HomeMy WebLinkAboutResolution - 2020-R0042 - Jim Bass Ford - 01/28/2020 i
Resolution No. 2020-R0042
Item No. 6.15
January 28, 2020
RESOLUTION
BE 1T 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. 31050341 for the purchase of Various
Pickup Trucks as per ITB 20-15071-RR, by and between the City of Lubbock and Jim Bass Ford,
Inc., of San Angelo, 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 28, 2020
I DANIEL M. POPE, MAYOR
ATTEST:
(Q &---- ----
Rebeca arza, City Secret
APPROVED AS TO CONTENT:
Mark ,earwoo , Assistant City Manager
APPROVED AS TO FORM:
elli Leisure, Assistant City Attorney
ccdocs/RES.-PurchaseOrd 31050341 -Various Pickup']"rucks
January 14,2020
I
INAr'001City of Page - 1
Lubb o ek Date - 1/13/2020
TEXAS PURCHASE ORDER
Order Number 31050341 000 OP
526
TO: SHIP TO:
JIM BASS FORD, INC CITY OF LUBBOCK
4032 W HOUSTON HARTE EXPRESSWAY FLEET SERVICES
SAN ANGELO TX 76901 206 MUNICIPAL DRIVE
LUBBOCK TX 79404
INVOICE TO: CITY OF LUBBOCK
ACCOUNTS PAYABLE
P.O.BOX 2000
LUBBOCK,TX 79457 13Y.
N, a I .re-r_,Director of Purchasing&Contract Management
Ordered 1/10/2020 Freight
Requested 6/5/2020 Taken By R ROCHA
Delivery J LOERWALD REQ 55108 ITB 20-15071-RR
Description/Supplier Item Ordered Unit Cost Um Extension Request Date
3/4 Ton Pickup,Crew Cab 1.000 29,255.0000 EA 29,255.00 6/5/2020
CC4613
1/2 Ton Regular Cab Pickup I.000 22,731.0000 EA 22,731.00 6/5/2020
CC 5221
3/4 Ton Single Cab 4X2 Pickup 2.000 24,065.0000 EA 48,130.00 6/5/2020
CC5221
3/4 Ton Single Cab 4X4 Pickup 3.000 26,513.0000 EA 79,539.00 6/5/2020
CC 5221
314 Ton Extended Cab 4X4 Picku 2.000 27,962.0000 EA 55,924.00 6/5/2020
CC6311
Total Order
Terms NET DUE ON RECEIPT 235.579.00
This purchase order encumbers funds in the amount of$235,579.00 awarded to Jim Bass Ford,Inc, of San Angelo,TX,on
JaniiaEV 2R 2020.The following is incorporated into and made part of this purchase order by reference: ITB 20-15071-RR
from Jim Bass Ford,Inc.of San Angelo,TX,dated December 9,2019.
Resolution# 2-020--992
CITY OF L CK ATTEST:
CC
Daniel M.Pope,Mayor Rebec a G za,City Secretary
PURCHASE ORDER
TERMS AND CONDITIONS
IMPORTANT:READ CAREFULLY
STANDARD TERMS AND CONDITIONS
Seller and Buyer agree as CITY OF LUBBOCK,TX
follows:
I.SELLER TO PACKAGE GOODS. Seller will package goads in accordance with good commercial practice. lieu of any otter remedies which Buyer may have in law ar equity.
Each shipping container shall be clearly and permanently marked as Follows (a) Seller's name and address, 15.TERMINATION.The performance ofwalk under this ordermay be terminated in whole,or in p;irt by ilia
(b)Consignees name,address and purchase order or purchase release number and thesupply agreement number Buyer in accordance with this provision, Termination of work hereunder shall be effected by the delivery
ifapplicable,(c)Container numberand 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 of the Seller ata"Notice of Termination"sucspeh
Jami the extent a which performance t or
under the
shall be suitably packed to secure lowest tmnsportalion costs and to conform with requirements of common order is on to and
and the date upon which such termination becomes effective.Such right or termination is
carriers and any applicable specifications. Buyer's count or weigh)shall be final and conclusive on shipments in addition to and not in lieu oFlhe rights of Buyer sal forth in Clause 14,herein.
