �'rucl�S4�. GOit7
FOR CITY USE ONLY
Bid Form item Number(s) Awarded to Above Named Firm/]ndividuai:
Date of Award by City Council (for bids over S25,000): Date P.O.IContract Issued:
RETURN COMPLETED & SIGNED BID FOR1NI ALONG WITH CITY OF LUBBOCK SPECIFICATIONS.
LABEL THE OUTSIDE OF YOUR SEALED BID NYITH THE ITB NUMBER, THE CLOSING DATE AND
TINIE, AND YOUR COiNIPANY NAllIE AND ADDRESS,
QYURCHASMBID W?C'51II-I I::i-CPN1AIh7ENlh\ k Aa11ROY COY HEAVY M(ICLES A.N;PCQllIF71EN-r
I0
Debarred Vendor List
Page 1 of 3
Glenn
Accounts
gaiw COMPTRRLLER.TEXAS.GRV Texas Comptroller of Public
Purchasing
DEBARRED VENDOR LIST
The following vendors shown below are debarred from doing business with the
State of Texas, effective from the date of debarment for the length of time indicated.
Whether they are listed below or not, the debarred vendors include the vendors'
successors in interest as defined in Rule §20.1 D2(b)(4).
https://www. comptroller.texas.gov/purchasing/programslvendor-performance-trackingldebarred-
121301201 G
Debarred Vendor List
Page 2 of 3
Vendor Name/Add
Date of Debarmen
Length of Debarm
Vendor ID Number
ress
t
ent
1562456928900
Smith Housewares a
November 12, 2014
5 Years
nd Restaurant Suppl
ies
500 Erie Blvd.
Syracuse, NY 13202
174326131 SO00
Walker's Electric Co
August 28, 2012
5 Years
mpany
1520 Park St
Beaumont TX 77701
Also:
Walkers Electric Co
mpany
Calvin G. Walker
Stacy Walker
1272447273800
Walker Electric Com
August 28, 2012
5 Years
pany, LLC
1520 Park St.
Beaumont TX 77701
-5527
Also:
Walkers Electric C❑
mpany
Calvin G. Walker
Stacy Walker
1760677671800
Texas Code Blue
October 24, 2016
5 Years
5550 Eastex Fwy, Su
ite # L
Beaumont, TX 7770
8-5300
Download Debarred Vendor List [comptroller.texas.gov/purchasing/docs/debarred-vendor-
ist. pdf] ,
Federal Exclusion
Agencies and co-op members may wish to check the list of vendors excluded from
doing business on the federal level. The System for Award Management, or SAM
0, can be used as a resource for purchasing entities.
According to Statewide Procurement Division rules, other debarment activities from
-- other entities may be considered as possible indicators of vendor responsibility.
https:llw ww. comptroller.texas. govlpurchasinglp rog rarnslvendor-performance-tracki ngldebarred-... 1213 012 016
Debarred Vendor List
Vendor Information on Payments
Page 3 of 3
The Search State Payments Issued application provides vendors with payment
details.
They can also sign up in the application for Advance Payment Notification.
Texas Government Code §2155.077
Texas Administrative Code: 34 TAC §20.101, §20.102, §20.105, §20.106 and
§20.107 2'.
https:llwww, co mptro l ler.texas. govlpurchasinglprogramslvendor-performance-trackingld ebarred-... 1213 012016
SAM Search Results
List of records matching your search for
Search Term : lu5hock* truck* sales*
December 30, 2016 5:34 PM Page 1 of 1
Lubbock Truck Sales, Inc.
