HomeMy WebLinkAboutResolution - 2016-R0384 - Purchase Order - Grapevine DCJ LLC - Trucks - 10_27_2016Resolution No. 2016-RO384
Item No. 6.22
October 27, 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. 31029267 for the purchase of
two (2) Ram 2500 Crew Cab Pickup Trucks as per ITB 16-12976-SS, by and between the
City of Lubbock and Grapevine DCJ, LLC of Grapevine, 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 October 27, 2016
LO=
DANIEL M. POPE, MAYOR
ATTEST:
Reb ca Garza, City Secretary
APPROVED AS TO CONTE
Scott Snider, Assistant City Manager
APPROVED AS TO FORM:
Justin PruiA, AssiAantlCity Attorney
ccdocs/RES. Purchase Order 31029267 — Grapevine DCJ, LLC — Two }tam Pickups
September 13, 2016
Cite of
Lubbock
TEXAS PURCHASE ORDER
TO:
GRAPEVINE DCJ LLC
2601 WILLIAM D TATE
GRAPEVINE Texas 76051
SHIP TO:
Page -
Date -
Order Number
Branch/Plant
1
10/04/2016
31029267 000 OP
526
CITY OF LUBBOCK
FLEET SERVICES
206 MUNICIPAL DRIVE
LUBBOCK Texas 79404
INVOICE TO: CITY OF LUBROCK
ACCOUNTS PAYABLE
P.O. RON 2000 Mj
LUBBOCK, TN 79457 BY:
'\IatlaNjv. rez, irector or Purchasing &- Contract P lanagernm
Ordered 09/12/2016 Freight
Requested 01/30/2017 Taken By
Delivery PER D GAMBOA REQ #48136 ITB 16-12976-SS
Description/Supplier Item Ordered Unit Cost UM
2017 Ram 2500 Crew Cab 2.000 26,411.0000 EA
Specification No. 1535-2
Temts NET 30
S SUMMERS
Extension Request Date
52,822.00 01 i 30,'2017
Total Order
52,822.00
This purchase order encumbers funds in the amount of S52,822.00 awarded to Grapevine DCJ, LLC of Grapevine, TX on October 27,
2016, The following is incorporated into and made part of this purchase order by reference ITB 16-12976-SS dated September 7,
2016 Grapevine DCJ, LLC of Grapevine, TX Resolution 4 2016-RO384
CITY OF LUBBOCK
Daniel M. Pope, Mayor
ATTCST:
Reb t ca Garza, City Secretary
III-1 ISED
Bid Form
Henvy Duty Vehicles
Cily of Lubbock, TX
1.1-B 16-12976-SS
In compliance with the Invitation to Bid 16-1297649S, 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 fbr providing the items listed below;md agrees to deliver said items at the locations and for the prices
set Ibrth on this lbrm. A bid will be subject to being considered irregular and may be rejected Wit shows omissions. alterations of
form, conditional alternate bids, additions or alternates in lieu of the items specified, if the unit prices arc obviously unbalanced (either
in excess of or below reasonably expected values). or irregularities orally kind. The Invitation to Bid 16-12976-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
QTV
of
DESCRIPTION
UNIT PRICE*
EXTENDED
(Days)
l*�-)
Measure
BID
COST
ARO**
'S Ton Cab and Chassis. Bed Delete,
- 4.- -
- 3- -
- Emit- -
-
� f
-S
I536-2
Model. Year. -Brand Name -and Model Number �'Sbot..LZ
-----------------------
-'�-
----
--E.teM-
-- ---------------
41 rieHudv.�er5prcili --- Na NV--
__-- --
- ---
-----
Model Year. Brand Name and Model Number:
1/, Ton Pick-up Trek, Extended Cab.
-}-
--}-
--Each-
-R>;gut;rrflcc�p�T�p�2fficatiolrNQ973�=
--- - - - - --
g-�� �/----
---
C
Model Year. Brand Name and Model Number:
4.