not accompanied by packing lists. 16.FORCE MAJEURE. Neither party shall be held responsible for losses, resulting if the fulfillment
2.SHIPMENT UNDER RESERVATION PROHIBITED. Seller is not autlhorizcd to ship the goods tinder of any terms of provisions of this contract is delayed or prevented by any cause not within the control of the
reservation and no tender of a bill of lading will opera tc as a tender of goods, party whose performance is interfered with,and which by ilia exercise of reasonable diligence said party is
unable to prevent.
3.TITLE AND RISK OF LOSS. The title and risk of loss of ilia goods shall not pass to Buyer until Buyer 17.ASSIGNNIENT-DELEGATION. No right or interest in this contract shall be assigned or delegation of
actually receives and takes possession of the goods at tlue point or points of delivery. any obligation made by Seller without the written permission of the Buyer. Any micmplcd assignment or
4.NO REPLACEMENT OF DEFECTIVE TENDER Every tender of delivery of goods must fully comply delegation by Seller shall be wholly void and totally ineffective for all purpose unless made in conformity with
with all provisions of this contract as to time of delivery,quality and the like. If a tender is mad.which does not this paragraph.
fully conform,this shall constitute a breach and Sellershall not have ilia right to substitute a conforming tender, I8.WAIVER_ No claim or right arising out of a breach of this contract can h.dsdurgcd in whole or in part
provided,where ilia time for performance has not yet expired,the Seller may reasonably notify Buyer of Itis by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by
intention to cure and may then make a conforming tender within ilia contract time but not afterward.
consideration and is in writing signed by the aggrieved party.
5.INVOICES&PAYMENTS.a.S e I I e r shall submit separate invoices,in duplicate,one each purchase 19• INTERPRETATION-PAROLE EVIDENCE. This writing, plus any specifications for bids and
order or purchase release after each delivery. Invoices shall indicate the purchase order or purchase mlaisc performance provided by Buyer in its advcniscmcnt for bids, and any other documents provided by
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[he freight waybill when applicable,should Seller as pan of his bid,is intended by the parties as a Final expression of their agreement and intended also
be attached to the invoice. Mail To:Accounts Payable,City of Lubbock,P.0.Box 2000,Lubbock,Texas as a complete and exclusive statement of the terms of their agreement. Whenever a team def ned by ilia
79457. Payment shall not be due until the above instruments are submitted alter delivery. Uniform Commercial Code is used in this agreement,ilia definition contained in the Code is to control.
6.GRATUITIES. The Buyer may,by written notice to the Seller,cancel this contract without liability in 20.APPLICABLE LAW.-This agreement shall be governed by the Uniform Commercial Cade,Wherccvcr
Seller if it is determined by Buyer that gratuities,in the form of cntcruinmcnt,gills or otherwise,were offend the term"Uniform Commercial Code"is used,it shall be construed as meaning the Uniform Commercial
or given by the Seller,or any agent or representative of the Seller,to any officer or employee of the City of Code as adopted in the State of Texas as effective and in force on ilia dare of this agrccment.
Lubbock with a view to securing a contract or securing favorable treatment with respect to the awarding or 21.RIGHT TO ASSURANCE. Whenever one party to this contract in good faith has reason to question
amending,or the making of any determinations with respect to ilia performing of such a contract. In the event the other party's intent to perform he may demand that the other party give written assurance of his intent to
this contract is canceled by Buyer pursuant to this provision.Buyer shall be entitled,in addition(a any other perronn. In the event that a demand is made and no assurance is given within five(5)days,the demanding
rights and remedies,to recover or withhold the amount of the cost incurred by Seller in providing such gratuities. party may treat this failure as an anticipatory repudiation of the contract.
