Loading...
HomeMy WebLinkAboutResolution - 2016-R0203 - Scoggin Dickey Chevrolet - 06_09_2016Resolution No. 2016-RO203 Item No. 5.10 June 9, 2016 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Purchase Order No. 31027392 for the purchase of four (4) 2016 Chevrolet Silverado Pick -Up Trucks and two (2) 2016 Chevrolet Colorado Pick -Up Trucks, as per ITB 16-12789-SS, by and between the City of Lubbock and Scoggin Dickey Chevrolet, of Lubbock, Texas, and related documents. Said Purchase Order is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on June 9,2016 4--JV DANIEL M. POPE, MAYOR ATTEST: Rebe ca Garza, City Secretary APPROVED AS TO CONTE _S&#5 VA Scott Snider, Assistant City Manager APPROVED AS TO FORM: 1 4 Justin Pruitt, s 'stan4 City ftorney ccdocs/RES. Purchase Order 31027392 — Scoggin Dickey Chevrolet — Chevrolet Pick -Up Trucks May 6, 2016 4 mFbo. Is City of Lubbock PURCHASE ORDER Texas TO: SCOGGIN-DICKEY CHEVY BUICK INC SHIP TO: 5901 SPUR 327 PO BOX 64910 LUBBOCK Texas 79464 4910 Page - 1 Date - 05/05/2016 Order Number 31027392 000 OP Rranr b/Plant , 3526 CITY OF LUBBOCK FLEET SERVICES 324 MUNICIPAL DRIVE LISA MOBBS LUBBOCK Texas 79404 INVOICE TO: CITY OF LUBBOCK ACCOUNTSPAYABLE P.O. BOX 2000 LUBBOCK, TX 79457 BY: Marta Alvarez, Direct of Purchasing & Contract Management Ordered 05/05/2016 Freight Requested 09/26/2016 Taken By S SUMMERS Delivery PER D GAMBOA REQ #47237 ITB 16-12789-SS Description/Supplier Item Ordered Chevy Silverado Pick-up Truck 1.000 Spec. 6611-CEM Chevy Colorado Pick-up Truck 2.000 Spec. 1512-4 Chevy Silverado Pick-up Truck 1.000 Spec. 1525-4-TG Chevy Silverado Pick-up Truck 1.000 Spec. 1548-Traffic Ops Chevy Silverado Pick-up Truck 1.000 Spec. 1534-4 Unit Cost UM Extension Request Date 23,934.2600 EA 23,934.26 09/26/2016 26,965.4600 EA 53,930.92 09/26/2016 27,088.8100 EA 27,088.81 09/26/2016 30,255.3600 EA 30,255.36 09/26/2016 27,384.1000 EA 27,384.10 09/26/2016 Total Order Terms NET DUE ON RECEIPT 162,593.45 0 F� City of Uibr)ocxTEXAS PURCHASE ORDER Page - 1 Date - 05/16/2016 Order Number 31027392 000 OP 3526 TO: SCOGGIN-DICKEY CHEVY BUICK 5901 SPUR 327 PO BOX 64910 LUBBOCK Texas 79464 4910 SHIP TO: CITY OF LUBBOCK FLEET SERVICES 206 MUNICIPAL DRIVE LISA MOBBS LUBBOCK Texas 79404 INVOICE TO: CITY OF LUBBOCK ACCOUNTS PAYABLE P.O. BOX 2000 LUBBOCK, TX 79457 BY: KVA, Marta Ah arez, Direct r of Purchasing & Contract Management Ordered 05/05/2016 Freight Requested 09/26/2016 Taken By S SUMMERS Delivery PER D GAMBOA REQ #47237 ITB 16-12789-SS This purchase order encumbers funds in the amount of $162,593.45 awarded to Scoggin Dickey Chevrolet of Lubbock, TX on June 9, 2016. The following is incorporated into and made part of this purchase order by reference ITB 16-12789-SS dated April 6, 2016 Scoggin Dickey Chevrolet of Lubbock, TX Resolution # 2016-RO203 CITY OF LUBBOCK DANIEL M. POPE, MAYOR ATTEST: Reber a Garza, City Secretary Bid Form Mid -Size Sport Utility Vehicles City of Lubbock, TX ITB 16-12789-SS In compliance with the Invitation to Bid 16-12789-SS, 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 16-12789-SS is by reference incorporated in this contract. The Bid Form must be completed in blue or black ink or by typewriter. Unit Delivery ITEM QTY of DESCRIPTION UNIT PRICE* EXTENDED (Days) (+�-) Measure BID COST ARO'* Mid -Size, Four Door, All Wheel Drive, - - - p�-4 // -F.-- - -i -- - -Each -- Sport Udlfty3pecial— ervicesttntttWhlt---T g-f�IJ-G�-- Caro Area, er S ecification No. 307-SS `�/ _ - - - -Nadel XcaF Brand-Namcs-and -Model Number: - sl' 1-, --0-4-oU,& - -19t�- - - - - - - - - - - - - - - - % Ton Pick-up Truck, Extended Cab, 6a.� 2. 1 Each Regular Bed, 4x4, per Specification No. $ 0,O �7 S �7 pp 1534-4 J ' / Model Year, Brand Name and Model Number: rJ�/� 1 Jon Pick-up Truck, Regular Cab, Dual �6 3. I Each Rear Wheels to have installed upon it a $ $ Metal Dump Bed, per Specification No. 43 Z 93,ZG �ZD 6611-CEM /J A9 Model Year, Brand Name and Model Number: �bl/ Metal Dump Bed to be Installed on a I- Tou Pickup Truck. Regular_Cab,.40, - - - _ $ - - - - .$ - - - - - - - - - - - - - - - - - - Dual Rear Wheel, per Specification No. NV-6611-CEM " Model Year, Brand Name and Model Number: Mid -Size, Pick-up Truck, Extended Cab, 5. 2 Each 4 Wheel Drive with an Off Road Suspension Package, per Specification S $ G D No. 15124 Model Year, Brand Name and Model Number: '?O /' (L t- o�c - 5'- - - -1- - --Each--- '/1 Ton Cleyv-Cab -SbQrlbcd 4s4,azcr Specification No. l 525-4-BI a Z,����-i 1 _ _ 9 f D 6 - - - - ---- -MadetYew Brand Name -and --------------- I Ton Pick-up, Crew Cob, Bed Delete, �Q -_b 7. I Each 4x4, Single Rear Wheels to have a Utility Bed Installed upon it, per Specification $ $ 3a��3'3G /ZD No. 1548-Traffic O s S PurchaselBid Docs/IT8 16.12789-SS Various Vehicles Model Year, Brand Name and Model Number: ;bl/ Service Body to be Installed on a I Ton 8. i __ _Each__ Cab&Chassis,_�rewCabLSRW.4&4,___ $ __ Bed Delete, per Specification No. NV-38- Traffic O s Model Year, Brand Name and Model Number: 9. 1 Each ��2 Ton Crew Cab, Shortbed, 40, per Specification No. 15254-TG Q S a �d ffl $ ;IoA9 b Model Year, Brand Name and Model Number: `)D// C&42�_& J41L" *PRICE. F.O.B. Destination, Freight Pre -Paid and Allowed +*ARO — After Receipt of Order 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 or items shown on the bid. Total: $162 , 593 . 45 PAYMENT TERMS AND DISCOUNTS - Bidder offers a prompt payment discount of _L01111, net calendar days. Unless otherwise indicated on the Bid Form, payment terms will be NET THIRTY DAYS. The City will pay the successful bidder within thirty days after the receipt of a correct invoice or after the date of acceptance, whichever event occurs later. Discounts for prompt payment requiring payment by the City within a stipulated numberofdays 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 prod ucls/sery ices; 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 ofsimilar 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 Interloca) Cooperation Act (Chapter 791, Government Code), the right to purchase the same services, at the prices quoted, for the period of this contract. Each bidder shall indicate on the Bid Form in the space provided below if he/she will honor Political Subdivision orders in addition to orders from the City of Lubbock. Should these other governmental entities decide to participate in this contract, would you (the bidder) agree that all terms, conditions, specifications, and pricing would apply? Other governmental entities that might have interests in this contract are Frenship Independent School District, Lubbock Housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock Independent School District, South Plains Association of Governments, City of Texarkana, Texas Tech University, West Texas Municipal Power Agency, Lynn County, and City of Wolfforth. 