Loading...
HomeMy WebLinkAboutResolution - 2014-R0012 - Sam Pack's Five Star Ford - 01_09_2014Resolution No. 2014-R0012 January 9, 2014 Item No. 5.14 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. 31017810 for the purchase of Group 4 — light duty trucks as per ITB 14-11652-DT, by and between the City of Lubbock and Sam Pack's Five Star Ford of Carrollton, 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 January 9, 2014 ',e4 �VKN C. 'RbfiERTSON, MAYOR ATTEST: e e I ca Garza, City Secretary APPROVED AS TO CONTENT: Scott S 'der, A sistant City Manager Community Services APPROVED TO FORM: Chad 4'Weaver, Assista`t City Attorney vw:ccdocs/RES.Sam Packs-PurchaseOrd December 26, 2013 3 � a City of bo&kPURCHASE ORDER TO. SAM PACK'S FIVE STAR FORD P O BOX 110098 CARROLLTON Texas 75011-0098 Page - 1 Date - 12/23/2013 Order Number 31017810 000 OP Branch/Plant 3526 SHIP TO: CITY OF LUBBOCK FLEET SERVICES 206 MUNICIPAL DRIVE LUBBOCK Texas 79403 INVOICE TO: CITY OF LUBBOCK ACCOUNTSPAYABLE P.O. BOX 2000 LUBBOCII, TX 79457 BY: UWhjVW--/ MaRa Alvarez, Director of Orchasing & Contract Management .ered 12/23/2013 Freight Requested 12/23/2013 Taken By Delivery PER M.TREVINO/REQ 42669 ITB 14-11652-DT Description/Supplier Item Ordered 1/2 ton, Crew Cab, Short Bed, 3.000 4x4, Spec 1525-4 1/2 ton, Extended Cab, Short 5.000 Bed, 4x2 Pickup, Spec 1526-2 1/2 ton, Extended Cab, Short 1.000 Bed, 4x2 Pickup, Spec 1526-2 1/2 ton, Extended Cab, Short 1.000 Bed, 4x2 Pickup, Spec 1526-2 1/2 ton, Extended Cab, Short 1.000 Bed, 4x4 Pickup, Spec 1526-4 1/2 ton, Extended Cab, Short 1.000 Bed, 4x4 Pickup, Spec 1526-4 3/4 ton, Extended Cab, Reg Bed 1.000 4x2, Spec 1534-2 3/4 ton, Extended Cab, Reg Bed 1.000 4x4, Diesel, Spec 1534-4-DSL Unit Cost UM Extension Request Date 25,485.0000 EA 76,455.00 05/23/2014 20,862.0000 EA 104,310.00 05/23/2014 20,862.0000 EA 20,862.00 05/23/2014 20,862.0000 EA 20,862.00 05/23/2014 23,179.0000 EA 23,179.00 05/23/2014 23,179.0000 EA 23,179.00 05/23/2014 22,065.0000 EA 22,065.00 05/23/2014 32,118.0000 EA 32,118.00 05/23/2014 TERMS AND CONDITIONS IMPORTANT: READ CAREFULLY STANDARD TERMS AND CONDITIONS CITY OF LUBBOCK, TEXAS Seller and Buyer agree as follows: 1. SELLER TO PACKAGE GOODS. Seller will package goods in accordance with good commercial practice. Each shipping container shall be clearly and permanently sharked as follows (a) Seller's name and address, (b) Consignee's name, address and purchase order or purchase release number and the supply agreement number if applicable, (c) Container number and total number of containers, e.g, box I of 4 boxes, and (d) the number of the container bearing the packing slip. Seller shall bear cost of packaging unless otherwise provided. Goods shall be suitably packed to secure lowest transportation costs and to conform with requirements of common carriers and any applicable specifications. Buyer's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 2. SHIPMENT UNDER RESERVATION PROHIBITED. Seller is not authorized to ship the goods under reservation and no tender of a bill of lading will operate as a tender of goods. 3. TITLE AND RISK OF LOSS. The title and risk of loss of the goods shall not pass to Buyer until Buyer actually receives and takes possession of the goods at the point or points of delivery. 4. NO REPLACEMENT OF DEFECTIVE TENDER. Every tender of delivery of goods trust fully comply with all provisions of this contract as to time of delivery, quality and the like. If a tender is trade which does not fully conform, this shall constitute a breach and Seller shall not have the right to substitute a conforming tender, provided, where the time for performance has not yet expired, the Seller may reasonably notify Buyer of his intention to cure and may then make a conforming tender within the contract time but not afterward. 5. INVOICES & PAYMENTS. a. Seller shall submit separate invoices, in duplicate, one each purchase order or purchase release after each delivery. Invoices shall indicate the purchase order or purchase release number and the supply agreement number if applicable. Invoices shall be itemized and transportation charges, if any, shall be listed separately. A copy of the bill of lading, and the freight waybill when applicable, should be attached to the invoice. Mail To: Accounts Payable, City of Lubbock, P. O. Box 2000, Lubbock, Texas 79457. Payment shall not be due until the above instruments are submitted after delivery. 6. GRATUITIES. The Buyer may, by written notice to the Seller, cancel this contract without liability to Seller if it is determined by Buyer that gratuities, in the form of entertainment, gifts or otherwise, were offered or given by the Seller, or any agent or representative of the Seller, to any officer or employee of the City of Lubbock with a view to securing a contract or securing favorable treatment with respect to the awarding or attending, or the [Waking of any determinations with respect to the performing of such a contract. In the event this contract is canceled by Buyer pursuant to this provision, Buyer shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred by Seller in providing such gratuities. 7. SPECIAL TOOLS & TEST EQUIPMENT. If the price stated on the face hereof includes the cost of any special tooling or special test equipment fabricated or required by Seller for the purpose of filling this order, such special tooling equipment and any process sheets related thereto shall become the property of the Buyer and to the extent feasible shall be identified by the Seller as such. 8. WARRANTY -PRICE. a. The price to be paid by the Buyer shall be that contained in Seller's bid which Seller warrants to be no higher than Seller's current process on orders by others for products of the kind and specification covered by this agreement for similar quantities under similar of like conditions and methods of purchase. In the event Seller breaches this warranty, the prices of the items shall be reduced to the Seller's current prices on orders by others, or in the alternative. Buyer may cancel this contract without liability to Seller for breach or Seller's actual expense. b. The Seller warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for commission, percentage, brokerage, or contingent fee excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Seller for the purpose of securing business. For breach of vitiation of this warranty the Buyer shall have the right in addition to any other right of rights to cancel this contract without liability and to deduct from the contract price, or otherwise recover without liability and to deduct from the contract price, or otherwise recover the full amount of such cotmnission, percentage, brokerage or contingent fee. 9. WARRANTY -PRODUCT. Seller shall not limit or exclude any implied warranties and any attempt to do so shall render this contract voidable at the option of the Buyer. Seller warrants that the goods furnished will confonn to the specification, drawings, and descriptions listed in the bid invitation, and to the sample(s) furnished by the Seller, if any. In