7.SPECIAL TOOLS&TEST EQUIPMENT. If the price stated on the face hereof includes[lie cost of any 22.INDEMN IFICATION. Seller shall indemnify,keep and save harmless the Buyer,its agents,off cia h and
special tooling or special test equipment fabricated or required by Seller for the purpose of Filling this order, employees,against all injuries,deaths,loss•damages,claims,patent claims,suits,liabilities,judgments,costs
such special tooling equipment and any process sheets related Ihcrcto shall become the properly of the Buyer and expenses,which may in anywise accrue against the Buycr in comcqucnm of file granting of(his Contract
and to the extent feasible shall be identified by the Seller as such. or which may anywise result therefrom,whetter or not it shall be alleged or determined that the act was
8.WARRANTY-PRICE.a The price to be paid by ilia Buyer Shull be that contained in Seller's bid caused through negligence or omission of the Seller or its employees,or of the subSellcr or assignee or its
which Seller warrants to be no higher than Seller's current process on orders by others for products of the kind employees,if any,and the Seller shall,at his own expense,appear,defend and pay all charges of attorneys
and specification covered by this agreement for similar quantities under similar of like conditions and methods and all costs arid other expenses arising therefrom of incurred in connection therewith,and,if any judgment
of purchase. In the event Seller breaches this warranty,the prices of the items shall be reduced to the shall he rendered against the Buyer in any such action.(he Seller shall,at its ow•n expenses,salisfv and
Seller's curen( prices on orders by others,or in the alternative, Buycr may cancel this contract without discharge tete same Seller expressly understands and agrees that any bond required by this contract, or
liability to Seller for breach or Seller's actual expense.b.'I'he Seller warrants that no person or selling agency otherwise provided by Seller,shall in no way limit ilia responsibility to indemnify,keep and save harmless
has been employed or retained to solicit or secure this contract upon an agreement or understanding for and defend the Buyer as herein provided.
commission,percentage,brokerage,or contingent fee excepting bona fide employees of bona f ide established 23.TIME. It is hereby expressly agreed and understood that time is of the essence for[lie pffrormance of
commercial or selling agencies maintained by(he Seller for the purpose of securing business. For breach of this contract,and failure by contract to meet the time specifications of this agreement will cause Seller to
vieiation of[his warranty the Buyer shall have(he right in addition m any other right of rights to cancel Ibis he in defmdt of this agreement.
contract without liability and to deduct from the contract price,or olhenvise recover without liability and to
deduct from ilia contract price,or otherwise recover the fill amount of such commission,percentage,brokerage 24,MBE. Ilia City of Lubbock hereby notifies all bidders that in regard to any contract entered into
or contingent fee. pursuant to this request,minority and women business enterprises will be afforded equal opportunities to
srhmit bids in sponse to this invitation and will not be discriminated against on the grounds of mce,color,
9.WARRANTY-PRODUCT, Sellershall not limit or exclude any implied warranties and any attempt to do sex or natural origin in consideration for an awa«d.
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 hid invitation,and to thcsamplc(s)furnished 25.NON-ARBITRATION.The City reserves the right to exercise any right or remedy to it by law,contract.
by the Scllcr,if any. In the event of a conflict or between rile specifications,drawings,and descriptions,the equity,or otherwise,including without limitation,Ilia sight to seek any and all forms of relief in a court of
specifications shall govern.Notwithstanding any provisions contained in ilia Contrtctaal agreement,the Seller competent jurisdiction.Further,the City shall not be subject to any arbitration process prior to exercising
represents and warrants fault-Fret performance and fault-free result in the processing date and date related data its unrestricted right to seek judicial rcmcdy.The remedies act forth herein are cumulative and not exclusive,
(including,but not limited to calculating,comparing and sequencing)of all hardware,software and firmware and may be exercised concurrently.To the extent of any can nict between this provision and another prevision
produds delivered and services provided under this Contract,individually or in combination,as the case may in,or related to,this document,this provision shill control.