www.Lubbocktrucksales.cam
1801 E. Slaton Hwy
Lubbock, Tx 79404
800 753-1552 806 748-1529
Fax: 748-1240
CUSTOMER NAME
CITY OF LUBBOCK
FLEET MAINT. DEPT
P.O. BOX 2000
LUBBOCK, TX 79408-1797
NUMBER 328
PHONE 6— � -2184
P.O. NO47839COMPL11
SERIAL NO. 4EN6AAA8291004690 UNIT NO. 82009183
YEAR/MAKE/MODEL - 2009 E-ONE FIRE TRUCK
ENGINE/MODEL/SERL CUM: ISL CM2150 60336387
TRNS/MODEL/SERL - ALLISON
CUSTOMER INVOICE
INVOICE DATE 12-21-16
REPAIR ORDER NUMBER
>>>> S115313 CCCC
OPEN 11-18-16
S VC WTR %TDM* JDM
MILEAGE 72031
LICENSE 1045178 TX
CPL/ARRG REPL 12-21
R RATIO
RXLS MODEL/SERL - � TAG #
SELL DLR "Ai DEL DATE 05-30-09 DEL MILE
MEMO MIKE 775-2637
-------------------------------------------------------------------------------
1 CHECK AND ADVISE ENGINE KNOCKING
NEED ESTIMATE FOR REPAIR
HAD FIRE TRUCK TOWED INTO BAY, REMOVED OIL FILTER AND CUT OPEN
AND FOUND METAL AND COPPER IN FILTER. DRAINED OIL, REMOVED OIL PAN,
OIL PICK UP TUBE. DROPPED 2,5 ROD BEARINGS, AND 2-6 MAINS AND FOUND
GROVES IN CRANKSHAFT & BEARING DAMAGE. QUOTED ENGINE REPLACEMENT.
DRAINED COOLANT FROM BLOCK AND RADIATOR, DISCONNETCED ALL COOLANT LINE
FROM ENGINE TO RADIATOR, CAC PIPING FROM ENGINE TO CAC. DISCONNETCED
OEM POWERS AND GROUNDS, OEM CONNECTOR TO ECM. REMOVED OEM A/C FROM
ENGINE. NO FROON WAS IN A/C SYSTEM AND CLUTCH CONNECTOR WAS UNPLUGGED.
REMOVED FAN AND SHROUD. REMOVED STARTER TO ACCESS TRANS PLATE BOLTS
REMOVED DRIVELINE TO TRANS, CHAINED TRANS, UNBOLTED IT AND PULLED IT
FROM TRUCK. REMOVED ENGINE MOUNTING BOLTS, CHAINED ENGINE AND PULLED
IT FROM TRUCK. REMOVED FRONT GRILLE AND REMOVED CONDENSOR/CAC FROM
RADIATOR. UNBOLTED RADIATOR AND AND SENT IT TO BE CLEANED.
RADIATOR CAME BACK FROM CLEANING, REINSTALLED IT BACK TO TRUCK, ALONG
WITH COND/CAC. CONNECTED A/C LINES BACK TO COND. REINSTALLED GRILLE TO
TRUCK. REMOVED ALL NEEDED BRACKETS FROM BAD ENGINE AND INSTALLED THEM
TO NEW ENGINE, ALL COOLANT FITTINGS. REMOVED REAR ENGINE HOUSING FROM
BAD ENGINE AND INSTALLED IT TO NEW ENGINE TO MATCH STARTER POSITION.
CHAINED ENGINE AND INSTALLED IT BACK INTO TRUCK, TIGHTENED ALL ENGINE
MOUNTING BOLTS. REINSTALLED TRANS TO ENGINE, INSTALLED ALL BOLTS AND
TIGHTENED THEM. INSTALLED DRIVELINE, CONNECTED TRANS HARNESS TO TRANS.
CONNECTED ALL COOLANT HOSES BACK TO ENGINE. OEM POWERS AND GROUNDS,
OEM HARNESS TO ECM. REPLACED DISCHARGE FITTING FROM AIR COMP, AND
CONNECTED DISCHARGE LINE BACK TO COMP. R&I POWER STEERING PUMP GASKET,
INSTALLED SHROUD TO RADIATOR AND FAN TO ENGINE. INSTALLED BELTS,
FILLED COOLING SYSTEM WITH COOLANT, ENGINE WITH OIL, R&R SUCTION SIDE
FUEL FILTER. REMOVED TURBO FROM NEW ENGINE, INSTALLED CORRECT TURBO
TO HAVE CORRECT HORSEPOWER AS BEFORE. REUSED VGT, PROGRAMMED VGT
REINSTALLED IT TO TURBO AND CALIBRATED VGT. FOUND NEW ENGINE DID NOT
HAVE STAKES ALREADY INSTALLED, REMOVED PARTS FROM BAD ENGINE, CLEANED
r
coNTINVEn
Lubbock Truck sales, Inc.
www.Lubbocktrucksales.com
18D1 E. 5latan Hwy
Lubbock, Tx 79404
8DO 7553-1552 806 748-15529
Fax: 748-1240
CUSTOMER NAME
CITY OF LUBBOCK
NUMBER 328
PHONE 775-2184
CUSTOMER INVOICE
PAGE 2
INVOICE DATE 12-21-16
REPAIR ORDER NUMBER
» » S115313 <<<<
& CHECKED ALL EXHAUST BRAKE PARTS, GOOD. REMOVED AIR INTAKE, EGR CROSS
TREE, VALVE COTTER, INJECTOR HARNESS, AND UNBOLTED ROCKER BOX AND
REMOVED
IT FROM ENGINE. REMOVED ALL EXHAUST
ROCKERS FROM NEW ENGINE
INSTALLED EXHAUST ROCKERS NEEDED FOR EXHAUST BRAKE TO WORK CORRECT.