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. S Purchasc/Did Docs/1T13 16-I2789-SS Various Vehicles PAGE I OF 2 DATED 10-15-13 Specification Reviewed by: Department requesting vehicle/equipment: Signature of Department [lead/Date: _ REVISED CITY OF LUBBOCK, TX MINIMUM SPECIFICATIONS 3/4 TON PICK-UP TRUCK, EXTENDED CAB, REGULAR BED, 4X4 y� SPECIFICATION NO. 1534 — 4 YEAR �N6 MAKEC_dZ4!2jL-nt�QY MODEL /i �75 IT IS THE INTENT OF THIS SPECIFICATION, REFERENCED DOCUMENTS, REQUIREMENTS AND CONDITIONS SECTIONS 1'0 DESCRIBE MINIMUM PERFORMANCE REQUIREMENTS. THE VEHICLE OR PRODUCT MUST MEET OR EXCEED TI IE PERFORMANCE OR CONSTRUCTION DESCRIBED HEREIN. THE VENDOR SHALL BE REQUIRED TO MARK COMPLIANCE OR NON-COMPLIANCE TO EACH ITEM DESCRIPTION IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED AS STANDARD TO THE GENERAL PUBLIC ON THE PRODUCT BY THE MANUFACTURER SHALL BE INCLUDED, EVEN WHEN NOT SPECIFICALLY IDENTIFIED IN THIS SPECIFICATION. ANY DEVIATIONS FROM THE WRFfTEN SPECIFICATION WITH DATE AS SHOWN IN THE INVITATION TO BID (ITB) SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATION IN ORDER TO RECEIVE FULL CONSIDERATION, ITB RESPONSE QUOTATION MUST FOLLOW THIS SPECIFICATION AND THE INVITATION TO BID'S TERMS AND CONDITIONS. VENDOR NAME: NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE These specifications describe a 3/4 ton Pick -tip Truck, Extended Cab, 4x4. Unless otherwise specified, all units shall be furnished complete with GENERAL Standard equipment and factory- installed accessories as listed by the manufacturer's printed literature and as stated in the State of Texas Flcet Automobiles and Trucks Texas Specifications. I. GVWR 9,400 pounds 2. WHEEL BASE 141.8 inches G 3. ON! EMA LI, 230 inchcs li I 4 PAYLOAD 3,020 pounds ALLOWANCE Ll 5. ENGINE A. Gasoline, V-8, 6.OL ✓ B. 360 NET HP C. 380 FT LBS. Torque 6• TRANSMISSION OEM automatic 7, CARGO BOX 78.8 inches LENGTH S: Purchase/Bid Docs/ITB 16-12789-SS Various Vehicles PAGE 2 OF 2 NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO All weather steel belted tubeless radials with crank -up spare lire winch 8, and spare tire TIRES Tire size: LT245/75/R17 (� 9. RIM SIZE 7.5 inches ' 10, SEATS OEM 40/20/40 cloth fabric, with charcoal, gray, or tan color. Rear bench type seat. v 11. COLOR OEM Fleet white 12. TOWING All items are to be heaviest OEM equipment for the vehicle series PACKAGE and installed by the manufacturer and shall include, but not be limited to, the following: A frame mounted receiver hitch, a transmission oil cooler, heavy-duty radiator, and trailer wiring harness. Harness shall be provided as an integral part of the vehicle wiring system to provide power to trailer turn signals, brakes, brake lights, and running lights. Each wire shall be labeled according to its function, i.e., brakes, turn, etc. A 7-pin, RV style, flat (spade) electrical connector to connect trailer wiring circuitry to the wring harness shall be provided. Shall include OEM factory installed brake controller. To include front tow hooks. 13. POWER Includes power windows, power locks, power mirrors, cruise PACKAGE control and tilt steering wheel. (r/ Provide build dates in space provided MSO and paperwork Vehicle/equipment will not be accepted by the City of Lubbock without The MSO, bill of sale, warranty, all keys and all paperwork General Requirement and Information Bidder shall submit with each bid, current printed literature and specification sheets on the unit offered in the response to solicitation. Exceptions to the specifications of any items stated herein shall be fully described in writing by the bidding vendor in the space provided below. List items by item numbers. S: Purchase/gid Docs/ITB 16-12789-SS Various Vehicles Configure a New Vehicle: View Summary Order ID# [ THZKMK] was successfully submitted as of 05:57 PM, 04/01/2016 GM Business Associate Information Charge -to BAC: 112441 Ship -to BAC: 112441 Contact Name: Phone#: Model Information Charge -to BFC: 1 Ship -to BFC: 1 DAN: CITY Stock No: Model Year: 2016 Distrib. Entity: FLT Fleet Division: CHEVROLET Allocation Group: CDBLHD TRUCK Model: CK25753 - 2500HD Silverado: SWB, 4WD, Double Cab Pickup MSRP t : $39,005.00 VQ2 t : $35,467.10 Fleet Information Order -Through BAC: Order Type: FBC-Fleet Political Subdivision MSRP w/DFC t : $40,200.00 VQ2 w/DFC t : $36,662.10 Primary FAN: 803169 End User FAN: 803169 BID Number: BID Item #: PO Number: 0 2008 General Motors. All Rights Reserved. Page 1 of 3 Configuration Information PEG: 1 WT Primary Color: GAZ - Summit White Engine: L96 - Engine, Vortec 6.OL Variable Valve Timing V8 SFI, E85-compatible, FlexFuel Transmission: MYD -Transmission, 6-speed automatic, heavy-duty, electronically controlled Trim: H2R - Dark Ash with Jet Black Interior Accents, Cloth seat trim Emissions: FE9 - Emissions, Federal requirements Requested TPW: Options: A31, A91, AE7, AQQ, AU3, AYO, BG9, C67, DL8, E63, FE9, G80, GEH, GT5, 103, JL1, K34, K47, KC4, KG4, KNP, L96, MYD, PCR, PYN, QHQ, SAF, U2J, UEO, UQ3, V22, V46, V76, VJH, VK3, VQ2, Z82, ZY1 Options MSRP V02 A31: Windows, power with driver express up and down and express down on all other windows A91: Remote Locking Tailgate AE7: Seats, front 40/20/40 split -bench, 3-passenger, driver and front passenger recline AQQ: Remote Keyless Entry AU3: Door locks, power AYO: Air bags BG9: Floor covering, Graphite -colored rubberized -vinyl C67: Air conditioning, single -zone DL8: Mirrors, outside heated power -adjustable E63: Pickup box FE9: Emissions, Federal requirements G80: Differential, heavy-duty locking rear GEH: GVWR, 9500 