the event of a conflict or between the specifications, drawings, and descriptions, the specifications shall govern. Notwithstanding any provisions contained in the contractual agreement, the Seller represents and warrants fault -free performance and fault -free result in the processing date and date related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. The obligations contained herein apply to products and services provided by the Seller, its sub - Seller or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation of the Seller's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 10. SAFETY WARRANTY. Seller warrants that the product sold to the Buyer shall conform to the standards promulgated by the U. S. Department of Labor under the Occupational Safety and Health Act of 1970. In the event the product does not conform to OSHA standards, Buyer may return the product for correction or replacement at the Seller's expense. In the event Seller fails to make the appropriate correction within a reasonable time, correction made by Buyer will be at the Seller's expense. 11. NO WARRANTY BY BUYER AGAINST INFRINGEMENTS. As part of this contract for sale Seller agrees to ascertain whether goods manufactured in accordance with the specifications attached to this agreement will give rise to the rightful claim of any third person by way of infringement of the like. Buyer snakes no warranty that the production of goods according to the specification will not give rise to such a claim, and in no event shall Buyer be liable to Seller for indemnification in the event that Seller is sued on the grounds of infringement of the like. If Seller is of the opinion that an infringement or the like will result, he will notify the Buyer to this effect in writing within two weeks after the signing of this agreement. If Buyer does not receive notice and is subsequently held liable for the infringement or the like, Seller will save Buyer harmless. If Seller in good faith ascertains the production of the goods in accordance with the specifications will result in infringement or the like, the contract shalt be null and void. 12. RIGHT OF INSPECTION. Buyer shall have the right to inspect the goods at delivery before accepting them. 13. CANCELLATION. Buyer shall have the right to cancel for default all or any part of the undelivered portion of this order if Seller breaches any of the terns hereof including warranties of Seller or if the Seller becomes insolvent or commits acts of bankruptcy. Such right of cancellation is in addition to and not in lieu of any other remedies which Buyer may have in law or equity. 14. TERIv11NATION. The performance of work under this order may be terminated in whole, or in part by the Buyer in accordance with this provision. Termination of work hereunder shall be effected by the delivery of the Seller of a "Notice of Termination" specifying the extent to which performance of work under the order is terminated and the date upon which such termination becomes effective. Such right or termination is in addition to and not in lieu of the rights of Buyer set forth in Clause 13, herein. 15. FORCE MAJEURE. Neither party shall be held responsible for losses, resulting if the fulfillment of any terns of provisions of this contract is delayed or prevented by any cause not within the control of the party whose performance is interfered with, and which by the exercise of reasonable diligence said party is unable to prevent. 16. ASSIGNMENT -DELEGATION. No right or interest in this contract shall be assigned or delegation of any obligation made by Seller without the written permission of the Buyer. Any attempted assignment or delegation by Seller shall be wholly void and totally ineffective for all purpose unless made in conformity with this paragraph. 17. WAIVER. No claim or right arising out of a breach of this contract can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved party. 18. INTERPRETATION -PAROLE EVIDENCE. This writing, plus any specifications for bids and performance provided by Buyer in its advertisement for bids, and any other documents provided by Seller as part of his bid, is intended by the parties as a final expression of their agreement and intended also as a complete and exclusive statement of the tenns of their agreement. Whenever a tern defined by the Uniform Commercial Code is used in this agreement, the definition contained in the Code is to control. 19. APPLICABLE LAW. This agreement shall be governed by the Uniform Commercial Code. Where ever the tern "Uniform Commercial Code" is used, it shall be construed as meaning the Uniform Commercial Code as adopted in the State of Texas as effective and in force on the date of this agreement. 20. RIGHT TO ASSURANCE. Whenever one party to this contract in good faith has reason to question the other parry's intent to perform he may demand that the other party give written assurance of his intent to perform. In the event that a demand is [Wade and no assurance is given within five (5) days, the demanding party may treat this failure as an anticipatory repudiation of the contract. 21. INDEMNIFICATION. Seller shall indemnify, keep and save harmless the Buyer, its agents, officials and employees, against all injuries, deaths, loss, damages, claims, patent claims, suits, liabilities, judgments, costs and expenses, which may in anywise accrue against the Buyer in consequence of the granting of this Contract or which may anywise result therefrom, whether or not it shall be alleged or determined that the act was caused through negligence or omission of the Seller or its employees, or of the subSeller or assignee or its employees, if any, and the Seller shall, at his own expense, appear, defend and pay all charges of attorneys and all costs and other expenses arising therefrom of incurred in connection therewith, and, if any judgment shall be rendered against the Buyer in any such action, the Seller shall, at its own expenses, satisfy and discharge the same Seller expressly understands and agrees that any bond required by this contract, or otherwise provided by Seller, shall in no way limit the responsibility to indemnify, keep and save harmless and defend the Buyer as herein provided 22. TIME. It is hereby expressly agreed and understood that time is of the essence for the performance of this contract, and failure by contract to meet the time specifications of this agreement will cause Seller to be in default of this agreement. 23. MBE. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this request, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex or natural origin in consideration for an award. 24. NON -ARBITRATION. The City reserves the right to exercise any right or remedy to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all 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, this provision shall control. 