HomeMy WebLinkAboutResolution - 2022-R0477 - PO 31069847 with Randall Reed's Planet Ford 635 11.16.22Resolution No. 2022-RO477
Item No. 7.27
November 16, 2022
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute
and on behalf of the City of Lubbock, Purchase Order No. 31069847 in accordance with ITB
16871-SB for the purchase of four (4) SUVs, by and between the City of Lubbock and Rani
Reed's Planet Ford 635 of Garland, TX and related documents. Said Purchase Order is attac
hereto and incorporated in this resolution as if fully set forth herein and shall be included in
minutes of the City Council.
Passed by the City Council on November 16, 2022
ATTEST:
Re ecca Garza, City Secretary
APPROVED AS TO CONTENT:
Brooke Witcher, Assistant City Manager
APPROVED AS TO FORM:
e h Leisure, Assistant City Attorney
ccdocs/RES.PurchaseOrd 31069847 Four (4) SUVs
11.03.22
�,. City of PURCHASE ORDER
Lubbock
44
rexas
RANDALL REED'S PLANET FORD 635
TO: PO BOX 472247
GARLAND TX 75047
Page -
Date -
Order Number
Branch/Plant
1 of 2
10/21 /2022
31069847 000 OP
3526
CITY OF LUBBOCK
SHIP TO: FLEET SERVICES
206 MUNICIPAL DRIVE
LUBBOCK TX 79404
INVOICE TO: CITY OF LUBBOCK
ACCOUNTSPAYABLE
P.O. BOX 2000
LUBBOCK, TX 79457 JBY:
If
Marta A Director of Purchasing & Contract Management
Ordered 10/21/2022 Freight
Requested 5/19/2023 Taken By S BALLANCE
Delivery PER B RODRIGUEZ, REQ 59482 ITB 23-16871-SB
If you have any questions, please contact Breana Rodriguez: BRodriguez@mylubbock.us or 806-775-2374
Description/Supplier Item Ordered Unit Cost UM Extension Request Date
2023 Ford Explorer cc 3526 1.000 36,878.0000 EA 36,878.00 5/19/2023
2023 Ford Explorer cc 4211 1.000 36,878.0000 EA 36,878.00 5 192023
2023 Ford Explorer cc 6611 1.000 36,878.0000 EA 36,878.00 5 192023
2023 Ford Escape cc 6311 1.000 26,880.0000 EA 26,880.00 5 19 2023
Total Order
Terms NET 30 137,514.00
This purchase order encumbers funds in the amount of $137,514.00 awarded to Randall Reed's Planet Ford 635
Garland, TX, on November 16 , 2022. The following is incorporated into and made part of this purchase order by
reference: Quote dated October 17, 2022, from Randall Reed's Planet Ford 635 of Garland, TX.
Resolution # 2022-RO477
CITY OF LUBBOCK
. R;1-
Tray Payne, yor
ATTEST:
)v - ) �lh ily
Rebecca Garza, City Secretary
Rev. 3/2022
Seller and Buyer agree as
follows:
PURCHASE ORDER
TERMS AND CONDITIONS
STANDARD TERMS AND CONDITIONS
ACCEPTANCE OF THIS PURCHASE ORDER:
CONTRACTOR ACKNOWLEDGES. by supplying any Goods or Services that the Contractor has read. fully
understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein
and any additional associated documents and Amendments The City disclaims any terms and conditions provided by
the Contractor unless agreed upon in writing by the parties. In the event of conflict between the City's terms and
conditions and any terms and conditions provided by the Contractor the terms and conditions provided herein shall
prevail The terns and conditions provided herein arc the final terms agreed upon by the parties and any -prior
conflicting terms shall be of no force or effect
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) Scllcr's name and address, (b)
Consignee's name, address and purchase order or purchase release number and the supply agreement number if
applicable, (c) Container number and total number of containers, e g box 1 of 4 boxes, and (d) the number of the
container bearing the packing slip. Seller shall bear cost of packaging unless otherwise provided Goods shall be
suitably packed to secure lowest transportation 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 authorucd 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 dcltvcry
4. NO REPLACEMENT OF DEFECTIVE TENDER. Every tender of delivery of goods must fully comply with all
provisions ofthis contract as to time of dclivery, quality and the like. Ifit 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. S c I 1 c r shall submit separate invotces, 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 arc 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 rcpresentativc 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 specal
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 habdityand 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
performanceand 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 trine, 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 nukes no warranty that the
production of goods according to the specification will not give rise to such a claim and in no event shall Buyer be
liable to Seller for indemnification in the event that Seller issued on the grounds of infringement of the like. If Seller
is of the opinion that an infringement or the like will result, he will notify the Buyer to this effect in writing within two
weeks after the signing of this agreement. If Buyer does not receive notice and is subsequently held liable for
the infringement or the 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 NON APPROPRIATION. All funds for payment by the City under this contract are subject to the availability of an
annual appropriation for this purpose by the City In the event of nonappropration of funds by the City Council of the
City of Lubbock for the goods or services provided under the contract. the City will terminate the contract, without
termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for
the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any
time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on
thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be
obligated under this contract beyond the date of termination.