he from the effective date of this Contract.The obligations contained herein apply to products and services 26.RIGFIT TO AUDIT.At any time during the term of the contract,or thereafter,the City,or a duly
provided by ilia Seller,its sub-Seller or any third party involved in ilia creation or development of the products authorized audit representative of the City or the Stale of Texas,it its expense and at reasonable times,
and scrviccs to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the reserves the right to audit Contractor's records and kooks relevant to all services provided to the City under
obligations contained herein,may result in Ilio City of Lubbock availing itself of any of its rights under the this Contract. In the event such an audit by the City reveals any errors or overpayments by Idle City,
law and under this Contract including,bill not limited to,its right pertaining to tennination or dcfauh. The Contractor shall refund the City the fill amount of Ruch overpayments within thirty(30)days of such
warranties contained herein are separate and discrete from any other warranties specified in this Contract, audit fundings,or the City,at its option,reserves the right to deduct such amounts owing the City tram any
and are not subject to any disclaimer of warranty,implied or expressed,or limitation of the Seller's liability payments due Contractor..
which may be specified in this Contract,its appendices,its schedules,its annexes or any document incorporated
in this Contract by reference. 27.14OUSE BILL 2015. House Bill 2015,signed by the Governor on June 14,2013 and effective on January
1,2014,authorizes a penally to be imposed on a person who contracts for certain services with a governmental
10.SAFETY WARRANTY. Seller warrants that the product sold to the Buyer shall conform to the standards entity and who fails to properly classify their workers.This applies to subcontractors u well.Contractors and
promulgated by the U.S.Department of Labor under the Occupational Safety and Health Act of 1970. In the subcontractors who fail to properly classify individuals performing work under a governmental contmct will be
event the product docs net conform to OSHA standards,Buyer may return the product for correction or penalized 5200 for each individual that Inas been misclassified.(Texas Government Code Section 2155.001).
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. 28.ASSIGNING OR SUBLETTING THE CONTRACT.The Contractor shall not assign or sublet the contract,
11.NO IVARI(AN'IY BY BUYER AGAINST INFRINGEMENTS. As part o1-this contract for sale Seller or any portion of ilia contract,without written cement from the Director of Purchasing and Contract
Management.Should consent be given,tine Contractor shall insure the Subcontractor or shall provide proof on
agrees to ascertain w•hcthergoods manufactured in accordance with the specifications attached to this agreement insurance Cmm[the Subcontractor that complies with all contract Insurance requirements.
will give rise to the rightful claim of any third person by way of infringement of the like. Buyer makes no
warranty that she production of goods according to the specification will not give rise to such a claim,and in no 29.ROUSE BILL 1295 DISCLOSURE OF INTERESTED PARTIES. House Bill 1295,adopted by the 84111
event shall Buyer be liable to Seller for indemnification in the event that Seller is sued on the grounds of Legislature,created¢2252.908,Texas Government Code Section 2252.908 requires a business entity entering
infringement of(hc like. If Seller is of the opinion that an infringement or the dike will result,he will notify the into certain contracts with a governmental entity or state agency to file with she governmental entity or state
Buyer to this effect in writing within Ivo weeks after the signing of this agreement. If Buyer does not receive agency a disclosure of interested parties at the time the business entity submits the signed contract to the
notice and is subsequently held liable for the infringement or ilia like,Seller will save Buyer harmless. If governmental entity or Rate agency. Instructions for completing Fort 1295 are available at:
Seller in good faith ascertains the production of the goods in accordance with the specifications will result in h�ra/wvvw.ci.hrblmck tx.ushdenanmental-w•ebsites+denannhents+nurchasinu•'vendor-infiirtminn