25. RIGHT TO AUDIT. At any time during the tern 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. Rev.02/2012 x r City of Lubbock PURCHASE ORDER TEXAS TO: SAM PACK'S FIVE STAR FORD P O BOX 110098 CARROLLTON Texas 75011-0098 Page - 2 Date - 12/23/2013 Order Number 31017810 000 OP Branch/Plant 3526 SHIP TO: CITY OF LUBBOCK FLEET SERVICES 206 MUNICIPAL DRIVE LUBBOCK Texas 79403 INVOICE TO: CITY OF LUBBOCK ACCOUNTSPAYABLE P.O. BOX 2000 LUBBOCIITX 79457 BY: jtWxy J/ Marta Alvarez, Director oldurchasing & Contract Management Ordered 12/23/2013 Freight Requested 12/23/2013 Taken By Delivery PER M.TREVINO/REQ 42669 ITB 14-11652-DT Description/Supplier Item Ordered 3/4 ton, Extended Cab, Reg Bed 2.000 4x4, Liftgate, Spec 1534-4-LG 3/4 ton, Cab/Chassis, Reg Cab 1.000 4x2, Spec 1536-2 3/4 ton, Cab/Chassis, Reg Cab 2.000 4x4, Spec 1536-AS 1 ton, Regular Cab, Bed Delete 2.000 4x4 SRW, Spec 1541 1 ton, Regular Cab, Bed Delete 1.000 4x4 SRW, Spec 1541-WP 1 ton, Extend Cab, Bed Delete 1.000 4x4 SRW, Spec 1541-TR 1 ton, Crew Cab, Cab/Chassis 1.000 4x4 DRW, Spec 1543 1 ton, Extend Cab, Bed Delete 1.000 4x2, Spec 1548 Unit Cost UM Extension Request Date 28,931.0000 EA 57,862.00 05/23/2014 20,468.0000 EA 20,468.00 05/23/2014 47,000.0000 EA 94,000.00 05/23/2014 24,099.0000 EA 48,198.00 05/23/2014 24,099.0000 EA 24,099.00 05/23/2014 26,227.0000 EA 26,227.00 05/23/2014 29,704.0000 EA 29,704.00 05/23/2014 23,570.0000 EA 23,570.00 05/23/2014 TERMS AND CONDITIONS IMPORTANT: READ CAREFULLY STANDARD TERMS AND CONDITIONS CITY OF LUBBOCK, TEXAS Seller and Buyer agree as follows: 1. SELLER TO PACKAGE GOODS. Seller will package goods in accordance with good commercial practice. Each shipping container shall be clearly and permanently marked as follows (a) Seller's name and address, (b) Consignee's name, address and purchase order or purchase release number and the supply agreement number if applicable, (c) Container number and total number of containers, e.g. box I of 4 boxes, and (d) the number of the container bearing the packing slip. Seller shall bear cost of packaging unless otherwise provided. Goods shall be suitably packed to secure lowest transportation costs and to conform with requirements of common carriers and any applicable specifications. Buyer's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 2. SHIPMENT UNDER RESERVATION PROHIBITED. Seller is not authorized to ship the goods under reservation and no tender of a bill of lading will operate as a tender of goods. 3. TITLE AND RISK OF LOSS. The title and risk of loss of the goods shall not pass to Buyer until Buyer actually receives and takes possession of the goods at the point or points of delivery. 4. NO REPLACEMENT OF DEFECTIVE TENDER. Every tender of delivery of goods must fully comply with all provisions of this contract as to time of delivery, quality and the like. If a tender is [Wade which does not fully conform, this shall constitute a breach and Seller shall not have the right to substitute a conforming tender, provided, where the time for performance has not yet expired, the Seller may reasonably notify Buyer of his intention to cure and may then make a conforming tender within the contract time but not afterward. 5. INVOICES & PAYMENTS. a. Seller shall submit separate invoices, in duplicate, one each purchase order or purchase release after each delivery. Invoices shall indicate the purchase order or purchase release number and the supply agreement number if applicable. Invoices shall be itemized and transportation charges, if any, shall be listed separately. A copy of the bill of lading, and the freight waybill when applicable, should be attached to the invoice. Mail To: Accounts Payable, City of Lubbock, P. O. Box 2000, Lubbock, Texas 79457. Payment shall not be due until the above instruments are submitted after delivery. 6. GRATUITIES. The Buyer may, by written notice to the Seller, cancel this contract without liability to Seller if it is determined by Buyer that gratuities, in the form of entertainment, gifts or otherwise, were offered or given by the Seller, or any agent or representative of the Seller, to any officer or employee of the City of Lubbock with a view to securing a contract or seeming favorable treatment with respect to the awarding or amending, or the [Waking of any determinations with respect to the performing of such a contract. In the event this contract is canceled by Buyer pursuant to this provision, Buyer shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred by Seller in providing such gratuities. 7. SPECIAL TOOLS & TEST EQUIPMENT. If the price stated on the face hereof includes the cost of any special tooling or special test equipment fabricated or required by Seller for the purpose of filling this order, such special tooling equipment and any process sheets related thereto shall become the property of the Buyer and to the extent feasible shall be identified by the Seller as such. 8. WARRANTY -PRICE. a. The price to be paid by the Buyer shall be that contained in Seller's bid which Seller warrants to be no higher than Seller's current process on orders by others for products of the kind and specification covered by this agreement for similar quantities under similar of like conditions and methods of purchase. In the event Seller breaches this warranty, the prices of the items shall be reduced to the Seller's current prices on orders by others, or in the alternative. Buyer may cancel this contract without liability to Seller for breach or Seller's actual expense. b. The Seller warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for commission, percentage, brokerage, or contingent fee excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Seller for the purpose of securing business. For breach of vitiation of this warranty die Buyer shall have the right in addition to any other right of rights to cancel this contract without liability and to deduct from the contract price, or otherwise recover without liability and to deduct from the contract price, or otherwise recover the full amount of such commission, percentage, brokerage or contingent fee. 9. WARRANTY -PRODUCT. Seller shall not limit or exclude any implied warranties and any attempt to do so shall render this contract voidable at the option of the Buyer. Seller warrants that the goods furnished will conform to the specification, drawings, and descriptions listed in the bid invitation, and to the sample(s) furnished by the Seller, if any. In the event of a conflict or between the specifications, drawings, and descriptions, the specifications shall govern. Notwithstanding any provisions contained in the contractual agreement, the Seller represents and warrants fault -free performance and fault -free result in the processing date and date related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. The obligations contained herein apply to products and services provided by the Seller, its sub - Seller or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty. implied or expressed, or limitation of the Seller's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 10. SAFETY WARRANTY. Seller warrants that the product sold to the Buyer shall conform to the standards promulgated by the U. S. Department of Labor under the Occupational Safety and I lealth Act of 1970. In the event the product does not conform to OSHA standards, Buyer may return the product for correction or replacement at the Seller's expense. In the event Seller fails to make the appropriate correction within a reasonable time, correction made by Buyer will be at the Seller's expense. 