REMOVED
BOLTS FROM INTAKE ROCKERS 1 AND 4 AND INSTALLED THE OIL
FEED TO
BOLTS WITH NEW O-RINGS.
TORQUED ALL
ROCKER HOLD DOWN BOLTS.
ADJUSTED
VALVE TRAIN. INSTALLED CORRECT ROCKER BOX AND TORQUED IT TO
SPEC. INSTALLED EXHAUST BRAKES
TORQUED ALL MOUNTING BOLTS CONNECTED
HARNESS
TO JAKES AND TO ENGINE
HARNESS. ADJUSTED ALL EXHAUST BRAKE
VALVE AS
NEEDED. REINSTALLED VALVE COTTER, EGR CROSS PIPE, EGR MIXING
CHAMBER.
HOOKED UP INSITE TO ENGINE. PROGRAMMED ECT TO CORRECT CODE.
SENT ALL
SAVED PARAMETERS TO ECM. CHECKED THEM ALL. INSTALLED CAC
PIPING WITH NEW CAC BOOTS, INSTALLED
INTAKE
FITER TO TURBO INLET.
PRIMED FUEL
SYSTEM AND STARTED
TRUCK UP. CHECKED OIL PRESS, AND IT WAS
GOOD, RAN TO OPERATING TEMP AND
CHECKED COOLANT LEVEL, TOPPER OFF AS
NEEDED.
TEST DROVE UNIT, FOUND
ENGINE LIGHT
CAME ON. AFTER CEL
REPAIRS
WAS COMPLETED. REINSPECTED UNIT AND
FOUND REPAIRS COMPLETE.
TOTAL LABOR
$9,200.00
TOTAL PARTS
$35,986.22
`f
TOTAL GAS/OIL
$96.18
TOTAL FREIGHT
$562.99
Qty
Part. Number
Desc
Unit Extended
6
0113
T-
BRK CLEAN
-2.95-_'^_»-__.
17.70
2
44509
MET 10.9
2.13 4.26
2
43985
MET HARDE
0.32 0.64
1
BW-236577N
GASKET
1.71 1.71
1
4988280
GASKET
3.44 3.44
1
CLEAN
rad
471.25 471.25
1
4352530RX
KIT,ICP T
3,523.98 3,523.9E
1
5332563
GASKET,02
51.42 51.42
1
DR6942RX
ENG ISL 8
30,496.50 30,496.50
1
978
FITTING
15.21 15.21
1
3920706
PLUG,EXPA
1.97 1.97
1
BF-1378-SPS
filter
52.40 52.40
1
3959798
GSK,COV
36.78 36.78
12
0113
BRK CLEAN
2.95 35.40
2
4932615
GASKET,CO
3.78 7.56
1
4938761
GASKET,EX
5.82 5.82
2
DDE-A5319972945
SEAL
1.28 2.56
1
3969058
TUBE,OIL
137.39 137.39
1
3099698
UNION,MAL
56.36 56.36
1
3969997
DIPSTICK
167.85 167.85
2
3163075
PAINT
18.92 37.84
12
OWI-23519396
CLNT, LZF
8.78 105.36
CONTINUED
Lubbock Truck sales, Inc.