infringement or(lie like,ilia contract shall be na11 and void. 30.CONTRACTOR ACKNOWLEDGES,by supplying any Goods or Sen•iccs that the Contractor has read,
12.NON APPROPRIATION.All funds for payment by Ute City under this contract arc subject to the fully understands,and will be in full compliance with all terms and conditions and the descriptive material
availability of an annual appropriation for[his purpose by the City. In(he event of nonappropriation of funds contained herein and any additional associated documcros and Amendments.The City disclaims any terns and
by the City Council of the City of Lubbock for the goods or services provided under the contract,the City will conditions provided by the Contractor unless agreed upon in writing by true panics. In the event of conflict
terminate the contract,without termination charge or other liability,on the last day of lite then-current fiscal between these terms and conditions and any terms and conditions provided by the Contractor,the ferns and
year or when ilia appropriation made for(he then-current year for the goods or scrviccs covered by this contract conditions provided herein shall prevail. The temps and conditions provided herein are the final terms agreed
is spent,whichever event occurs first. If at any time funds are not appropriated for the continuance of this upon by the parties,and any prior conflicting terns shall be of no force or effects,
contract,cancellation shall be accepted by the Seller on thirty(30)days prior written notice,but failure to give 31.By accepting this PD,contractor acknowledges that pursuant to Section 2270.002,Government Code,(a)
such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of This section applies only to a contract that:(1)is between a governmental entity and a company with 10
termination or more hill-time employees:and (2)has a value of 5100,000 or more that is to be paid wholly or partly
13.RIGHT OF INSPECTION, Buyer shall have the right to inspect Ube goods at delivery before accepting from public finds of the governmental entity. (b)A governmental entity may not enter into a contract with
them, a company for goods or services hmless ilia contract contains a written verification from the company that
it:(])does not boycott Israel:and(2)will not boycott Israel during the tern of the contmct,.
14.CANCELLATION. Buyer stall have the right to cancel for defudl all or any part of the unddiwercd
porion 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 banknrpicy. Such right of cancellation is in addition to and not in
Rev.07/19
BID FORM
City of Lubbock,TX
Purchasing and Contract Management
Various Pickup Trucks
ITB No.20-15071-RR
In compliance with the Invitation to Bid 20-15071-RR, the underaignod Bidder having examined the Invitation
to Bid and Specifications,and being familiar with the conditions to be met,hereby submits the following Bid for
fiunishing 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,atteradom 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 20-15071-RR is by
reference incorporated in this contract.The Bid Form must be completed in blue or black ink or by typewriter.
-Q-Ty- EXTENDED
ITEM (+1-) UOM DESCUNIT PRICE'S COST '*�'�'
a R1FT70N (b) a x b i�ays ARO
LA
Spec-431 1: %Ton, Extended Cab,
4X2,Pickup-as specified herein , r
Spec,4541: %Ton,Extended Cab
4X4 Pickup, spec
, p-as specified herein 1
Spec.4613: '/,Ton,Crew Cab,
3 1 EA Short-bed,4X4,Work Truck Z 125-5 21/ 2,53 7S- 10
Pickup-as specified herein I
4 1 EA Spec.5221: %a Ton,Regular Cab, Z21-�� �
4X2,Pickup as specified herein
Spec.5221: 3/<Ton,Single Cab,
5 2 EA 2X4,Work Truck Pickup-- as 2q oC5 N 81)3 D 7,55-9 0
specified herein
Spec.5221: Y4 Ton,Single Cab,
6 3 EA 4X4,Work Truck Pickup-as ZV O 77/531
specified herein
Spec.5615: %Ton,Crew Cab, J
specified herein
Spee.5735 iK9: %:Ton,Crew Cab,
n ,4� V rii''alp—
s 'fled herein
Spec.5735: U21 Ton,Crew Cab,
�-!_
y specified h n,3 -Pickup-- l � t
Spec.6311: '/,Ton,Extended Cab,
10 2 EA Short-bed,4X4 Work Truck L7, %Z Z 55 1 l 5-Cr 0
Pickup-as specified herein J b !
Spec.6415: One Ton,Crew Cab, / L'
-wuv.♦ vvv, ►'Y, �.van a iacA 3-1--
Pickup-as specified herein
Spec.44021 %Ton,Extended Cab
4X4,Pickup-as specified herein
Tota!(Items 1- IZ) -,- � 2 , —
TOTAL : $235 , 579 . 00
*PRICE:F.O.B.Destination,Freight Pre-Paid and Allowed **Days After Receipt of Order(ARO)
Unless otherwise specified herds,tate City may Award the bid tither item-by-item or on an ali-or-none
basis for any item or group of items shown on the bid.