13. RIGHT OF INSPECTION. Buyer shall have the right to inspect the goods at delivery before accepting them.
14. CANCELLATION. Buyer shall have the right to cancel for default all or any part of the undelivered portion of
this order if Seller breaches any of the terms 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
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 cffccttve Such right or termination is in addition io and not in lieu of the
rights of Buyer set forth in Clause 14, herein
16 FORCE MAJEURE. Neither party shall be held responsible for losses, resulting if the fulfillment of any
terms of provisions of this contract Is delayed or prevented by any cause not within the control of the party whose
performance is interfered with, and which by the exercise of reasonable diligence said party is unable to prevent.
17. ASSIGNMENT -DELEGATION. No right or interest in this contract shall be assigned or delegation of any
obligation made by Seller without the written permission of the Buyer. Any attempted assignment or delegation by
Seller shall be wholly void and totally ineffective for all purpose unless made in conformaywirh ibis paragraph.
18. WAIVER. No claim or right arising out of a breach of this contract can be discharged in whole or in part by a
waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in
writing signed by the aggrieved party.
19. INTERPRETATION -PAROLE EVIDENCE. This writing, plus any specifications for bids and performances
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 terns of their agreement. Whenever a term defined by the Uniform Commercial Code is used in this
agreement, the definition contained in the Code is to control.
20. APPLICABLE LAW. This agreement shall be governed by the Uniform Commercial Code. Wherever the term
"Uniform Commercial Code" is used it shall be construed as meaning the Uniform Commercial Code as adopted in
the State of Texas as effective and in force on the date of this agreement.
21. RIGHT TO ASSURANCE. Whenever one party to this contract in good faith has reason to question the other
parry's intent to perform he may demand that the other party give written assurance of his intent to perform. In the
event that a demand is made and no assurance is given within five (5) days, the demanding party may treat this
failure as an anticipatory repudiationofthe contract.
22. 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 subScllcr 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.
23 TIME It is hereby expressly agreed and understood that time is of the essence for the performance of this
contract, and failure by contract to meet the time specifications of this agreement will cause Seller to be in default
of this agreement.
24. MBE. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to
this request, minority and women business enterprises will be afforded equal opportunities to submit bids in response
to this invitation and will not be discriminated against on the grounds of nee, color, sex or natural origin in
consideration for an award
25. NON -ARBITRATION The City reserves the right to exercise any right or remedy to it by law, contract, equity, or
otherwise, including without limitation, the right to seek any and all 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 neck judicial rcmedy. The remedies set forth herein arc cumulative and not exclusive, and may be exercised
concurrently. To the extent ofany conflict between this provision and another provision in, or related to, this document,
this provision shall control.
26. RIGIIT TO AUDIT. At any time during the term of the contract, or thereafter, the City, or a duly authorized
audit representative of the City or the State of Texas, at 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
27 The Contractor shall not assign or sublet the contract, or any portion of the contract, without written consent from
the Director of Purchasing and Contract Management.