11. NO WARRANTY BY BUYER AGAINST INFRINGEMENTS. As part of this contract for sale Seller agrees to ascertain whether goods manufactured in accordance with the specifications attached to this agreement will give rise to the rightful claim of any third person by way of infringement of the like. Buyer makes no warranty that the production of goods according to the specification will not give rise to such a claim, and in no event shall Buyer be liable to Seller for indemnification in the event that Seller is sued on the grounds of infringement of the like. If Seller is of the opinion that an infringement or the like will result, he will notify the Buyer to this effect in writing within two weeks after the signing of this agreement. If Buyer does not receive notice and is subsequently held liable for the infringement or the like, Seller will save Buyer harmless. If Seller in good faith ascertains the production of the goods in accordance with the specifications will result in infringement or the like, the contract shall be null and void. 12. RIGHT OF INSPECTION. Buyer shall have the right to inspect the goods at delivery before accepting them. 13. CANCELLATION. Buyer shall have the right to cancel for default all or any part of the undelivered portion of this order if Seller breaches any of the terns hereof including warranties of Seller or if the Seller becomes insolvent or commits acts of bankruptcy. Such right of cancellation is in addition to and not in lieu of any other remedies which Buyer may have in law or equity. 14. TERMINATION. The performance of work under this order may be terminated in whole, or in part by the Buyer in accordance with this provision. Termination of work hereunder shall be effected by the delivery of the Seller of a "Notice of Termination" specifying the extent to which performance of work under the order is terminated and the date upon which such termination becomes effective. Such right or termination is in addition to and not in lieu of the rights of Buyer set forth in Clause 13, herein. 15. FORCE MAJEURE. Neither party shall be held responsible for losses, resulting if the fulfillment of any terns of provisions of this contract is delayed or prevented by any cause not within the control of the party whose performance is interfered with, and which by the exercise of reasonable diligence said party is unable to prevent. 16. ASSIGNMENT -DELEGATION. No right or interest in this contract shall be assigned or delegation of any obligation made by Seller without the written permission of the Buyer. Any attempted assignment or delegation by Seller shall be wholly void and totally ineffective for all purpose unless trade in conformity with this paragraph. 17, WAIVER. No claim or right arising out of a breach of this contract can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved party. 18. INTERPRETATION -PAROLE EVIDENCE. This writing, plus any specifications for bids and performance provided by Buyer in its advertisement for bids, and any other documents provided by Seller as pan of his bid, is intended by the parties as a final expression of their agreement and intended also as a complete and exclusive statement of the terms of their agreement. Whenever a tern defined by the Uniform Commercial Code is used in this agreement, the definition contained in the Code is to control. 19. APPLICABLE LAW. This agreement shall be governed by the Uniform Commercial Code. Where ever the tern "Uniform Commercial Code" is used, it shall be construed as meaning the Uniform Commercial Code as adopted in the State of Texas as effective and in force on the date of this agreement. 20, RIGHT TO ASSURANCE. Whenever one party to this contract in good faith has reason to question the other parry's intent to perform he may demand that the other party give written assurance of his intent to perform. In the event that a demand is made and no assurance is given within five (5) days, the demanding party may treat this failure as an anticipatory repudiation of the contract. 21, INDEMNIFICATION. Seller shall indemnify, keep and save harmless the Buyer, its agents, officials and employees, against all injuries, deaths, loss, damages, claims, patent claims, suits, liabilities, judgments, costs and expenses, which may in anywise accrue against the Buyer in consequence of the granting of this Contract or which may anywise result therefrom, whether or not it shall be alleged or determined that the act was caused through negligence or omission of the Seller or its employees, or of the subSeller or assignee or its employees, if any, and the Seller shall, at his own expense, appear, defend and pay all charges of attorneys and all costs and other expenses arising therefrom of incurred in connection therewith, and, if any judgment shall be rendered against the Buyer in any such action, the Seller shall, at its own expenses, satisfy and discharge the same Seller expressly understands and agrees that any bond required by this contract, or otherwise provided by Seller, shall in no way limit the responsibility to indemnify, keep and save harmless and defend the Buyer as herein provided. 22. TIME. It is hereby expressly agreed and understood that time is of the essence for the performance of this contract, and failure by contract to meet the time specifications of this agreement will cause Seller to be in default of this agreement. 23. MBE. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this request, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex or natural origin in consideration for an award. 24. NON -ARBITRATION. The City reserves the right to exercise any right or remedy to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all fors 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, this provision shall control. 