lbs. (4309 kg) GT5: Rear axle, 4.10 ratio 103: Audio system, 4.2" Diagonal Color Display, AM/FM stereo JL1: Trailer brake controller, integrated $275.00 $242.00 m 2008 General Motors. All Rights Reserved. Page 2 of 3 ►.. K34: Cruise control, steering wheel -mounted K47: Air cleaner, high -capacity KC4: Cooling, external engine oil cooler KG4: Alternator, 150 amps KNP: Cooling, auxiliary external transmission oil cooler L96: Engine, Vortec 6.OL Variable Valve Timing V8 SFI, E85-compatible, FlexFuel MYD: Transmission, 6-speed automatic, heavy-duty, electronically controlled PCR: WT Fleet Convenience Package $360.00 $316.80 PYN: Wheels, 17" (43.2 cm) steel QHQ: Tires, LT245/75R17E all -season, blackwall SAF: Tire carrier lock U2J: XM Satellite Radio, delete UEO: OnStar, delete UQ3: 6-speaker audio system V22: Grille surround, chrome V46: Bumper, front chrome V76: Recovery hooks, front, frame -mounted, black VJH: Bumper, rear chrome with bumper CornerSteps VK3: License plate kit, front VQ2: Fleet processing option Z82: Trailering equipment $280.00 $246.40 ZY1: Paint, solid t North American Order Workbench is intended solely for business use by GM Dealers. Pricing shown is for illustration purposes only. Refer to GMPricing.com for official GM Price schedules. GM pricing is subject to change by GM at anytime, without notice. The GSA Price Level is for GM use only. 0 2008 General Motors. All Rights Reserved. Page 3 of 3 DATED: 3/31 / 16 Specification Reviewed by: Department requesting vehicle/equipment: Signature of Department Head/Date. Fleet Services Manager/Dale: CITY OF LUBBOCK MINIMUM SPECIFICATIONS I TON, CAB & CIISSIS, REGUI.,AR CAB, DUAL. REAR NVIII1"E1,S SPECIFICATION NO. 661I-CEM IT IS THE INTENT OF THIS SPECIFICATION, REFERENCED DOCUMENTS, REQUIREMENTS AND CONDITIONS SECTIONS TO DESCRIBE MINIMUM PERFORMANCE REQUIREMENTS. THE VEHICLE OR PRODUCT MUST MEET OR EXCEED THE PERFORMANCE OR CONSTRUCTION DESCRIBED HEREIN. THE VENDOR SHALL BE REQUIRED TO MARK COMPLIANCE OR NON-COMPLIANCE TO EACH ITEM DESCRIPTION IN TI IE SPACE PROVIDED. ALL EQUIPMENT FURNISHED AS STANDARD TO THE GENERAL PUBLIC ON THE PRODUCT BY THE MANUFACTURER SHALL BE INCLUDED, ENEN WHEN NOT SPECIFICALLY IDENTIFIED IN THIS SPECIFICATION. ANY DEVIATIONS FROM THE WRITTEN SPECIFICATION WITH DATE AS SHOWN IN THE INVITATION TO BID (ITB) SHALL DENOTED ON THE ATTACHED EXCEPTIONS TO TI IE SPECIFICATION. IN ORDER TO RECEIVE FULL CONSIDERATION, ITB RESPONSE QUOTATION MUSTFOLLOW THIS SPECIFICATION AND THE INVITATION TO BID'S TERMS AND CONDITIONS,, VENDOR NAME: PHONE: /J dip' NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO These specifications describe a 1 Ton pick-up truck, Regular Cab, Dual Rear Wheel with Metal Dump Bed installed upon it. Unless otherwise specified, all units shall be furnished complete with standard equipment and factory- installed accessories as listed by the manufacturer's printed literature and as stated in the state of Texas fleet automobiles and trucks Texas specifications. I. GENERAL SEE: STATE OF TEXAS FLEET AUTOMOBILES AND TRUCKS Itlp:;'/w%vNv.wintloay.slate.tx.us/Drocurcniciil/pub,,spcci ficalions - library/071-072-AT 2010 201I.pdf TEXAS SPECIFICATION NO.071-072-AT SECTION C.G. LIGHT DUTY TRUCKS PAGE 60. REVISED: 1 1 /04/2010 2• GVWR 11,400lbs. 3 WIiE.ELBASF, 137 inches. Cab to Axle 60" 4 OVERALL LENGTH 225 inches 5. PAYLOAD 6,200 pounds ALLOWANCE G ENGINE A. Gasoline, V-8, 6.0 L / B. 300 NET HP C. 360 lbs. torque 7. TRANSMISSION OEM automatic Dual rear all-weather steel belted tubeless radials with crank -up 8. I'IRh;S spare tire winch and spare tire LT245/75/R17 — 01"IM largest sin / aLv 'I c v' ,l V 9. SEATS OEM 40/20/40 cloth fa al, gray, or tan color 10. COLOR OEM fleet white 11. TOWING PACKAGE All items are to be heaviest OEM equipment for the vehicle sel ies / and installed by the manufacturer and shall include, but not be !/ S: Purchase/Bid Docs/ITB 16-12789-SS Various Vehicles limited to, the following: a transmission oil cooler, heavy-duty radiator, and trailer wiring harness. Harness shall be provided as an integral part of the vehicle wiring system to provide power to trailer turn signals, brakes, brake lights, and running lights. Each wire shall be labeled according to its function, i.e., brakes, turn, etc. A 7-pin, RV style, Flat (spade) electrical connector to connect trailer wiring circuitry to the wiring harness sliall be provided. Shall include OEM factory installed brake controller. To include front tow hooks. 12. REAR AXLE Limited slip with ratio 410 Cab and chassis vendor shall notify the city of Lubbock when cab and chassis is completed at manufacturer. Vendor and city of Lubbock shall inspect for compliance. If cab and chassis fails to 13. CAB CHASSIS meet compliance, vendor shall ensure that repairs are completed INSPECTION within 24 hours. Repairs that cannot be completed during v inspection must be re -inspected to meet compliance by vendor and city of Lubbock prior to releasing to body builder. The cab and chassis vendor shall be responsible for transporting 14 DELIVERY the cab and chassis to the City of Lubbock 206 Municipal Drive, Lubbock, Texas, cleaned, with at least''/4 tank of fuel. Tile City of Lubbock will deliver to the secondary vendor. The secondary vendor shall notify city of Lubbock when the body installation is complete. Second stage vendor shall deliver the 15. SECOND STAGE completed unit for compliance inspection to the city of Lubbock 206 municipal drive, Lubbock, Texas, cleaned, with at least'/4 tank of fuel. After the body installation, the cab and chassis will be returned to the city, 206 municipal drive, Lubbock Texas. The cab and 16. PRE -DELIVERY chassis vendor shall provide the pre -delivery service and first state safety inspection and install the windshield sticker. Cab and chassis with body shall be ready to be placed in service upon delivery to the city. OPTIONS OEM extended warranty: coverage to be 5 years, 100,000 miles. Vendor shall provide all available warranty documentation to include time of coverage, and any other warranties available. Include towing warranty and list of OEM bumper to bumper and drive train/ power train coverage. Include all documentation on 17 EXTENDED procedure for filing warranty. May