The City of Lubbock is seeking a contract for Various Pickup Trucks with one or more contractors. In
order to assure adequate coverage, the City may make multiple awards, selecting multiple vendors to
provide the products desired, if multiple awards are in the best interest of the City.A decision to make a
multiple award of this Bid,however,is an option reserved by the City,based on the needs of the City.
PAYMENT TERMS AND DISCOUNTS-Bidder offers a prompt payment discount of %,net calendar days.
Discounts will not be considered in determining low bid. Unless otherwise indicated on the Aid—Form,payment terms will
be NET THIRTY DAYS.The City will pay the successful bidder within thirty days atter 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 tater. Discounts for payment in less than ten days will not be considered.
MOST FAVORED PRICING:The Bidder certifies that the price quoted is not in excess of the lowest price charged anyone
else,including its most favored customer,for tike quality and quantity of the products/wrvices;does not include an element
of profit on the sale in excess of that normally obtained by the Bidder on the sale of producw/mwvices of like quality and
quantity;aid 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 products)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 suceessfid bidder,and properly authorized interlocal purchasing agreements as
provided for by the Interlocal Cooperation Act(Chapter 791,Government Code),the right to purchase the same services,at
the prices quoted,for the period of this contract. Each bidder shall indicate on the Bid Form in the apace provided below if
helshe 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 we Frenship Independent School District,
Lubbock Homing Authority, Lubbock County, Lubbock County Hospital District, Lubbock Independent School
District,South Plains Association of Governments,City of Texarkana,Texas Tech Oniveraity,West Texas Municipal
Power Agsnc ,Lynn County,and City of Wolfforth.
YES �_ NO
• If you(the bidder)checked YES,the following will apply:
• Governmental entities utilizing Interlocal Agreements for Cooperative Purchasing with the City of Lubbock will be
eligible,but not obligated,to purchase materials/services under the contract(s)awarded as a result of this solicitation.
All purchases by governmental entities other than the City of Lubbock will be billed directly to that governmental
entity and paid by that governmental entity. City of Lubbock will not be responsible for another governmental
entity's debts. Each governmental entity will order their own materials/service as needed.
THIS BID IS SUBMITTED BY.J , / ..rj -T"L
a corporation organized under tfie laws of the State of
or a partnership consisting of or individual trading as
of the City of
Firm:__J! -3n-
Address:_ _r'jl Q 3
City: ✓i State: I 2S
zip - --
Bidder acknowledges receipt of the following addenda:
Addenda No. L Addenda No. _ Addenda No. Addenda No.
Datet'° Date Date — _z_--
-.---- Date .
M/WBE Firm: Woman Black AmericanI Native American
Hispanic-American Asian Pacific Americj Other S eci )
By Date: J,
.out rued Re, resen sive- t sign by hand -
Officer Name and Title: rVL K4 V yCz.l•' r 11
Please Print - / - ----
Business Telephone Number 3ZS l ( (� 1JL -,7 FAX: s / 7
E-mail Address: i OIL � l ��b /`p 6� b,,r�G ti
FOA CITY USE ONLY
Bid Form Item Number(s)Awarded to Above Named Firrn/Individual:
Date of Award by City Council(forbids aver$50,000): Date P.OJContract Issued:
RETURN COMPLETED&SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS.