25. RIGHT TO AUDIT. At any time during the ter 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 titres, 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. Rev. 02/2012 City of Lubbock PURCHASE ORDER Texas TO: SAM PACK'S FIVE STAR FORD P O BOX 110098 CARROLLTON Texas 75011-0098 Page - 3 Date - 12/23/2013 Order Number 31017810 000 OP Branch/Plant SHIP TO: CITY OF LUBBOCK FLEET SERVICES 206 MUNICIPAL DRIVE LUBBOCK Texas 79403 INVOICE TO: CITY OF LUBBOCK ACCOUNTSPAYABLE P.O. BOX 2000 LUBBOCK, TX 79457 BY: Marta Alvarez Oirector of t4chasing & Contract Management r ere Freight Requested 12/23/2013 Taken By Delivery PER M.TREVINO/REQ 42669 ITB 14-11652-DT Description/Supplier Item Ordered Unit Cost UM Extension Request Date Total Order Terms NET 25 EOM 647,158.00 3526 This purchase order encumbers funds in the amount of $647,158 awarded to Sam Pack's Five Star Ford of Carrollton, Texas on January 9, 2014. The following is incorporated into and made part of this purchase order by reference: ITB 14-11652-DT bid form dated December 9, 2013 from Sam Pack's Five Star Ford of Carrollton, Texas. Resolution# 2014-R0012 CITY OF LUBB C Glen C. o ertso , Mayor ATTEST: Rebtcca Garza, City Secreta TERMS AND CONDITIONS IMPORTANT: READ CAREFULLY STANDARD TERMS AND CONDITIONS CITY OF LUBBOCK, TEXAS Seller and Buyer agree as follows: 1. SELLER TO PACKAGE GOODS. Seller will package goods in accordance with good commercial practice. Each shipping container shall be clearly and permanently marked as follows (a) Seller's name and address, (b) Consignee's name, address and purchase order or purchase release number and the supply agreement number if applicable, (c) Container number and total number of containers, e.g. box l of 4 boxes, and (d) the number of the container bearing the packing slip. Seller shall bear cost of packaging unless otherwise provided. Goods shall be suitably packed to secure lowest transportation costs and to conform with requirements of common carvers and any applicable specifications. Buyer's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 2. SHIPMENT UNDER RESERVATION PROHIBITED. Seller is not authorized to ship the goods under reservation and no tender of a bill of lading will operate as a tender of goods. 3. TITLE AND RISK OF LOSS. The title and risk of loss of the goods shall not pass to Buyer until Buyer actually receives and takes possession of the goods at the point or points of delivery. 4. NO REPLACEMENT OF DEFECTIVE TENDER. Every tender of delivery of goods must fully comply with all provisions of this contract as to time of delivery, quality and the like. If a tender is made which does not fully conform, this shall constitute a breach and Seller shall not have the right to substitute a conforming tender, provided, where the time for performance has not yet expired, the Seller may reasonably notify Buyer of his intention to cure and may then make a conforming tender within the contract time but not afterward. 5. INVOICES & PAYMENTS. a. Seller shall submit separate invoices, in duplicate, one each purchase order or purchase release after each delivery. Invoices shall indicate the purchase order or purchase release number and the supply agreement number if applicable. Invoices shall be itemized and transportation charges, if any, shall be listed separately. A copy of the bill of lading, and the freight waybill when applicable, should be attached to the invoice. Mail To: Accounts Payable, City of Lubbock, P. O. Box 2000, Lubbock, Texas 79457. Payment shall not be due until the above instruments are submitted after delivery. 6. GRATUITIES. The Buyer may, by written notice to the Seller, cancel this contract without liability to Seller if it is determined by Buyer that gratuities, in the fora of entertainment, gifts or otherwise, were offered or given by the Seller, or any agent or representative of the Seller, to any officer or employee of the City of Lubbock with a view to securing a contract or securing favorable treatment with respect to the awarding or amending, or the making of any determinations with respect to the performing of such a contract In the event this contract is canceled by Buyer pursuant to this provision, Buyer shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred by Seller in providing such gratuities. 7. SPECIAL TOOLS & TEST EQUIPMENT. If the price stated on the face hereof includes the cost of any special tooling or special test equipment fabricated or required by Seller for the purpose of filling this order, such special tooling equipment and any process sheets related thereto shall become the property of the Buyer and to the extent feasible shall be identified by the Seller as such. 8. WARRANTY -PRICE. a. The price to be paid by the Buyer shall be that contained in Seller's bid which Seller warrants to be no higher than Seller's current process on orders by others for products of the kind and specification covered by this agreement for similar quantities under similar of like conditions and methods of purchase. In the event Seller breaches this warranty, the prices of the items shall be reduced to the Seller's current prices on orders by others, or in the alternative. Buyer may cancel this contract without liability to Seller for breach or Seller's actual expense. b. The Seller warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for commission, percentage, brokerage, or contingent fee excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Seller for the purpose of securing business. For breach of vitiation of this warranty the Buyer shall have the right in addition to any other right of rights to cancel this contract without liability and to deduct from the contract price, or otherwise recover without liability and to deduct from the contract price, or otherwise recover the full amount of such commission, percentage, brokerage or contingent fee. 9. WARRANTY -PRODUCT. Seller shall not limit or exclude any implied warranties and any attempt to do so shall render this contract voidable at the option of the Buyer. Seller warrants that the goods furnished will conform to the specification, drawings, and descriptions listed in the bid invitation, and to the sample(s) furnished by the Seller, if any. in the event of a conflict or between the specifications, drawings, and descriptions, the specifications shall govern. Notwithstanding any provisions contained in the contractual agreement, the Seller represents and warrants fault -free performance and fault -free result in the processing date and date related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. The obligations contained herein apply to products and services provided by the Seller, its sub - Seller or any third patty involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation of the Seller's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 10. SAFETY WARRANTY. Seller warrants that the product sold to the Buyer shall conform to the standards promulgated by the U. S. Department of Labor under the Occupational Safety and Health Act of 1970. In the event the product does not conform to OSHA standards, Buyer may return the product for correction or replacement at the Seller's expense. In the event Seller fails to make the appropriate correction within a reasonable time, correction made by Buyer will be at the Seller's expense. 11. NO WARRANTY BY BUYER AGAINST INFRINGEMENTS. As part of this contract for sale Seller agrees to ascertain whether goods manufactured in accordance with the specifications attached to this agreement will give rise to the rightful claim of any third person by way of infringement of the like. Buyer makes no warranty that the production of goods according to the specification will not give rise to such a claim, and in no event shall Buyer be liable to Seller for indemnification in the event that Seller is sued on the grounds of infringement of the like. If Seller is of the opinion that an infringement or the like will result, he will notify the Buyer to this effect in writing within two weeks after the signing of this agreement. If Buyer does not receive notice and is subsequently held liable for the infringement or the like, Seller will save Buyer harmless. If Seller in good faith ascertains the production of the goods in accordance with the specifications will result in infringement or the like, the contract shall be null and void. 12. RIGHT OF INSPECTION. Buyer shall have the right to inspect the goods at delivery before accepting them. 13. CANCELLATION. Buyer shall have the right to cancel for default all or any part of the undelivered portion of this order if Seller breaches any of the terns hereof including warranties of Seller or if the Seller becomes insolvent or commits acts of bankruptcy. Such right of cancellation is in addition to and not in lieu of any other remedies which Buyer may have in law or equity. 