exclude normal service, such WARRANTY as oil changes, tires and brake lining, but shall be explained fully with bid. If/when extended warranty option purchased. Bidder shall furnish a written detailed explanation of covered components that includes a complete listing of inclusions and exclusions of warranty with their bids. Must be zero deductible. $ Months 6U miles A6 boo p PROVIDE BUILD DATES IN SPACE BELOW BUILD DATE: GENERAL REQUIREMENT AND INFORMATION BIDDER SHALL SUBMIT WITH EACH BID, CURRENT PRINTED LITERATURE AND SPECIFICATION SHEETS ON THE UNIT OFFERED IN THE RESPONSE TO SOLICITATION. EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE BIDDING VENDOR IN THE SPACE PROVIDED BELOW. LIST ITEMS BY ITEM NUMBERS. S: Purchase/Bid Docs/ITB 16-12789-SS Various Vehicles Configure a New Vehicle: View Summary Order ID# [ THZMGM] was successfully submitted as of 06:27 PM , 04/01/2016 GM Business Associate Information Charge -to BAC: 112441 Ship -to BAC: 112441 Contact Name: Phone#: Model Information Charge -to BFC: 1 Ship -to BFC: 1 DAN: CITY Stock No: Model Year: 2016 Distrib. Entity: FLT Fleet Division: CHEVROLET Allocation Group: CREGHD TRUCK Model: CC36003 - 350OHD Silverado: 2WD Reg Chassis -Cab MSRP t : $34,220.00 VQ2 t: $31,117.26 Fleet Information Primary FAN: 803169 BID Number: PO Number: End User FAN: 803169 BID Item #: Order -Through BAC: Order Type: FBC-Fleet Political Subdivision MSRP w/DFC t : $35,415.00 VQ2 w/DFC t : $32,312.26 r 23 W, Z � © 2008 General Motors. All Rights Reserved Page 1 of 3 Configuration Information PEG:IWT Primary Color: GAZ - Summit White Engine: L96 - Engine, Vortec 6.OL Variable Valve Timing V8 SFI Transmission: MYD - Transmission, 6-speed automatic, heavy-duty Trim: H2R - Dark Ash, Cloth Emissions: FE9 - Emissions, Federal requirements Requested TPW: Options: 9E5, 9J4, AE7, AU3, BG9, C67, DF2, FE9, G80, GT5, 103, JL1, K34, K47, KC4, KG4, KNP, L96, MYD, N2N, P03, PYW, QZT, R9Y, SFW, SKP, U01, U2J, UEO, UQ5, V22, V46, V76, VK3, VQ2, ZW9, ZY1, ZZT Options MSRP VQ2 9E5: GVWR, 13,200 lbs. (5988 kg) 9J4: Bumper: Rear Delete AE7: Seats, front 40/20/40 split -bench AU3: Door locks, power BG9: Floor covering, Graphite -colored rubberized -vinyl C67: Air conditioning, single -zone DF2: Mirrors, outside high -visibility vertical camper -style, Black FE9: Emissions, Federal requirements G80: Differential, heavy-duty locking rear GT5: Rear axle, 4.10 ratio 103: Audio system, 4.2" Diagonal Color Display, AM/FM stereo JL1: Trailer brake controller, integrated $275.00 $242.00 K34: Cruise control, steering wheel -mounted K47: Air cleaner, high -capacity KC4: Cooling, external engine oil cooler KG4: Alternator, 150 amps KNP: Cooling, auxiliary external transmission oil cooler L96: Engine, Vortec 6.0L Variable Valve Timing V8 SFI © 2008 General Motors. All Rights Reserved. Page 2 of 3 MYD: Transmission, 6-speed automatic, heavy-duty N2N: Fuel tank, front and rear, 63.5 gallon P03: Wheel trim, painted trim skins and painted center caps PYW: Wheels, 17" (43.2 cm) painted steel QZT: Tires, LT235/80R17E all -terrain $200.00 $176.00 R9Y: Fleet Free Maintenance Credit -$90.00 -$79.20 SFW: Back-up alarm calibration SKP: Wheel, 17" x 6.5 (43.2 cm x 16.5 cm) full-size, steel spare U01: Lamps, Smoked Amber roof marker U2J: SiriusXM Satellite Radio, Delete UEO: OnStar Delete UQ5: Audio system feature, 4-speaker system V22: Grille, chrome surround V46: Bumper, front chrome V76: Recovery hooks, front, frame -mounted, black VK3: License plate kit, front V02: Fleet Processing Option ZW9: Body, Chassis Cab ZY1: Paint, solid ZZT: Tire, spare LT235/80R17E all -terrain $380.00 $334.40 t North American Order Workbench is intended solely for business use by GM Dealers. Pricing shown is for illustration purposes only. Refer to GMPricing.com for official GM Price schedules. GM pricing is subject to change by GM at anytime, without notice. The GSA Price Level is for GM use only- © 2008 General Motors. All Rights Reserved Page 3 of 3 PAGE I OF 3 Specification Reviewed by: DATED: 02-18-16 Department requesting vehicle/equipment: Signature of Department Head/Date: _ CITY OF LUBBOCK, TX MINIMUM SPECIFICATIONS MID -SIZE PICKUP TRUCK, EXTENDED CAB, 4 WHEEL DRIVE WITH AN OFF ROAD SUSPENSION PACKAGE j SPECIFICATION NO. 1512 - 4 YEAR 10 MAKE(/1'=L*—W MODEL 1.1. Lf�Ly) IT IS THE INTENT OF THIS SPECIFICATION, REFERENCED DOCUMENTS, REQUIREMENTS AND CONDITIONS SECTIONS TO DESCRIBE MINIMUM PERFORMANCE REQUIREMENTS. THE VEHICLE OR PRODUCT MUST MEET OR EXCEED THE PERFORMANCE OR CONSTRUCTION DESCRIBED HEREIN. THE VENDOR SHALL BE REQUIRED TO MARK COMPLIANCE OR NON-COMPLIANCE TO EACH ITEM DESCRIPTION IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED AS STANDARD TO THE GENERAL PUBLIC ON THE PRODUCT BY THE MANUFACTURER SHALL BE INCLUDED, ENEN WHEN NOT SPECIFICALLY IDENTIFIED IN THIS SPECIFICATION. ANY DEVIATIONS FROM THE WRITTEN SPECIFICATION WITH DATE AS SHOWN IN THE INVITATION TO BID (ITB) SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO DIE SPECIFICATIONS. IN ORDER TO RECEIVE FULL CONSIDERATION, ITB RESPONSE QUOTATION MUST FOLLOW THIS SPECIFICATION AND THE INVITATION TO BID'S TERMS AND CONDITIONS. A , VENDOR NAME: PHONE: t9U(o'?77J�T�(�D NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO These specifications describe a mid -size pick-up truck, Extended Cab, 4 wheel drive with an off road suspension package UNLESS OTHERWISE SPECIFIED, ALL UNITS SIIALL BE FURNISHED COMPLETE WITH STANDARD EQUIPMENT AND FACTORY- INSTALLED ACCESSORIES AS LISTED BY THE MANUFACTURER'S PRINTED LITERATURE AND AS GENERAL STATED IN THE STATE OF TEXAS FLE.ET AUTOMOBILES AND TRUCKS TEXAS SPECIFICATIONS. SEE: STATE OF TEXAS FLEET AUTOMOBILES AND TRUCKS huh.'