2
Each
'/, Ton Pick -tip, Crew Cab, Shorlbed, 4x2,
Spccilication No. 1535.2
5 �(� y� �
$ � �.2
7J
SO
per
�
�
Model Year. Brand Name and hlodel Number: •�t � 760 C4 RP4CAM 1 j Zt. Q j
*PRICE: F.O.B. Destination, Freight Pre•Paid and Allowed Total: $52, 822 . 00
**ARO - After Receipt of Order
Unless otherwise specified herein, the City may uwurd the bid either item -by -item or on an ail -or -none basis for ant hem or
group of items shown on the bid.
PAYMENT TERMS AND DISCOUNTS -Bidder oll'ers a prompt payment discount of _% net calendar days. Unless
otherwise indicated on the Bid Form, payment terms will be NET THIRTY DAYS. The City will pay the successtitl bidder within thirty
clays after the receipt of'a correct invoice or utter the date of acceptance. %%hiche%er event occurs Inter. Discounts for prompt payment
requiring payment by the City within a stipulated number ofdays i%ill be interpreted its applying within the stipulated number ol'calendar
days after the date ol'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 da)s 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 must favoured customer, for like quality and quantity of the products.services; dues not include an element of profit on the
sale in excess ol'th;m normally obtained by Cite Bidder on the sale ol'products'services ol'like quality and quantity; and dues not include
any provision for discounts to selling agents. flat any time during flit contract period, file supplier should sell or oll'tr for salt to any
other customer. an equal or less quantity ol'similar contract products of like or better quality. at a lower net pricr(s) than provided herein.
S IhuLlcuv:Dut Dues ITD 10-12976-SS Pmk•up Trutka
PAGE I OF 2
DATED: 08-04-2016
City of Lubbock
Specification Reviewed by:
Department requesting vehicle/equipment:
tiro I I 1b-1Ld/b-„
Signature of Department Head/Date:
CITY OF LUBBOCK, TX
MINIMUM SPECIFICATIONS
3/4 TON PICK-UP, CREWCAB, SHORTBED, 4X2
SPEC: 1535 - 2
YEAR MAKE Ra r.n. MODEL Lj c u C'r � ►r Cod., ���1 1L � �
IT IS THE INTENT OF THIS SPECIFICATION, REFERENCED DOCUMENTS. REQUIREMENTS AND CONDITIONS SECTIONS TO DESCRIBE MINRIUM
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. EVEN 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 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:
PHONE:
NO. ITEM MINIAIUIVI REQUIREMENTS SELLER COMPLIANCE
YES NO
These specifications describe a 3/4 ton Pick-up, Crewcab, Shortbed,
4x2.
GENERAL
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 current
State of Texas Fleet Automobiles and Trucks Texas Specifications.
I
GVWR
8,800 pounds
2.
WHEEL BASE
149.5 inches
3.
OVERALL
237.4 inches
LENGTH
4
PAYLOAD
2,900 pounds
ALLOWANCE
5.
ENGINE
A. Gasoline, 5.7L, V-8
B. 360 NET HP
C. 380 FT LBS. Torque
6-
TRANSMISSION
OEM automatic
7.
CARGO LENGTH
76.3 inches
/
8,
All weather steel belted tubeless radials with crank -up spare tire winch
TIRES
and spare tire LT345/70/R17
9.
RIM SIZE
17 X 7.5 inches
✓
10.
SEATS
OEM 40/20/40 cloth fabric, with charcoal or gray color with re5r bench
type seat.
S: Purchase/Bid Docs/ITB 16-12976-SS Pick-up Trucks
8/11/2016 10:26 AM p. 39
City of Lubbock
EXTERIOR
II
COLOR
OEM fleet white
POWER
Includes power windows, power locks, power mirrors, cruise
12.
PACKAGE
control and tilt steering wheel.