14. TERMINATION. The performance of work under this order may be terminated in whole, or in part by the Buyer in accordance with this provision. Termination of work hereunder shall be effected by the delivery of the Seller of a "Notice of Termination" specifying the extent to which performance of work under the order is terminated and the date upon which such termination becomes effective. Such right or termination is in addition to and not in lieu of the rights of Buyer set forth in Clause 13, herein. 15. FORCE MAJEURE. Neither party shall be held responsible for losses, resulting if the fulfillment of any terns of provisions of this contract is delayed or prevented by any cause not within the control of the party whose performance is interfered with, and which by the exercise of reasonable diligence said party is unable to prevent. 16. ASSIGNMENT -DELEGATION. No right or interest in this contract shall be assigned or delegation of any obligation made by Seller without the written permission of the Buyer. Any attempted assignment or delegation by Seller shall be wholly void and totally ineffective for all purpose unless made in conformity with this paragraph. 17. WAIVER. No claim or right arising out of a breach of this contract can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved party. 18. INTERPRETATION -PAROLE EVIDENCE. This writing, plus any specifications for bids and performance provided by Buyer in its advertisement for bids, and any other documents provided by Seller as part of his bid, is intended by the parties as a final expression of their agreement and intended also as a complete and exclusive statement of the terms of their agreement. Whenever a tern defined by the Uniform Commercial Code is used in this agreement, the definition contained in the Code is to control. 19. APPLICABLE LAW. This agreement shall be governed by the Uniform Commercial Code. Where ever the tern "Uniform Commercial Code" is used, it shall be construed as meaning the Uniform Corn mercial Code as adopted in the State of Texas as effective and in force on the date of this agreement. 20. RIGHT TO ASSURANCE. Whenever one party to this contract in good faith has reason to question the other party's intent to perform he may demand that the other party give written assurance of his intent to perform. In the event that a demand is made and no assurance is given within five (5) days, the demanding party may treat this failure as an anticipatory repudiation of the contract. 21. INDEMNIFICATION. Seller shall indemnify, keep and save harmless the Buyer, its agents, officials and employees, against all injuries, deaths, loss, damages, claims, patent claims, suits, liabilities, judgments, costs and expenses, which may in anywise accrue against the Buyer in consequence of the granting of this Contract or which may anywise result therefrom, whether or not it shall be alleged or determined that the act was caused through negligence or omission of the Seller or its employees, or of the subSeller or assignee or its employees, if any, and the Seller shall, at his own expense, appear, defend and pay all charges of attorneys and all costs and other expenses arising therefrom of incurred in connection therewith, and, if any judgment shall be rendered against the Buyer in any such action, the Seller shall, at its own expenses, satisfy and discharge the sane Seller expressly understands and agrees that any bond required by this contract, or otherwise provided by Seller, shall in no way limit the responsibility to indemnify, keep and save harmless and defend the Buyer as herein provided. 22. TIME. It is hereby expressly agreed and understood that time is of the essence for the performance of this contract, and failure by contract to meet the time specifications of this agreement will cause Seller to be in default of this agreement. 23. MBE. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this request, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex or natural origin in consideration for an award. 24. NON -ARBITRATION. The City reserves the right to exercise any right or remedy to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all 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, this provision shall control. 25. RIGHT TO AUDIT. At any time during the tern 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 Contractors 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. Rev. 02/2012 Sam Pack's Flve Star Ford REVISED 16351N 35 E(North) Carrollton, TX 75006 Bidder's Nat�c14)837-3054 phone, (972)245-5278 fax Alan , Rosner -Commercial Fleet Director City of Lubbock, TX Purchasing and Contract Management Croup 4 - Light Duty Trucks BID FORM In compliance with the Invitation to Bid 14-11652-DT, 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 14-11652-DT 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) W-) Measur BID COST ARO** e 1. 3 Each '12 Ton, Crew Cab, Short Bed, 40, Pickup $ 1� _[ J $ t �� �p �ru per Specification No. 1525-4 U` 10J Model Year, Brand Name and Model Number: �0� 114 2. 7 Each '12 Ton, Extended Cab, Short Bed, 4x2 $ In I r O Ip "j�' Is n0 "t Pickup per Specification No. 1526-2 d(J Model Year, Brand Name and Model Number: 1`4 n lU� Xr� 3. 2 Each %: Ton, Extended Cab, Short Bed, 4x4 10 Pickup per Specification No. 1526-4 Model Year, Brand Name and Model Number: 4. 1 Each 3/4 Ton, Extended Cab, Regular Bed, 4x2 $ vob � $ �.} (]� ICJ Pickup per Specification No. 1534-2 Model Year, Brand Name and Model Number: (P�/ti j /�0V (/ t'( 4 T(in ExtendedNtt�, 01 5. Pickup per Specification No. 1534-4 Model Year, Brand Name and Model Number: 114h �a-e) 640 l4ux,4 6. 1 Each 3/4 Ton, Extended Cab, Regular Bed, Diesel Pickup per Specification No. 1534- $3� C 5 3a �� I l 4-DSL Model Year, Brand Name and Model Number: 7. 2 Each 3/4 Ton, Extended Cab, Regular Bed, 4x4 Pickup with Liftgate per Specification No. n SOLV 3I V 1✓�J $ `�l4`_� 0 91c) 1534-4-LG p Model Year, Brand Name and Model Number: IDFVTCF.n Unit Delivery ITEM QTY of DESCRIPTION UNIT PRICE* BIDCOST EXTENDED (Days) ARO** (+/-) Measur e 3/4 Ton Crew Cab Short Be x2 Pickup, per Specification No. 1535-2 Model Year, Brand Name and Model Number: w 9. 1 Each 3/4 Ton, Cab and Chassis, Regular Cab, (To be paired with Specification No. NV-41-Fof this (To per Specification No. 1 o.NV- $ o b $ U qo bid) 77 Model Year, Brand Name and Model Number, t fl ,0 /�. 