www. . Lu b bo cktruc k s ales . com
1801 F. Slaton Hwy
Lubbock. Tx 79404
800 753-1552 806 748-1529
Fax: 748-1240
CUSTOMER NAME
CITY OF LUBBOCK
NUMBER 328
PHONE 775-2184
CUSTOMER INVOICE
PAGE 3
INVOICE DATE 12-21-16
REPAIR ORDER NUMBER
»» S115313 <<<c
20
PHM-8-44147
CBL TIE 1
0.20
4.00
1
DN-XO04482
4" CLAMP
8.93
8.93
6
PH-631-6-300
HOSE
3.74
22.44
2
BRZ-3506-C
MINI CLAM
0.50
1.00
1
PA2722
FILTER
220.15
220.1.5
1
A-680-501-00-82
HOSE -CONY
32.42
32.42
2
BRZ-B9224-0369FRUB
CLAMP-982
4.92
9.84
3
BRZ-B9224-0421FRU
CLAMP -HD
5.64
16.92
1
PHM-1-1923
TERMINAL
0.66
0.66
1
PHM-1-1962
CONNECTO
0.57
0.57
1
PHM-2-095
WIRE
0.23
0.23
1
GDSGQ1415
PAINT
6.33
6.33
3
4B7964
cac hose
138.19
414.57
3
BRZ-B9224-0369FRUB
CLAMP-98I
4.92
14.76
7
15W40BK
ROTELLA
13.74
96.18
1
FREIGHT
450.15
450.15
1
FREIGHT
26.89
26.89
1
FREIGHT
FREIGHT
85.95
85.95
INSTALL
DRIVELZNE REMOVED BY
TOWING COMPANY.
INSTALLED REAR DRIVELINE TO
TRUCK AND GREASED
IT.
TOTAL LABOR
$115.00
3 REPLACE TRANSMISSION FLUID AND FILTERS DURING ENGINE SWAP,
DRAINED TRANS OIL. REMOVED TRANS FILTERS, REMOVED GASKETS AND O-RINGS.
FROM FILTER CAPS. INSTALLED NEW GASKETS & O-RINGS TO CAPS. INSTALLED
FILTER & MOUNTING THEM HACK ON TRANS. FILLED WITH OIL, STARTED FIRE
TRUCK TO WARM TRANS FLUID AND TOPPED OFF TO CORRECT LEVEL.
TOTAL LABOR $230.00
TOTAL PARTS $409.62
Qty
Part Number
Deac
Unit
Extended
1
ALI-2955811.8
KIT
61.65
--61.65-^-------^
7
ALI-27101
TRANSYND
49.71
347.97
CONTINUED
Lubbock Truck Sales, Inc.
www.Lubbocktrucksales.com
1801 E. Slaton Hwy
Lubbock, Tx 79404
800 753-1552 806 748-1529
Fax: 748-1240
CUSTOMER NAME
CITY OF LUBBOCK
NUMBER 328
PHONE 775-2184
CUSTOMER INVOICE
PAGE 4
INVOICE DATE 12-21--16
REPAIR ORDER NUMBER
» » S115313 CCCC
4 CEL AFTER TEST DRIVE
HOOKED UP COMPUTER. CONNECTED TO INSITE■ CHECKED CODES.
FOUND ACTIVE CODE OF 2639 FPR ATD FOR FILTER DIFF PRESSURE ABOVE
NORMAL ❑PERATING RANGE, CODE 2387 FOR VGT DRIVER CIRCUIT MOTOR NOT
RESPONDING. STARTED EDS T/S, WANTED 2387 TO BE T/S FIRST. CHECKED
FOR ANY OTHER RELATED CODES TO T/S FIRST, THERE WERE NONE.
DRAINED COOLANT, REMOVED VGT FROM TURBO & PERFORMED A RECALIBRATION
AND IT WILL FAIL. PER T/S IT WANTED VGT REPLACED. REMOVED NEW VGT
FROM TURBO THAT WAS SENT WITH NEW ENGINE. PLUGGED IT IN & CALIBRATED
IT. IT PASSED. INSTALLED VGT TO TURBO AND FINISHED 2ND CALIBRATION
TO VGT, IT ALSO PASSED. CONNECTED UP ALL COOLANT LINES TO VGT AND
FILLED WITH DRAINED COOLANT. STARTED ENGINE, CODE WENT INACTIVE. CODE
2639 STAYED ACTIVE. STARTED T/S CODE IN RDS. CHECKED FOR ANY OTHER
RELATED CODE TO T/S FIRST. NONE WERE ACTIVE. CHECKED ECM
CALIBRATION AND IT WAS UP TO DATE. PERFORMED A PARKED REGEN PER T/S.