/�e,�w�tviiuhi�4_slatc_t .us/prur_urcmrnl/t,ub!sp� ............. library/071-072-AT 2010 2011.E TEXAS SPECIFICATION NO. 071-072-AT SECTION C.G. LIGI IT DITTY TRACKS PAGE 68. REVISED: 4/20/2012 1. GVWR 5,200 pounds 2. WHEELBASE 125 inches 3. TRANSMISSION OEM automatic with maximum cooling 4. ENGINE A. Gasoline engine, V-6, 3.6 L B. 236 NET HP C. 242 FT LBS. Torque 5. TRANSFER CASE 2 speed, 2 wheel high, and 4 wheel high and low 6. SKID PLATES Shall include underbody shield starting behind front bumper and running to first crossmember protecting oil pan, differential case and transfer case 7. CARGO BOX LENGTH 72 inches / t/ Off road blackwall with tire pressure monitor 8. TIRES Tire size: P245/75/lt16 / 9. WHEELS OEM 16" Wheels S: Purchase/Bid Docs/ITB 16-12789-SS Various Vehicles 10 SEATS AND OEM cloth front bucket scats with center console and rear bench seat. INTERIOR COLORS Color of interior shall be charcoal or dark gray tZ 11. EXTERIOR COLOR OEM fleet white All items are to be heaviest OEM equipment for the vehicle series and installed by the manufacturer and shall include, but not be limited to, the following: A frame mounted receiver hitch, a transmission oil cooler, heavy-duty radiator, and trailer wiring harness. I larness shall be 12. TOW PACKAGE, provided as an integral part of the vehicle wiring system to provide power to trailer turn signals, brakes, brake lights, and running lights. Each wire shall be labeled according to its function, i.e., brakes, turn, etc. / A 7-pin, RV style, flat (spade) electrical connector to connect trailer wiring circuitry to the wiring harness shall be provided. Shall include OEM or dealer installed brake controller. To include front low hooks. 13. POWER PACKAGE Includes power windows, power locks, power mirrors, and cruise control and tilt steering wheel. To include two remote keyless entry. tr// 14. DIFFERENTIAL OEM highest ratio, with automatic locking differential 15. SUSPENSION OEM off road suspension package 16. BRAKES d Wheel Disc Brakes with ABS 17. BATTERY OEM Heavy -Duty highest CCA available 18. ALTERNATOR OEM 125 AMP minimum capacity 19. STEERING OEM power assisted 20. BUMPERS OEM, front and rear, chrome with rear step pad V: 21. FUEL TANK Minimum 19 gallon capacity (/ 22. INTERIOR LIGHT OEM overhead dome or lighted rear view mirror 23. INSTRUMENTATION Shall include speedometer, odometer with trip odometer, fuel level, voltmeter, engine temperature, oil pressure and tachometer. 24. GLASS OEM deep tinted with privacy glass in rear 25. DEFROSTER OEM rear window defroster 26. HEATER/AC OEM fresh air heater and air conditioner, with dash outlets and multi - speed fan. 27. MIRRORS OEM power and heated exterior mirrors, driver and passenger side 28. RACK 1.11' CAMERA OFNI or dealer installed bark up camera system. [lack up camern systent mull utilize the rear view mirror Iur display 29. LIGHTING OEM dome and exterior cargo lights 30. RADIO OEM AM/FM with clock display and two speakers 31. KEYS Vehicle to be delivered with 3 keys and 2 remote keyless entry OEM 3 Year 36,000 bumper to bumper and a 5 Year 60,000 miles drive 32. WARRANTY train warranty. Warranty shall begin on date unit is placed into service by the City of Lubbock. S: Purchase/Bid Docs/ITB 16-12789-SS Various Vehicles OPTION EXTENDED WARRANTY OEM EXTENDED WARRANTY: COVERAGE TO BE 5 YEARS, 100,000 MILES. VENDOR SI IALL PROVIDE ALL AVAILABLE WARRANTY DOCUMENTATION TO INCLUDE TIME OF COVERAGE, AND ANY OTHER WARRANTIES AVAILABLE. INCLUDE TOWING WARRANTY AND LIST OF OEM BUMPER TO BUMPER AND DRIVE TRAIN/ POWER TRAIN COVERAGE. INCLUDE ALL DOCUMENTATION ON PROCEDURE FOR FILING WARRANTY. MAY EXCLUDE NORMAL SERVICE, SUCH AS OIL CHANGES, TIRES AND BRAKE LINING, BUT SI IALL BE EXPLAINED FULLY WITI I v BID. IF/WHEN EXTENDED WARRANTY OPTION PURCHASED. BIDDER SI IALL FURNISII A WRITTEN DETAILED EXPLANATION OF COVERED COMPONENTS THAT INCLUDES A COMPLETE LISTING OF INCLUSIONS AND EXCLUSIONS OF WARRANTY WITI1 TFIEIR BIDS. MUST BE ZERO DEDUCTIBLE. MONTHS-� 0 MILES 106,066 $ PROVIDE BUILD DATES IN SPACE PROVIDED MSO AND PAPERWORK VEHICLE/EQUIPMENT WILL NOT BE ACCEPTED BY THE CITY OF LUBBOCK WITHOUT THE MSO, BILL OF SALE, WARRANTY, ALL KEYS AND ALL PAPERWORK GENERAL REQUIREMENT AND INFORMATION BIDDER SHALL SUBMIT WITH EACH BID, CURRENT PRINTED LITERATURE AND SPECIFICATION SHEETS ON THE UNIT OFFERED IN THE RESPONSE TO SOLICITATION EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE BIDDING VENDOR IN THE SPACE PROVIDED BELOW. LIST ITEMS BY ITEM NUMBERS. S: Purchase/Bid Docs/ITB 16-12799-SS Various Vehicles Configure a New Vehicle: View Summary Order ID# [ TJBTHV] was successfully submitted as of 11:03 AM, 04/04/2016 GM Business Associate Information Charge -to BAC: 112441 Ship -to BAC: 112441 Contact Name: Phone#: Model Information Charge -to BFC: 1 Ship -to BFC: 1 DAN: CITY Stock No: Model Year: 2016 Distrib. Entity: FLT Fleet Division: CHEVROLET Allocation Group: COLRDO TRUCK Model: 12M53 - Colorado: BaseANT Extended Cab MSRP t : $30,052,50 VQ2 t : $27,815.46 Order -Through BAC: Order Type: FBC-Fleet Political Subdivision MSRP w/DFC t : $30,947.50 VQ2 w/DFC t : $28,710.46 Fleet Information --------------------- _-------- ------ ------------------ ----------------------------------------------- ---------------------------- Primary FAN: 803169 End User FAN: 803169 BID Number: BID Item #: PO Number: 16.614- f-35). e r) 0 2008 General Motors. All Rights Reserved Page 1 of 3 ------------------------------- Configuration Information PEG:4WT Primary Color: GAZ - Summit White Engine: LFX - Engine, 3.6L SIDI DOHC V6 VVT $1,235,00 $1,086.80 Transmission: MYB - Transmission, 6-speed automatic, HMD, 6L50 Trim: H2R - Jet Black/Dark Ash, Cloth seat trim Emissions: FE9 - Emissions, Federal requirements Requested TPW: Options: 5G8, 9137, ATG, B30, B34, B35, BW4, BWN, C41F, C67, D31, D75, DL6, E63, FE9, G80, GU6, 103, K34, LFX, MYB, N07, PCN, PCX, PPA, QJJ, R9Y, RS1, S1K, UDC, UQ3, UTJ, UVC, VJQ, VK3, VQ2, VT5, Z82, Z85, ZJJ, ZY1 Options MSRP VQ2 5G8: Tow/Haul Mode 9137: Mirror, spotter, located in corner of driver -side outside mirror ATG: Remote Keyless Entry, extended range B30: Floor covering, color -keyed carpeting B34: Floor mats, carpeted front B35: Floor mats, carpeted rear BW4: Moldings, Chrome beltline BWN: CornerStep, rear bumper C4F: GVWR, 5900 lbs. (2676 kg) C67: Air conditioning, single -zone manual climate control D31: Mirror, inside rearview manual day/night D75: Door handles, body -color DL6: Mirrors, outside power -adjustable, body -color, manual -folding E63: Pickup box FE9: Emissions, Federal requirements G80: Differential, automatic locking rear $325.00 $286.00 GU6: Rear axle, 3.42 ratio 103: Audio system, 4.2" diagonal color display, AM/FM stereo Q 2008 