10. 2 Each 3/4 Ton, Cab and Chassis, Regular Cab, 4x4 with Animal Transport Unit per Is � �� 41000 ^ r _ �, $ !,`�`/'f1,`//1�1w� 1 IGLO S ecification No. 1536-AS Model Year, Brand Name and Model Number: Fab 3/4 Ton, Crew -Cab, Short Bed 4x4 Picku per Specification No. 1535-FD Model Year, Brand Name and Model Number: 12. 2 Each 1 Ton, Regular Cab, Bed Delete, 4x4, SRW per Specification No. 1541. (To be $d4o99qglq Jbpaired with Specification No. NV-41 of this bid) U Model Year, Brand Name and Model Number: 13. 1 Each 1 Ton, Regular Cab, Bed Delete, 4x4, SRW per Specification No. 1541-WP (To be paired $� $ with Specification No. NV-41 of this bid) Model Year, Brand Name and Model Number: a� 1 Ton, Extended Cab, Bed Delete, 4x4, 14. I Each SRW per Specification No. 1541-TR. (To be paired with Specification No. NV-38-'fR of this $���^ bid Model Year, Brand Name and Model Number: 1 Ton, Regular Cab, Bed Delete, 4x2, DRW - o be pair with Specification No. NV-41-WW ofthis bid) 14 Model Year, Brand Name and Model Number: �)-361 I Ton, Crew Cab, 13ed Baiste Cab & 16. 1 Each Chassis, 4x4, DRW per Specification No. 1543. (To be paired with Specification No. NV-1543 (f $ �� `U of this bid) Model Year, Brand Name and Model Number:V3 Fell A11► -2-11 Unit Delivery ITEM QTY of DESCRIPTION UNIT PRICE* EXTENDED (Days) (+�-) Measur BID COST ARO** e 1 Ton, Crew Cab, Bed Delete, 4x4, DRW Specification No, NV-44 of this bid) Model Year, Brand Name and Model Number: I Ton Cab and Chassis, Crew Cab, 4x4, 1544- (To be paired with Specification No. NV-44-WS of this bid) Model Year, Brand Name and Model Number: -0,o I q 6 n _ W� t W 1 Ton, Crew -Cab, 4x4, Regular Bed4x4 , SRW-LF. 7"7- Model Year, Brand Name and Model Number: O-O 14 �l r 1 Ton, Crew -Cab, Long Bed, 4x4 Pickup, TV put Specification No. 35 f5-SkW.M Model Year, Brand Name and Model Number: DOI�j,K' '' W12 1 vJ� 21. 1 Each 1 Ton, Extended Cab, Bed Delete, 4x2, SRW per Specification No. 1548 (Tobepaired with Specification No. NV-1548 ofthis $ a�10 `�J q bid) 5' Model Year, Brand Name and Model Number: ``3 )( Service Body upon a Y4 Ton, Cab and 22. Each NV-41-F. (To be paired with Specification No. $ 1536-2 of this bid) Model Year, Brand Name and Model Number: 90 2 Each Flat Bed upon a 1 Ton, Regular Cab, Delete, 4x4, SRW per specifica' V-41. $ W /123. 6�qo (To be paired with Spcciftcati 1541ofthisbid) Model Year, Brand and Model Number: do I rf G-,%� 4 Flat Bed upon a 1-Ton, Regular Cab, Bed Delete, 4x4, SRW per specification NV41. ( o be paired with Specification No. 1541 WP of this bid) Model Year, Brand Name and Model Number: ;li S REVISED Unit Delivery ITEM QTY of DESCRIPTION UNIT PRICE* EXTENDED (Days) (+/-) Measur BID COST ARO** e Service Body with Crane upon a ITon, Extended Cab- Bed Delete 4x4 SRW per specification NV-38-TR (To be paired with S ification No. 1541-TR of this bid Model Year, Brand Name and Model Number: C)LO, !/ . �,Qik� i�--/� r,r Service Body with Crane upon 1 Ton, Cab 26. 1 Each and Chassis, Regular Cab , 4x4, DRW per specification NV-41-WW. (To be paired with $ o 1 v Specification No. 1541 -WW of this bi Model Year, Brand Name and Model Number: 1),014 �-+ Service Body upon a 1 Ton, Crew Cab, 27. 1 Each -9&Chassis, 4x4, DRW per sBed specificaticationon NV-1543. (To be paired SpecificationNo.1543ofthisbid) Model Year, Brand Name and Model Number: t Flatbed upon a I-Ton,YA and Chassis, 28. 1 Each Crew Cab, 40, DV per specification NV-44. (To be pair with Specification No. 1544 $ ��� 1D of this bid Model Year, Brand Name del Number: 29. 1 Each tbed upon a 1-Ton, Cab and Chassis, Crew Cab, 4x4, SRW per specification NV-44-WS. (To be paired with Specification No. ^ $ $ 0 1544-WS of this bid t Van M el Year, Brand Name and Model Number:_JJ<-7) Service Body with Fliptop upon a 1-Ton, Extended Cab, Bed Delete, 4x2, SRW per spec[ lcation . (o be paired with S ccification No. 1548of this bid Model Year, Brand Name and Model Number: 0 j` *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 of items shown on the bid. PAYMENT TERMS AND DISCOUNTS - Bidder offers a prompt payment discount of 0%, net 17:10 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 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 REVISED 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 interloeal 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 Power Agency, Lynn County, and City:f�olfforth. 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 Las needed. THIS BID IS SUBMITTED BY oiUJAGLrJf /4t Sj rVw a corporation organized under the laws of the State of r Is or a partnership consisting of or individual trading as of the City of CARZ (! 4-r� Firm: F"rvti ,SfrMt 1�,Lj Address: Iti°3S 3j er Cit y: State: T \X Zip 700,(, Bidder acknowledges receipt of the following addenda: Addenda No. i Date ✓ I 4-1 Addenda No. Date Addenda No. _ Date t 2' e, Addenda No. Date M/WBE Fin-n:l I Woman Black American Native American Hispanic American Asian Pacific American 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: I. Name and Manufacture's License No. 2. Name and Converter's License No. 3. Name and Representative's License No. 4. Name General isting ' - 'ng No. and Franchise Dealer's License No. F 14 U (Franchised TX dealer) By Date: Ataho ized l re ntative - it ust sign 6v hand` Officer Name and 'Title:Please Print Print BusinessTelephone Numb�e9r.� �7 % �� :) FAX: F-mail Address:_ A( ►�" � � - ee " �'� _ City of Lubbock, TX Fleet Services Bid Tabulation January 9, 2014 ITB 14-11652-DT Group 4 - Light Duty Trucks Item Qty U/M Description/Vendor Location Unit Cost Extended 1 3 EA 1/2 Ton, Crew Cab, Short Bed, 4x4 Pickup, Spec 1525-4 Sam Pack's Five Star Ford Carrollton, TX 25,485 76,455 Randall Reed's Prestige Ford Garland, TX 25,700 77,100 Scoggin Dickey Chevrolet Buick, Inc. Lubbock, TX 28,439 85,317 Gene Messer Chevrolet Lubbock, TX 28,728 86,184 2 7 EA 1/2 Ton, Extended Cab, Short Bed, 4x2 Pickup, Spec 1526-2 Sam Pack's Five Star Ford Carrollton, TX 20,862 146,034 Randall Reed's Prestige Ford Garland, TX 21,000 147,000 Scoggin Dickey Chevrolet Buick, Inc. Lubbock, TX 24,890 174,230 Gene Messer Chevrolet Lubbock, TX 25,105 175,735 3 2 EA 1/2 Ton, Extended Cab, Short Bed, 4x4 Pickup, Spec 1526-4 Sam Pack's Five Star Ford Carrollton, TX 23,179 46,358 Randall Reed's Prestige Ford Garland, TX 23,500 47,000 Scoggin Dickey Chevrolet Buick, Inc. Lubbock, TX 27,040 54,080 Gene Messer Chevrolet Lubbock, TX 27,634 55,268 4 1 EA 3/4 Ton, Extended Cab, Regular Bed, 4x2 Pickup, Spec 1534-2 Sam Pack's Five Star Ford Carrollton, TX 22,065 22,065 Randall Reed's Prestige Ford Garland, TX 22,250 22,250 Scoggin Dickey Chevrolet Buick, Inc. Lubbock, TX 24,410 24,410 Gene Messer Chevrolet Lubbock, TX 26,240 26,240 5 4 EA 3/4 Ton, Extended Cab, Regular Cab, 4x4 Pickup, Spec 1534-4 Randall Reed's Prestige Ford Garland, TX 24,450 97,800 Sam Pack's Five Star Ford Carrollton, TX 24,601 98,404 Scoggin Dickey Chevrolet Buick, Inc. Lubbock, TX 26,490 105,960 Gene Messer Chevrolet Lubbock, TX 28,422 113,688 6 1 EA 3/4 