28 Contracts with Companies Engaged in Business with Iran. Sudan, or Foreign Terronst Organaatipn Prohibited.
Pursuant to Section 2252.152 of the Texas Government Code, prohibits the City from entering into a contract with a
vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or service
with Iran. Sudan or a foreign terrorist organization
29 Texas Government Code. Section 2252 908 requires a business entity entering into certain contracts with a
governmental entity or state agency to file with the governmental entity or state agency a disclosure of imerestad parties
at the time the business entity submits the signed contract to the governmental entity or state agency Instructions Wr
completing Form 1295 are available at: htt�r:r'www ci Lubbock tx.us derwrtmental-
websrtes/dcpAnments// hasing-vendor-information
30. No Boycott of Ismel. Pursuant to Section 2271.002 of the Texas Government Code, Respondent certifies that
either (i) it meets an exemption criteria under Section 2271.002; or (ii) it does not boycott Israel and will not boycott
Israel during the term of the contract resulting from this solicitation. Respondent shall state any facts that make it
exempt from the boycott certification in its Response.
31. No Boycott of Energy Companies. Pursuant to Section 2274 of the Texas Government Code, Respondent
certifies that either (i) it meets an exemption criteria under Section 2274.002; or (ii) it does not boycott Energy
Companies and will not boycott Energy Companies during the term of the contract resulting from this solicitation.
Respondent shall state any facts that make it exempt from the boycott certification in its Response.
32. No Boycott of a Firearm Entity or Firearm Trade Association. Pursuant to Section 2274 of the Texas
Government Code. Respondent certifies that either (i) it meets an exemption criteria under Section 2274.00Z or (ii) it
does not boycott a Firearm Entity or Firearm Trade Association and will not boycott a Firearm Entity or Firearm
Trade Association during the temi of the contract resulting from this solicitation. Respondent shall sate any facts that
make it exempt from the boycott certification in its Response.
33. Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorist Organization Prohibited.
Pursuant to Section 2252.152 of the Texas Government Code, prohibits the City from entering into a contract with a
vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or
service with Iran Sudan or a foreign terrorist organization
34. TEXAS PUBLIC INFORMATION ACT. The requirements of Subchapter J, Chapter 552, Government Code,
may apply to this contract and the contractor or vendor agrees that the contract can be terminated tithe contractor or
vendor knowingly or intentionally fails to comply with a requirement of that subchapter.
35. Pursuant to Section 552.301(c) of the Texas Government Code, the City of Lubbock has designated the following
email address for which public information requests may be made by an emailed request- orr;mmy lubhock t,.. Picric
send this request to this email address for it to be processed
15 TERMINATION The performance of work under this order may be terminated in whole, or in part by the Buyer
REV. 3/2022
R.l N Reefs PI—t F r
fry d Lubbock
ITS 23.1687148
84 Subedv
Primary Responses
8ueeeec AO dab 6 v.SW
Bueesss-M vw—POvNec SM s0.1 Midilu SUV 5 EA FORD EXPLORER 4WD S36.878.00 15"10 $18s.390.00
Sncnse: Adl v.1-7
l4e MOd Small SUV 1 EA FORD ESCAPE S BASE $26.880.00 150d10 $ 26.880.00 .
06/01/2022
1 of 2
CITY OF LUBBOCK, TX
MINIMUM SPECIFICATIONS
(1) MID -SIZE, SPORT UTILITY VEHICLE, 4-DOOR, 4X4
SPEC: MID -SIZE, SPORT UTILITY VEHICLE, 4-DOOR, 4X4 — 5414
VENDOR NAME: Randall Reed's Planet Ford 635 PHONE: 972 864-6815
YEAR 2023 MAKE
Ford
MODEL Explorer 4WD
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, 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: Randall Reed's Planet Ford 635 PHONE: 972 864-6815
NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE
YES NO
These specifications describe a Mid -Size, 4-door, 6-Cylinder,
Sport Utility Vehicle, 4x4.
Unless otherwise specified, all units shall be furnished
GENERAL
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.
1'
GVWR
6,000 pounds
Y
2.
WHEEL BASE
112 inches
Y
3,
OVERALL
186 inches
Y
LENGTH
4.