General Motors. All Rights Reserved. Page 2 of 3 •Two K34: Cruise control, electronic, automatic LFX: Engine, 3.6L SIDI DOHC V6 VVT $1,235.00 $1,086.80 MYB: Transmission, 6-speed automatic, HMD, 6L50 NQ7: Transfer case, electric, 2-speed PCN: WT Convenience Package $490.00 $431.20 PCX: Work Truck Appearance Package $435.00 $382.80 PPA: Tailgate, EZ-Lift and Lower QJJ: Tires, P265/701316 all -season, blackwall R9Y: Fleet Free Maintenance Credit -$67.50 -$59.40 RS1: Wheels, 16" x 7" (40.6 cm x 17.8 cm) Ultra Silver Metallic cast aluminum S1 K: Wheel, spare, 16" x 7" (40.6 cm x 17.8 cm) steel UDC: Display, driver instrument information enhanced, one color UQ3: Audio system feature, 6-speaker system UTJ: Theft -deterrent system, unauthorized entry UVC: Rear Vision Camera VJQ: Recovery hooks, front VK3: License plate kit, front VQ2: Fleet processing option VT5: Bumper, rear body -color Z82: Trailering Package, heavy-duty $250.00 $220.00 Z85: Chassis Package ZJJ: Tire, spare P265/70R16 all -season, blackwall ZY1: Solid Paint t North American Order Workbench is intended solely for business use by GM Dealers. Pricing shown is for illustration purposes only. Refer to GMPricing.com for official GM Price schedules. GM pricing is subject to change by GM at anytime, without notice. The GSA Price Level is for GM use only. © 2008 General Motors All Rights Reserved Page 3 of 3 PAGE I OF 3 Specification Reviewed by: DATED: 2/1 1/2016 Department requesting vehicle/equipment: Signature of Department Itcad/Date: RE?VISIA) CITY OF LUBBOCK, TX MINIMUM SPECIFICATIONS: ONE TON PICK-UP, CREW CAB, BED DELETE, 4X4, SINGLE REAR WHEELS TO HAVE A UTILITY BED INSTALLED UPON IT SPECIFICATION NO. 1548-TRAFFIC OPS / 7 YEAR 2,% % 6 MAKE .t" MODEL O / j7 5 /�- IT IS THE INTENT OF TIIIS SPECIFICATION, REFERENCED DOCUMENTS, REQUIREMENTS AND CONDITIONS SECTIONS TO DESCRIBE MINIMUM PERFORMANCE REQUIREMENTS. THE VEHICLE OR PRODUCT MUST MEET OR EXCEED THE PERFORMANCE OR CONSTRUCTION DESCRIBED HEREIN. THE VENDOR SHALL BE REQUIRED TO MARK COMPLIANCE OR NON-COMPLIANCE 7-0 EACH ITEM DESCRIPTION IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED AS STANDARD TO THE GENERAL PUBLIC ON THE PRODUCT BY THE: MANUFACTURER SHALL BE INCLUDED, ENEN WHEN NOT SPECIFICALLY IDENTIFIED IN THIS SPECIFICATION, ANY DEVIATIONS FROM THE WRITTEN SPECIFICATION WITH DATE AS SHOWN IN THE INVITATION TO BID (ITB) SHALL BE NOTED ON THE ATTACHED EXCEPTIONS 7'0 THE SPECIFICATION, IN ORDER TO RECEIVE FULL CONSIDERATION, ITB RESPONSE QUOTATION MUST FOLLOW TI IIS SPECIFICATION AND TIIE INVITATION TO BIU'S TERMS AND CONDITIONS. VENDOR NAME: PIIONE:-2, NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO Unless otherwise specified, all units shall he furnished complete with standard equipment and factory- installed accessories as listed by the manufacturer's printed literature and as stated in the state of GENERAL Texas fleet automobiles and trucks Texas specifications. See: state of Texas fleet automobiles and trucks h�lf,):�/WIYW.WIndO\lalilll'_lz.0 jlrocuromcnUpuh'scificulions- librury/071-072-at 201Q) 3011.ndf Texas specification no. 071-072-AT Section C.G. Light duty trucks page 68. Revised: 4/20/2012 1. GVWR 9,900 pounds 2. WHEEL BASE 157 inches (� 3. OVERALL LENGTH 248 inches 3.1 CAB TO AXLE 56 inches f 4' PAYLOAD 3,820 pounds ALLOWANCE 5. ENGINE A. Gasoline, V8 6.01, B. 300 net 11P v_ C. 360 R lbs. Torque / 6. TRANSMISSION OEM automatic 4 WHEEL DRIVE (/ 7. TIRES All weather steel belted tubeless radials with crank -up spare lire winch ands are tire LT245/75/1117 S: Purchase/Bid Docs/ITB 16-12789-SS Various Vehicles NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 8. SEATS OEM 40/20/40 cloth fabric, with charcoal, gray, or tan color &-1 9. COLOR OEM fleet white All items are to be heaviest OEM equipment for the vehicle series and installed by the manufacturer and shall include, but not be limited to, the following: a transmission oil cooler, heavy-duty radiator, and trailer wiring harness. Harness shall be provided as an integral part of the vehicle wiring system to provide power to 10. TOWING PACKAGE trailer turn signals, brakes, brake lights, and running lights. Each wire shall be labeled according to its function, i.e., brakes, turn, etc. A 7-pin, RV style, flat (spade) electrical connector to connect trailer wiring circuitry to the wiring harness shall be provided. Shall include OEM factory installed brake controller. To include front tow hooks. 11. POWER PACKAGE Includes power windows, power locks, power mirrors, and cruise control and tilt steering wheel. 12. REAR AXLE Limited slip with ratio 410 L/ 5,000 lb. rated rear overload springs or alrbalus to reduce OPTION: suSnenSicm f'itigue 111d nr(.)Viile Stability while hnuling hc;ivy Y loads Au PROVIDE BUILD DATES IN SPACE PROVIDED MSO AND PAPERWORK VEHICLE/EQUIPMENT WILL NOT BE ACCEPTED BY THE CITY OF LUBBOCK WITHOUT THE MSO, BILL OF SALE, WARRANTY, ALL KEYS, AND ALL PAPERWORK GENERAL REQUIREMENT AND INFORMATION BIDDER SHALL SUBMIT WITH EACH BID, CURRENT PRINTED LITERATURE AND SPECIFICATION SHEETS ON THE UNIT OFFERED IN THE RESPONSE TO SOLICITATION. EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE BIDDING VENDOR IN THE SPACE PROVIDED BELOW. LIST ITEMS BY ITEM NUMBERS. I. S: Purchase/Bid Docs/1TB 16-12789-SS Various Vehicles Configure a New Vehicle: View Summary Order ID# [ TJCCFS] was successfully submitted as of 03:24 PM, 04/05/2016 GM Business Associate Information Charge -to BAC: 112441 Ship -to BAC: 112441 Contact Name: Phone#: Model Information Charge -to BFC: 1 Ship -to BFC: 1 DAN: CITY Stock No: Model Year: 2016 Distrib. Entity: FLT Fleet Division: CHEVROLET Allocation Group: CCRUHD TRUCK Model: CK35943 - 3500HD Silverado: LWB, 4WD, Crew Cab MSRP t: $41,805,00 VQ2 t : $38,041.36 Fleet Information Order -Through BAC: Order Type: FBC-Fleet Political Subdivision MSRP w/DFC t : $43,000.00 VQ2 w/DFC t : $39,236.36 Primary FAN: 803169 End User FAN: 803169 BID Number: BID Item #: PO Number: 7 30S"'�3� 0 2008 General Motors. All Rights Reserved. Page 1 of 3 Configuration Information PEG: 1 WT Primary Color: GAZ - Summit White Engine: L96 - Engine, Vortec 6.OL Variable Valve Timing V8 SFI E85-compatible, FlexFuel Transmission: MYD - Transmission, 