PULLED TRUCK OUT, RAN THE REGEN, REGEN FINISHED AND CODE WENT
INACTIVE. TEST DROVE TRUCK, DURING TEST DRIVE, REGEN LIGHT CAME ON
& CHECK ENGINE LIGHT. CHECKED CODES AFTER TEST DRIVE AND AGAIN CODE
2639 WENT BACK ACTIVE. WENT BACK THROUGH T/S & REGENED TRUCK, CODE
CAME BACK ACTIVE AFTER 2ND TEST DRIVE. RECEIVE APPROVAL TO DROP DOC
& DOC FILTER TO INSPECT. FOUND DOC HEAVILY SOOTED UP & DPF BREACHED.
CUSTOMER APPROVED NEW REMAN FILTERS. R&R FILTER & GASKETS. INSTALLED
DOC/DPF ASSEMBY BACK TO EXHAUST SYSTEM, PULLED UNIT OUT, STARTED
A PARKED REGEN. ALL TEMPS WERE NORMAL, REACHED TEMPERATUR AS NEEDED.
CODE 2639 WENT INACTIVE, CLEARED CODES, TEST DROVE AND NO ENGINE
LIGNT OR REGEN LIGHT CAME BACK ON. RESET ASH VOLUME TO FILTERS.
REPAIR COMPLETE.
TOTAL LABOR $1.,380.00
TOTAL PARTS $4,932.45
TOTAL SUBLET LABOR $87.50
TOTAL FREIGHT $60.00
TOTAL ELEC. TOOL FEE $40.00
Qty Part Number Deac Unit Extended
------------------------------------------------------------------------
1 5287496NX CONVERTER 2,682.18 2,682.18
1 4969838NX FILTER 2,125.11 2,125.11
3 2871452 GASKET 39.41 118.23
1 2866636 GASKET, A 6.93 6.93
1 SUBLET LABOR 87.50 87.50
CUMMINS FLEET CALIBRATION
1 FREIGHT FREIGHT 60.00 60.00
1 ELEC. TOOL FEE 40.00 40.00
MISC. SUPPLIES
MUM
-------------------------------------
CONTINUED
Lubbock Truck Sales, Inc.
www.Lubbocktrucksales.com
1801 B. Slaton Hwy
Lubbock, Tx 79404
800 753-1552 806 748-1529
Fax: 748-1240
CUSTOMER NAME
CITY OF LUBBOCK
NUMBER
PHONE
CUSTOMER INVOICE
PAGE 5
INVOICE DATE 12-21-16
REPAIR ORDER NUMBER
328 >a» S115313 LLCC
775-2184
SERVICE RETAIL LABOR $10,925,00
SERVICE -SUBLET $87.54
PARTS -SERVICE $41,326.29
FUEL/OIL/GREASE $96.18
FREIGHT -PARTS $622.99
OTHER SUPP/TOOL-SERV $99.00
ELECTRONIC TOOL COST
PLEASE PAY THIS TOTAL t 53,198.9
DISCLAIMER OF WARRANTIES
ANY WARRP.NTIES ON THE PRODUCTS SOLD HEREBY ARE THOSE MADE BY R.
IF ANY. THE SELLER HEREBY EXPRESSLY DISCLAIMS ALL WARRANTIES EITHER EXPRESS
OR IMPLIED, INCLUDING ANY IMPLIED WARRANTY OR MERCHANTABILITY OR FITNESS FOR
A PARTICULAR PURPOSE, AND LUBBOCK TRUCK SALES, INC. NEITHER ASSUMES NOR AUTH-
ORIZES ANY OTHER PERSON TO ASSUME FOR IT ANY LIABILITY IN CONNECTION WITH THE
SALE OF SAID PRODUCTS.
WE HEREBY CERTIFY THAT THESE GOODS WERE PRODUCED IN COMPLIANCE WITH ALL APPLI-
CABLE REQUIREMENTS OF SECTIONS 6, 7 AND 12 OF THE FAIR LABOR STANDARDS ACT OF
938, AS AMENDED AND OF REGULATIONS AND ORDERS OF THE ADMINSTRATOR OR WAGE AND
14OUR DIVISION ISSUED UNDER SECTION 14 THEREOF.
RECEIVED BY :
Kristi Wright
From: Lisa Mobbs
Sent: Friday, December 30, 2016 8:24 AM
To: Kristi Wright
Subject: REQ 49168
Attachments: 49168.pdf
i am needing a PO for the fallowing attached req please
49168 LT5 53198.96
Thanks Lisa
zisa Avi
G'i � a� �ui6oc
Feet �e�artHrer�t~
La66o�k T 79�57
806-775 2985
— 806-775-3085 Faz
1NOX s(oaki "' e