CARGO LENGTH
51 inches
Y
5
PAYLOAD
1,500 pounds
Y
ALLOWANCE
RUNNING
6.
GROUND
Y
CLEARANCE
7.5 inches
7.
ENGINE
Gasoline, V-6, 3.5 L
Y
8.
TRANSMISSION
OEM automatic
Y
9.
MAXIMUM
80 cubic feet
y
CARGO VOLUME
10.
OEM All Weather Tires
y
TIRES
H .
KEYS
Must include (3) sets of keys and /or key fobs (if applicable)
y
12
POWER
Includes power windows, power locks, power mirrors, and Cruise
PACKAGE
control and tilt steering wheel.
y
13.
SEATS
OEM 40/20/40 cloth fabric. Color: charcoal or gray, with rear
y
bench type seat.
14.
COLOR
SOLID COLOR TBD
Provide build dates in space provided 2023/ /
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.
FORD CLOSED PRODUCTION FOR 1 ST QUARTERNE EXPECT ORDER BANK TO BE OPEN IN 2 ND QUARTE
PAGE I OF 3 DATED: 09i22/2022
CITY OF LUBBOCK
MINIMUM SPECIFICATIONS
FOR THE PURCHASE OF A
COMPACT UTILITY VEHICLE, FIVE (5) PASSENGER, FOUR (4) DOOR, 4X2
SPEC #
YEAR 2023 MAKE
FORD MODEL ESCAPES 2WD
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, 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: Randall Reed's Planet Ford 635
PHONE: 972 864-6815
NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE
YES NO
GENERAL
UTILITY VEHICLE, COMPACT, FOUR DOOR, FIVE
PASSENGER, 4x2.
y
1.
WHEEL BASE
113 INCHES NOMINAL
y
2.
CARGO LENGTH
38 FEET
y
3.
GVWR
6000 POUNDS
y
4.
ENGINE
4.OL, V6 CYLINDER 1.5 L 14
N
5.
TRANSMISSION
OEM AUTOMATIC WITH MAXIMUM COOLING, ALL
WHEEL DRIVE.
y
6.
TIRES
OEM LT RADIALS, MAXIMUM SIZE AVAILABLE, ALL
SEASON TREAD WITH MATCHING SPARE TIRE.
y
7.
WHEELS
OEM STANDARD WITH COVERS.
y
8.
BRAKES
OEM POWER ASSISTED FOUR WHEEL ANTI -LOCK
y
9.
STEERING
OEM POWER ASSISTED
y
10.
SEATS
OEM CLOTH COVERED BUCKET FRONT AND BENCH
REAR.
y
11.
HEAT & AIR
CONDITIONING
OEM HEATING AND AIR CONDITIONING WITH FRESH
AIR DASH OUTLETS AND FAN
y
12.
INTERIOR LIGHT
OVERHEAD LIGHTS
y
13.
MIRRORS
OEM LOW PROFILE LEFT AND RIGHT OUTSIDE
y
14.
WIPERS
OEM 2-SPEED WITH INTERMITTENT AND WASHER,
REAR WINDOW WIPER AND WASHER
y
NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE
YES NO
15.
ALTERNATOR
OEM MAXIMUM CHARGING AMPS AVAILABLE
Y
16.
RADIO
OEM AM/FM WITH CLOCK DISPLAY AND TWO
SPEAKERS
Y
17.
COLOR
Y
OEM EXTERIOR FLEET WHITE
18.
INTERIOR
OEM CHARCOAL, GRAY, OR TAN COLOR
Y
VENDOR SHALL PROVIDE ALL AVAILABLE OEM
WARRANTY DOCUMENTATION TO INCLUDE TIME OF
COVERAGE, OTHER WARRANTIES AVAILABLE, TOWING
WARRANTY AND LIST OF OEM BUMPER TO BUMPER
AND POWER TRAIN COVERAGE. INCLUDE ALL
DOCUMENTATION ON PROCEDURE FOR FILING
WARRANTY. COVERAGE FOR NOT LESS THAN 36
STANDARD
MONTHS, OR 36,000 MILES. BIDDER SHALL FURNISH A
WARRANTY
WRITTEN DETAILED EXPLANATION OF COVERED
COMPONENTS THAT INCLUDES A COMPLETE LISTING
OF INCLUSIONS AND EXCLUSIONS OF WARRANTY WITH
THEIR BIDS. ZERO DEDUCTIBLE.