6-speed automatic, heavy-duty, electronically controlled Trim: H2R - Dark Ash, Cloth seat trim Emissions: FE9 - Emissions, Federal requirements Requested TPW: Options: 9J4, 91-7, A31, AE7, AQQ, AU3, BG9, C67, C7E, DD8, DPN, FE9, G80, GT5, 103. JL1, K34, K47, KC4, KG4, KNP, L96, MYD, N79, PCR, PYT, QWF, R9Y, SFW, U2J, UEO, UQ3, V22, V46, V76, VK3, VQ2, ZW9, ZWF, ZY1 Options MSRP VQ2 9.14: Bumper, rear, delete 91-7: Upfitter switches, (4) $125.00 $110.00 A31: Windows, power AE7: Seats, front 40/20/40 split -bench, 3-passenger, driver and front passenger recline AQQ: Remote Keyless Entry AU3: Door locks, power BG9: Floor covering, Graphite -colored rubberized -vinyl C67: Air conditioning, single -zone C7E: GVWR, 11,000 lbs. (4990 kg) with single rear wheels DD8: Mirror, inside rearview auto -dimming DPN: Mirrors, outside heated power -adjustable vertical trailering, upper glass, manual - folding and extending, Black; FE9: Emissions, Federal requirements G80: Differential, heavy-duty locking rear GT5: Rear axle, 4.10 ratio 103: Audio system, 4.2" Diagonal Color Display, AM/FM stereo JL1: Trailer brake controller, integrated K34: Cruise control, steering wheel -mounted © 2008 General Motors. All Rights Reserved. Page 2 of 3 K47: Air cleaner, high -capacity KC4: Cooling, external engine oil cooler KG4: Alternator, 150 amps KNP: Cooling, auxiliary external transmission oil cooler L96: Engine, Vortec 6.OL Variable Valve Timing V8 SFI E85-compatible, FlexFuel MYD: Transmission, 6-speed automatic, heavy-duty, electronically controlled N79: Wheel, 18" x 8" (45.7 cm x 20.3 cm) full-size, steel spare PCR: WT Fleet Convenience Package $600,00 $528.00 PYT: Wheels, 18" (45.7 cm) painted steel QWF: Tires, LT26517OR18E all -season, blackwall R9Y: Fleet Free Maintenance Credit -$90.00 -$79.20 SFW: Backup alarm calibration U2J: SiriusXM Satellite Radio, delete UEO: OnStar, delete UQ3: 6-speaker audio system V22: Grille surround, chrome V46: Bumper, front chrome V76: Recovery hooks, front, frame -mounted, black VK3: License plate kit, front VQ2: Fleet Processing Option ZW9: Pickup box, delete -$955.00 -$840.40 ZWF: Tire, spare LT265/70R18E all -terrain, blackwall $360.00 $316.80 ZY1: Paint, solid t North American Order Workbench is intended solely for business use by GM Dealers. Pricing shown is for illustration purposes only. Refer to GMPricing.com for official GM Price schedules. GM pricing is subject to change by GM at anytime, without notice. The GSA Price Level is for GM use only. © 2008 General Motors All Rights Reserved Page 3 of 3 PAGE I OF 3 DATED: 11 /4/2013 Specification Reviewed by: Department requesting vehicle/equipment: Signature of Deparunent I lead/Date. CITY OF LUBBOCK, TX MINIMUM SPECIFICATIONS 1/2 TON CREW CAB, SHORTBED, 4X4 SPECIFICATION NO. 1525-4-TC YEAR MAKE MODEL C&,/ 7 SZ 7 IT IS THE INTENT OF THIS SPECIFICATION, REFERENCED DOCUMENTS, REQUIREMENTS AND CONDITIONS SECTIONS TO DESCRIBE MINIMUM PERFORMANCE REQUIREMENTS. THE VEHICLE OR PRODUCT MUST MEET OR EXCEED THE PERFORMANCE OR CONSTRUCTION DESCRIBED HEREIN. THE VENDOR SHALL BE REQUIRED TO MARK COMPLIANCE OR NON-COMPLIANCE TO EACH ITEM DESCRIPTION IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED AS STANDARD TO THE GENERAL PUBLIC ON THE PRODUCT BY THE MANUFACTURER SHALL BE INCLUDED, ENEN WHEN NOT SPECIFICALLY IDENTIFIED IN THIS SPECIFICATION. ANY DEVIATIONS FROM THE WRITTEN SPECIFICATION WITH DATE AS SHOWN IN THE INVITATION TO BID (ITB) SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. IN ORDER TO RECEIVE FULL CONSIDERATION, ITB RESPONSE QUOTATION MUST FOLLOW THIS SPECIFICATION AND THE INVITATION TO BID'S TERMS AND CONDITIONS. VENDOR NAME: PHONE: NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 1/2 ton pick-up, Crew Cab, Shortbed, 4x4. Unless otherwise specified, all units shall he furnished complete with standard equipment and factory- installed accessories as listed by GENERAL the manufacturer's printed literature and as stated in the State of Texas Fleet Automobiles and trucks Texas specifications. SEE: STATE OF TEXAS FLEET AUTOMOBILES AND TRUCKS httu:%%�+ww.winduw.stale.lx.us/procurement/nub/snccil ications- librarv/071-072-AT 2010 201 Lffill' 1. GVWR 6,800Pounds 7 Db 2. WHEEL BASE 139.8 Inches 3,50 3. OVERALL LENGTH 224.6Inches 4 PAYLOAD 1,550 Pounds ALLOWANCE 5. ENGINE A. Gasoline, V-8, 4.6 L �� 3 B. 302 Net l IP C. 305 Ft lbs. torque 1 6. TRANSMISSION OEM Automatic 7 CARGO BOX 66.7 Inches v LENGTH 6 6, 33 8. TIRES All weather steel belted tubeless radials with crank -up spare tire winch and spare tire. Tire size: P235/75/R17 / P.1 5/ 72) P/ 2 9. RIM SIZE 17 x 7 Inches 9 10 SEATS AND INTERIOR OEM 40/20/40 cloth fabric, with charcoal, gray, or tan color. Rear bench type seat.v/ / 11. EXTERIOR COLORS OEM Fleet White 12. POWER PACKAGE Includes power windows, power locks, power mirrors, and cruise / (/ control and tilt steering wheel. S: Purchase/Bid Docs/ITB 16-12789-SS Various Vehicles PROVIDE BUILD DATES IN SPACE PROVIDED MSO AND PAPERWORK VEHICLE/EQUIPMENT WILL NOT BE ACCEPTED BY THE CITY OF LUBBOCK WITHOUT THE MSO, BILL OF SALE, WARRANTY, ALL KEYS AND ALL PAPERWORK GENERAL REQUIREMENT AND INFORMATION BIDDER SHALL SUBMIT WITH EACH BID, CURRENT PRINTED LITERATURE AND SPECIFICATION SHEETS ON THE UNIT OFFERED IN THE RESPONSE TO SOLICITATION EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE BIDDING VENDOR IN THE SPACE PROVIDED BELOW. LIST ITEMS BY ITEM NUMBERS. S: Purchase/Bid Docs/ITB I6-12789-SS Various Vehicles Configure a New Vehicle: View Summary Order ID# [ TJBVVD] was successfully submitted as of 03:56 PM , 04/04/2016 GM Business Associate Information Charge -to BAC: 112441 Ship -to BAC: 112441 Contact Name: Phone#: Model Information Charge -to BFC: 1 Ship -to BFC: 1 DAN: CITY Stock No: Model Year: 2016 Distrib. Entity: FLT Fleet Division: CHEVROLET Allocation Group: CCRULD TRUCK Model: CK15543 - 1500 Silverado: 4WD, Short Crew MSRP t : $39,800.00 VQ2 t : $36,571.81 Fleet Information Primary FAN: 803169 BID Number: PO Number: End User FAN: 803169 BID Item #: Order -Through BAC: Order Type: FBC-Fleet Political Subdivision MSRP w/DFC t : $40,995.00 V02 w/DFC t : $37,766.81 9ooa 0 2008 General Motors. All Rights Reserved Page 1 of 3 Configuration