Ton, Extended Cab, Regular Bed, 4x4 Diesel, Spec 1534-4-DSL Sam Pack's Five Star Ford Carrollton, TX 32,118 32,118 Randall Reed's Prestige Ford Garland, TX 32,200 32,200 Scoggin Dickey Chevrolet Buick, Inc. Lubbock, TX 33,339 33,339 Gene Messer Chevrolet Lubbock, TX 36,759 36,759 7 2 EA 3/4 Ton, Extended Cab, Regular Bed, 4x4 with Liftgate, Spec 1534-4-LG Sam Pack's Five Star Ford Carrollton, TX 28,931 57,862 Scoggin Dickey Chevrolet Buick, Inc. Lubbock, TX 29,185 58,370 Gene Messer Chevrolet Lubbock, TX 32,927 65,854 Randall Reed's Prestige Ford Garland, TX 35,700 71,400 8 1 EA 3/4 Ton, Crew Cab, Short Bed, 4x2 Pickup, Spec 1535-2 Randall Reed's Prestige Ford Garland, TX 25,300 25,300 Sam Pack's Five Star Ford Carrollton, TX 25,458 25,458 Gene Messer Chevrolet Lubbock, TX 28,408 28,408 Q:Pu rch ase/B idDocs/ 14- 11652-DT City of Lubbock, TX Fleet Services Bid Tabulation January 9, 2014 Item Qty U/M Description/Vendor Location Unit Cost Extended 9 1 EA 3/4 Ton, Cab and Chassis, Regular Cab, 4x2, Spec 1536-2 Sam Pack's Five Star Ford Carrollton, TX 20,468 20,468 Randall Reed's Prestige Ford Garland, TX 20,750 20,750 Gene Messer Chevrolet Lubbock, TX 23,915 23,915 10 2 EA 3/4 Ton, Cab and Chassis, Regular Cab, 4x4, Spec 1536-AS Sam Pack's Five Star Ford Carrollton, TX 47,000 47,000 11 1 EA 3/4 Ton, Crew Cab, Short Bed, 4x4 Pickup, Spec 1535-FD Randall Reed's Prestige Ford Garland, TX 26,900 26,900 Sam Pack's Five Star Ford Carrollton, TX 27,863 27,863 Scoggin Dickey Chevrolet Buick, Inc. Lubbock, TX 29,194 29,194 Gene Messer Chevrolet Lubbock, TX 30,235 30,235 12 2 EA 1 Ton, Regular Cab, Bed Delete, 4x4 SRW, Spec 1541 Sam Pack's Five Star Ford Carrollton, TX 24,099 48,198 Randall Reed's Prestige Ford Garland, TX 24,500 49,000 Gene Messer Chevrolet Lubbock, TX 28,082 56,164 13 1 EA 1 Ton, Regular Cab, Bed Delete, 4x4, SRW, Spec 1541-WP Sam Pack's Five Star Ford Carrollton, TX 24,099 24,099 Randall Reed's Prestige Ford Garland, TX 24,500 24,500 Gene Messer Chevrolet Lubbock, TX 28,411 28,411 14 1 EA 1 Ton, Extended Cab, Bed Delete, 4x4, SRW, Spec 1541-TR Sam Pack's Five Star Ford Carrollton, TX 24,500 24,500 Randall Reed's Prestige Ford Garland, TX 26,227 26,227 Scoggin Dickey Chevrolet Buick, Inc. Lubbock, TX 28,411 28,411 Gene Messer Chevrolet Lubbock, TX 32,209 32,209 15 1 EA 1Ton, Regular Cab, Bed Delete, 4x2, DRW, Spec 1541-WW Randall Reed's Prestige Ford Garland, TX 23,300 23,300 Sam Pack's Five Star Ford Carrollton, TX 23,306 23,306 Gene Messer Chevrolet Lubbock, TX 25,927 25,927 16 1 EA 1Ton, Crew Cab, Cab and Chassis, 4x4, DRW, Spec 1543 Sam Pack's Five Star Ford Carrollton, TX 29,704 29,704 Scoggin Dickey Chevrolet Buick, Inc. Lubbock, TX 36,490 36,490 Randall Reed's Prestige Ford Garland, TX 36,500 36,500 Gene Messer Chevrolet Lubbock, TX 37,872 37,872 17 1 EA 1 Ton, Crew Cab, Bed Delete, 4x4, DRW, Spec 1544 Scoggin Dickey Chevrolet Buick, Inc. Lubbock, TX 29,121 NQAS Randall Reed's Prestige Ford Garland, TX 29,300 29,300 Sam Pack's Five Star Ford Carrollton, TX 29,575 29,575 Gene Messer Chevrolet Lubbock, TX 30,113 30,113 18 1 EA 1 Ton, Cab and Chassis, Crew Cab, 4x4 SRW, Spec 1544-WS Randall Reed's Prestige Ford Garland, TX 28,800 28,800 Sam Pack's Five Star Ford Carrollton, TX 29,349 29,349 Q:PurchaseBidDccs/14-11652-DT 2 City of Lubbock, TX Fleet Services Bid Tabulation January 9, 2014 Item Qty UIM Descri tionNendor Location Unit Cost Extended Gene Messer Chevrolet Lubbock, TX 30,275 30,275 19 1 EA 1 Ton, Crew Cab, Regular Bed, 4x4 Pickup, SRW, Spec 3513-SRW-LF Randall Reed's Prestige Ford Garland, TX 28,400 Sam Pack's Five Star Ford Carrollton, TX 28,837 Gene Messer Chevrolet Lubbock, TX 32,296 20 1 EA 1 Ton, Crew Cab, Long Bed, 4x4 Pickup, SRW, Spec 3513-SRW Randall Reed's Prestige Ford Garland, TX Sam Pack's Five Star Ford Carrollton, TX Gene Messer Chevrolet Lubbock, TX 21 1 EA 1 Ton, Extended Cab, Bed Delete, 4x2 SRW, Spec 1548 Sam Pack's Five Star Ford Carrollton, TX Gene Messer Chevrolet Lubbock, TX Randall Reed's Prestige Ford Garland, TX 22 1 EA Service Body, Spec NV-41-F Formans Pick Up Pals, Inc. J&B Trailers and Equipment Sam Pack's Five Star Ford American Equipment & Trailer Randall Reed's Prestige Ford 23 2 EA Flat Bed, Spec NV-41 Formans Pick Up Pals, Inc. J&B Trailers and Equipment American Equipment & Trailer Sam Pack's Five Star Ford Randall Reed's Prestige Ford 24 1 EA Flat Bed, Spec NV-41 Formans Pick Up Pals, Inc. J&B Trailers and Equipment American Equipment & Trailer Sam Pack's Five Star Ford Randall Reed's Prestige Ford 25 1 EA Service Body with Crane, Spec NV-38-TR Lubbock, TX Lubbock, TX Carrollton, TX Lubbock, TX Garland, TX Lubbock, TX Lubbock, TX Lubbock, TX Carrollton, TX Garland, TX Lubbock, TX Lubbock, TX Lubbock, TX Carrollton, TX Garland, TX Formans Pick Up Pals, Inc. Lubbock, TX J&B Trailers and Equipment Lubbock, TX American Equipment & Trailer Lubbock, TX Sam Pack's Five Star Ford Carrollton, TX Randall Reed's Prestige Ford Garland, TX 28,400 28,837 32,296 28,980 28,980 29,012 29,012 33,186 33,186 23,570 23,570 27,625 27,625 33,650 33,650 6,144 6,144 6,238 6,238 7,100 7,100 8,163 8,163 9,300 9,300 1,975 2,550 2,974 3,395 4,800 1,975 2,550 2,974 3,395 4,800 1,975 2,550 2,974 3,395 4,800 3,949 5,100 5,948 6,790 9,600 1,975 2,550 2,974 3,395 4,800 1,975 2,550 2,974 3,395 4,800 Q:Purchase/BidDocs/14-11652-DT City of Lubbock, TX Fleet Services Bid Tabulation January 9, 2014 Item Qty U/M Description/Vendor Location Unit Cost Extended 26 1 EA Service Body with Crane, Spec NV-41-WW Formans Pick Up Pals, Inc. Lubbock, TX 17,528 17,528 American Equipment & Trailer Lubbock, TX 19,277 19,277 J&B Trailers and Equipment Lubbock, TX 19,328 19,328 Sam Pack's Five Star Ford Carrollton, TX 26,985 26,985 Randall Reed's Prestige Ford Garland, TX 27,685 27,685 27 1 EA Service Body, Spec NV-1543 Formans Pick Up Pals, Inc. Lubbock, TX 6,580 6,580 J&B Trailers and Equipment Lubbock, TX 6,820 6,820 Sam Pack's Five Star Ford Carrollton, TX 8,569 8,569 American Equipment & Trailer Lubbock, TX 9,347 9,347 Randall Reed's Prestige Ford Garland, TX 9,840 9,840 28 1 EA Flatbed, Spec NV-44 Formans Pick Up Pals, Inc. Lubbock, TX 2,145 2,145 J&B Trailers and Equipment Lubbock, TX 2,581 2,581 American Equipment & Trailer Lubbock, TX 3,157 3,157 Sam Pack's Five Star Ford Carrollton, TX 3,640 3,640 Randall Reed's Prestige Ford Garland, TX 3,840 3,840 29 1 EA Flatbed, Spec NV-44-WS Formans Pick Up Pals, Inc. Lubbock, TX 1,980 1,980 J&B Trailers and Equipment Lubbock, TX 2,490 2,490 American Equipment & Trailer Lubbock, TX 3,457 3,457 Sam Pack's Five Star Ford Carrollton, TX 3,490 3,490 Randall Reed's Prestige Ford Garland, TX 3,690 3,690 30 1 EA Service Body, Spec 1548 Formans Pick Up Pals, Inc. Lubbock, TX 6,579 6,579 J&B Trailers and Equipment Lubbock, TX 6,773 6,773 Sam Pack's Five Star Ford Carrollton, TX 7,949 7,949 American Equipment & Trailer Lubbock, TX 9,538 9,538 Item by Item Sam Pack's Five Star Ford Carrollton, TX $ 647,158 Randall Reed's Prestige Ford Garland, TX 288,780 Formans Pick Up Pals, Inc. Lubbock, TX 62,827 NQAS - Not Quoted as Specified Q:PurchaseB idDocs/ 14-11652-DT