Provide build dates in space provided
MSO and paperwork
Vehicle/equipment will not be accepted by the City of Lubbock without
The MSO, all keys, warranty, 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 DocsiITB 16-12976-SS Pick-up Trucks
8/11/2016 10:26 AM p. 40
City of Lubbock, TX
Fleet Services
Bid Tabulation
October 27, 2016
ITB 16-12976-SS
Pick-up Trucks
Item Qty UOM Description/Vendor
Location
Unit Price
Extended Price
1 3 EA 3/4 Ton Cab and Chassis, 4x2, per Specification
No. 1536-2
Randall Reed's Prestige Ford
Garland, TX
S 23,450
70,350
Grapevine DCJ
Grapevine, TX
24,594
73,782
Scoggin Dickey Chevrolet
Lubbock, TX
24,840
74,520
Pick Up Pals, Inc.
Lubbock, TX
No Bid
2 EA Service Body, per Specification No. NV-41-F
Pick Up Pals, Inc. Lubbock, TX 6,499 12,998
Randall Reed's Prestige Ford Garland, TX No Bid
Scoggin Dickey Chevrolet Lubbock, TX No Bid
Grapevine DCJ Grapevine, TX No Bid
I EA 3/4 Ton Pick-up Truck, per Specification No. 1534-2
Randall Reed's Prestige Ford Garland, TX 25,360 25,360
Scoggin Dickey Chevrolet Lubbock, TX 27,125 27,125
Grapevine DCJ Grapevine, TX No Bid
Pick Up Pals, Inc. Lubbock, TX No Bid
4 2 EA 3/4 Ton Pick-up Truck, 4x2, per Specification No. 1535-2
Grapevine DCJ
Grapevine, TX 26,411
52,822
Randall Reed's Prestige Ford
Garland, TX 26,550
53,100
Scoggin Dickey Chevrolet
Lubbock, TX 28,729
57,459
Pick up Pals, Inc.
Lubbock, TX
No Bid
Item -by -Item
Pick Up Pals Item 2
Lubbock, TX
12,998
Randall Reed's Prestige Ford Items 1 & 3
Garland, TX
95,710
Grapevine DCJ Item 4
Grapevine, TX
52,822
CERTIFICATE OF INTERESTED PARTIES
FORM 1.295
loll
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:
2016-111956
Date Filed:
09/14/2016
Date Acknowledged:
09/14/2016
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
Grapevine DCJ, LLC
GRAPEVINE, 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.
CITY OF LUBBOCK
3 Provide the identification number used by the governmental entity or state agency to track or identity the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
1535-2
NEW VEHICLES
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
I Intermediary
TENNANT, BILL
Grapevine, TX United States
X
5 Check only if there is NO Interested Party.
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 V1.0.2, ,
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
loll
Cumplew Nos 1 - 4 and 6 if thee, are rineu Yed parittrs
OFFICE USE ONLY
Complete Nos. 1. 2.3 5, and 6 if Uaae art- nn ,olva-swo panne,,
CERTIFICATION OF FILING
Certificate Number:
1 Name of business entity filing form, and the city, state and cuuntry of the business entity's place
of business.
2016-111956
Grapevine DCJ. LLC
GRAPEVINE. TX United States
Date Filed:
09/14/2016
2 Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
CITY OF LUBBOCK
Date Acknowledged:
3 Provide the identdication number used by the guvernmental 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.
1535-2
NEW VEHICLES
4
Name of Interested Party
City, Slate, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermediary
I ENNANT, BILL
Grapevine. TX United Stales
X
f
5 Check only it there is NO Interested Party. O
6 AFFIDAVIT I swear or athrin, undot penally of perltiry. thin the above disclosure is true and correct
AMSAL1�ERS
N TAYTUU
Sfbmm. 6V. t1f1f06/l01ff
Sulnatprt• of aubiunied agcnl of contracting
business enuty
AFFIX NOTARY 51AMP 1 S[/U ABOVL-
Siarii n la and subsrnbcrt belom nie by the stud • ; . c. flits the
20 to eerily which. vatitess my nann :Ind coal of ollu:e
day ut
(1 1
ac minislennq otuh Pf alwo name nl o1fice, annul &torrid oath Tille of elLrer aelnunisie lino Bath
Funns provided by Texas Ethics Commission wv+w.clhicsshde.tx us Version V1.0.277