Information PEG: 1 WT Primary Color: GAZ - Summit White Engine: L83 - Engine, 5.3L EcoTec3 V8 with Active $1,195.00 $1,051.60 Fuel Management, Direct Injection and Variable Valve Timing Transmission: MYC - Transmission, 6-speed automatic, electronically controlled Trim: H2R - Dark Ash with Jet Black Interior Accents, Cloth Seat Trim Emissions: FE9- Emissions, Federal requirements Requested TPW: Options: A31, A60, AE7, AU3, AYO, BG9, C5Z, C67, E63, FE9, GU4, 103, K34, KC4, KG4, KNP, L83, MYC, R9Y, RBZ, RD6, SAF, T4F, U2J, UEO, UQ3, V22, V76, VH6, VJG, VK3, VQ2, ZY1 Options MSRP VQ2 A31: Windows, power front and rear A60: Tailgate, locking AE7: Seats, front 40/20/40 split -bench, 3-passenger, driver and front passenger manual recline AU3: Door locks, power AYO: Air bags, dual -stage frontal and side -impact, driver and front passenger and head - curtain and seat -mounted side -impact, front and rear outboard seating positions with Passenger Sensing System BG9: Floor covering, Graphite -colored rubberized -vinyl, no floor mats included C5Z: GVWR, 7200 lbs. (3266 kg) C67: Air conditioning, single -zone E63: Pickup box FE9: Emissions, Federal requirements GU4: Rear axle, 3.08 ratio 103: Audio system, 4.2" diagonal color display, AM/FM stereo K34: Cruise control, electronic KC4: Cooling, external engine oil cooler 0 2008 General Motors. All Rights Reserved- Page 2 of 3 KG4: Alternator, 150 amps KNP: Cooling, auxiliary external transmission oil cooler L83: Engine, 5.3L EcoTec3 V8 with Active Fuel Management, Direct Injection and Variable Valve Timing $1,195,00 $1,051.60 MYC: Transmission, 6-speed automatic, electronically controlled R9Y: Fleet Free Maintenance Credit -$90.00 -$79.20 RBZ: Tires, P255170R17 all -season, blackwall RD6: Wheels, 17 x 8" (43.2 cm x 20.3 cm) painted steel SAF: Tire carrier lock, keyed cylinder lock T4F: Headlamps, high intensity discharge (HID) projector -beam with LED signature DRL U2J: SiriusXM Satellite Radio, delete UEO: OnStar, delete UQ3: 6-speaker audio system V22: Grille surround, chrome V76: Recovery hooks, front, frame -mounted, black VH6: Bumpers, front, Black VJG: Bumpers, rear, Black VK3: License plate kit, front VQ2: Fleet Processing Option ZY1: Paint, solid t North American Order Workbench is intended solely for business use by GM Dealers. Pricing shown is for illustration purposes only. Refer to GMPricing.com for official GM Price schedules. GM pricing is subject to change by GM at anytime, without notice. The GSA Price Level is for GM use only. 9 2008 General Motors. All Rights Reserved Page 3 of 3 City of Lubbock, TX Fleet Services Bid Tabulation June 9, 2016 ITB 16-12789-SS Various Vehicles Item Qty UOM Description/Vendor Location Unit Price Extended Price 1 5 EA Mid -Size, Four Door, Sport Utility Vehicle, Specification No. 307-SS Randall Reed's Prestige Ford Garland, TX $ 27,400 137.000 Scoggin Dickey Chevrolet Lubbock, TX 35,388 176,942 Gene Messer Chevrolet Lubbock, TX 37,225 186,125 2 1 EA 3/4 Ton Pick-up Truck, Specification No. 1534-4 Scoggin Dickey Chevrolet Lubbock, TX 27,384 27.384 Gene Messer Chevrolet Lubbock, TX 28,791 28,791 Randall Reed's Prestige Ford Garland, TX 28,800 28,800 3 1 EA 1 Ton Pick-up Truck, Specification No. 6611-CEM Scoggin Dickey Chevrolet Lubbock, TX 23,934 23.934 Gene Messer Chevrolet Lubbock, TX 25,430 25.430 Randall Reed's Prestige Ford Garland, TX 26,400 26,400 4 1 EA Metal Dump Bed, Specification Noc. NV-6611-CEM Pick Up Pals, Inc. Lubbock, TX 5,869 5,869 5 2 EA Mid -Size, Pick-up Truck, Specification Noc. 1512-4 Scoggin Dickey Chevrolet Lubbock, TX 26,965 53,931 Randall Reed's Prestige Ford Garland, TX 28,500 57,000 6 1 EA 1/2 Ton Crew Cab, Specification No. 1525-4-BI Scoggin Dickey Chevrolet Lubbock, TX 27,089 NQAS Gene Messer Chevrolet Lubbock, TX 29,071 NQAS Randall Reed's Prestige Ford Garland, TX 29,400 NQAS 7 1 EA 1 Ton Pick-up, Specification No. 15.48-Traffic Ops Scoggin Dickey Chevrolet Lubbock, TX 30,255 30,255 Gene Messer Chevrolet Lubbock, TX 31,640 31,640 Randall Reed's Prestige Ford Garland, TX 31,900 31,900 8 1 EA Service Body, Specification No. NV-38-Traffic Ops Pick Up Pals, Inc. Lubbock, TX 8,778 8,778 9 1 EA 1/2 Ton Crew Cab, Specification No. 1525-4-TG Scoggin Dickey Chevrolet Lubbock, TX 27,089 27,089 Gene Messer Chevrolet Lubbock, TX 29,071 29,071 Randall Reed's Prestige Ford Garland, TX 29,400 29,400 Item -by -Item Pick Up Pals Items 4 & 8 Lubbock, TX 14,647 Randall Reed's Prestige Ford Item 1 Garland, TX 137,000 Scoggin Dickey Chevrolet Items 2, 3, 5, 7, & 9 Lubbock, TX 162,593 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 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. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2016-53490 Date Filed: 05/11/2016 Date Acknowledged: 05/11/2016 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. SCOGGIN DICKEY CHEVROLET LUBBOCK, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. SCOGGIN DICKEY CHEVROLET 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. PO#31027393 SELL OF VEHICLE 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. ❑ X 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said this the day of 20 , to certify which, witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.1021 CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofl 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. 2016-53490 SCOGGIN DICKEY CHEVROLET LUBBOCK, TX United States Date Filed: 05/11/2016 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. SCOGGIN DICKEY CHEVROLET Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. PO#31027393 SELL OF VEHICLE 4 Name of Interested Parry City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. ❑ X 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. ai'•; CHERYL LYN GRUETZNER /\ My Notary ID # 128789864y '��¢j',i!• Expires November 3, 2019 Signature of autho ent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE ^ Sworn to and subscribed before me, by the said a•V this the day of 20I(a_, to certify which, witness my hand and seal of office. �Ko r% 10 11;k A I A C-1 cu!0610 fl- r SignatureffofficerTdmini;tAd oath Printed namiVof officer administering oath Title of officer admini ring oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.1021