MONTHS 36 MILES 36000
OEM EXTENDED WARRANTY: VENDOR SHALL
PROVIDE ALL AVAILABLE WARRANTY
DOCUMENTATION TO INCLUDE TIME OF COVERAGE,
OTHER WARRANTIES AVAILABLE, TOWING
WARRANTY AND LIST OF OEM BUMPER TO BUMPER
AND POWER TRAIN COVERAGE. INCLUDE ALL
DOCUMENTATION ON PROCEDURE FOR FILING
WARRANTY. COVERAGE FOR NOT LESS THAN 5 YEARS,
OR 100,000 MILES. MAY EXCLUDE NORMAL SERVICE,
EXTENDED WARRANTY SUCH 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. ZERO DEDUCTIBLE.
MONTHS 60 MILES 100000
$ 3650.00
OPTIONS:
OPERATORS,AND REPAIR
MANUALS TO BE
PROVIDED:
A. THE CITY PREFERS TO RECEIVE THESE VIA WEB
ACCESS WITH PASSWORD
$ 0
B. IF THE VENDOR CANNOT PROVIDE WEB
ACCESS, THE CITY'S NEXT PREFERENCE IS
OPERATOR AND REPAIR MANUAL CD FORMAT.
$
C. THE CITY WILL ACCEPT ONLY AS LAST RESORT,
HARD COPY MANUALS BOOK FORM: (1) ONE SET
REPAIR AND OPERATORS MANUALS TO FLEET
DEPARTMENT. (1) ONE SET REPAIR AND
OPERATORS MANUALS TO USER DEPARTMENT
$
PROVIDE BUILD DATES BUILD DATE:
MSO AND PAPERWORK
VEHICLE/EQUIPMENT WILL NOT BE ACCEPTED BY THE CITY OF LUBBOCK WITHOUT
THE MSO, 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.
FORD CLOSED PRODUCTION FOR 1 ST QUARTERME EXPECT ORDER BANK TO BE OPEN IN 2 ND
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
loft
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:
2022-951871
1
Name of business entity filing form, and the city, state and country of the business entity's place
of business.
Randall Reed's Planet Ford 635
GARLAND, TX United States
Date Filed:
11/03/2022
2
Name of governmental entity or state agency that is a party tot the contract for which the form is
being filed.
City of Lubbock
Date Acknowledged:
3
Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
ITB 23-16871-SB
SUV VEHICLES
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermediary
Sarac, Admir
GARLAND, TX United States
X
5
Check only if there is NO Interested Party. ❑
6
UNSWORN DECLARATION
My name is /iuy and my date of birth Is✓��� �' �?
My address is cJ 6�/
(street) (ity) (state) (zip code) (country)
I declare under penalty f erjury that the foregoing is true and correct. I�
Executed in County, State of CC/�on the 9 day of .20
_month) (year)
Signa re of authorized gent of contracting business entity
(Declarant)
Forms nrovided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.d1b92728
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1 of 1
Complete Nos. 1- 4 and 6 if there are interested parties.
OFFICE USE ONLY
Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties.
CERTIFICATION OF FILING
Certificate Number:
1
Name of business entity filing form, and the city, state and country of the business entity's place
of business.
2022-951871
Randall Reed's Planet Ford 635
GARLAND, TX United States
Date Filed:
11/03/2022
2
Name of government th entity or state agency at is a party to the contract for which the form is
being filed.
City of Lubbock
Date Acknowledged:
11/03/2022
3
Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
ITB 23-16871-SB
SUV VEHICLES
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermediary
Sarac, Admir
GARLAND, TX United States
X
5
Check only if there is NO Interested Party. ❑
6
UNSWORN DECLARATION
My name is and my date of birth is
My address is
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in County, State of on the day of , 20
(month) (year)
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.dlb92728