LABEL THE OU'INIDE OF YOUR SEALED Bm WITH THE ITB NUMBER,THE CLOSING DATE AND
TMIE,AND YOUR COMPANY NAME AND ADDRESS,
CITY OF LUBBOCK,TX
MI1NEVIUM SPECIFICATIONS
3/4 TON PICK-UP,CREWCAB,SHORTBED,4X4
WORK TRUCK
SPEC:4613-3/4 T_Ra Crew Cab Mckup
YEAR Z�2'� _ MAKE t 6r C� MODEL_ fi S Z�
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 IDENTWIED 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 . IN ORDER TO RECEIVE FULL CONSIDERATION,ITB
RESPONSE QUOTATION MUST FOLLOW THIS SPECIFICATION AND THE INVITATION TO BID'S TERMS AND
CONDITIONS.VEN �J
3�� �—!�'� � �a '1 PHONE:
"
T NO. ITEM MINIMUM REQUIREMENTS SELLERCOMPLIANCE
YES O
These specifications describe a 3/4 ton Pick-up,Crew cab,Short
bed,4X4.
GENERAL Unless otherwise specified,all units shall be furnished
complete with standard equipment and factory-installed
accessories as listed by the manufacturer's printed literature
and as stated In the State of Testas Fleet Automobiles and
Trucks Texas Specifications.
I. GVWR 9,000 pounds 1�
2. WHEELBASE 158 inches
3. OVERALL 240 niches
LENGTH
4. PAYLOAD 3,000 pounds
ALLOWANCE '
S. ENGINE Gasoline,6.OL,V-8
6• TRANSMISSION OEM automatic t/
7. CARGO LENGTH 6'4"
8.
TEM OEM t/
9. RIM SIZE OEM
l
- 10. SEATS - OEM 40/20/40 cloth fabric,with charcoal or gray color with rear �,
ht seat
11. EXTERIOR -
COLOR OEM fleet white
12. KEYS Must include(3)sets oflucys -- - ✓
13. CONVENIENCE STANDARD WT(WORK TRUCK)PACKAGE
PACKAGE
OEM maximum,time and mileage,coverage with written detailed
14. WARRANTY explanation of covered components that includes a complete /
listing of exclusions. V
OPTIONS
l POWER Inches power windows,pourer locks and keyless entry with 3
PACKAGE key fobs,power mirrors,cruise control and tilt steering wheel.
All items are to be heaviest OEM equipment for the vehicle series
and installed by the manufacturer and shall include,but not be
limited to,the following;A flame mounted receiver hitcb,a
transmission oil cooler,heavy-duty radiator,and trailer wiring
TOWING harness•Harness shall be provided as an integral part of the
2. PACKAGE vehicle wiring system to provide power to trailer turn signals,
brakes,brake lights,and naming lights.Each wire shall be labeled
according to its function,i.e.,brakes,turn,etc.A?-pin,RV style,
flat(spade)electrical connector to connect trailer wising circuitry
to the wiring harness shall be provided.Shall include OEM
factory installed brake contmfler. To include front tow hooks
Provide build dates 1u space provided - �+fi rttaalN
MSO arttt�anenmr6c ---
Vehicle/equipment will not be accepted by the City of Lubbock without
The MSO,Two Sets or keys,warranty and ailpaperwork
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.
motions to At Mdfiesidogs of any items stated herein shall be fully described in writing by the bidding vendor in the space
provided below. Litt heirs by item nnmbers.
_fin 2
2
TREVRSED
CTPY OF LUBBOCK,TX
MINIMUM SPECIFICATIONS
112 TON PICK-UP TRUCK,REGULAR CAB,4X2
SPEC:5221-PARK`'MAINTENANCE
YEAR Z u2-O MAKE _ F-0 r(� _MODEL
IT 1S THE INTENT OF THIS SPECIFICATION, REFERENCED DOCUMENTS, REQUIREMENT'S AND CONDrrIONS SECTIONS TO DESCRIBE
MINIMUM PERFORMANCE REQumE?IENTS. 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 nmm DESCRIPTION IN
THE SPACE PROVIDED.ALL EQUIPMENT FURNISHED AS STANDARD TO THE GENERAL PUBLIC ON THE PRODUCT BY THE MANUFACTURER
SHALL BE INCLUDED, ENEN WHEN NOT SPECIFICALLY IDENTIFIED W THIS SPECIFICATION. ANY DEVIATIONS FROM THE WRITTEN
SPECIFICATION WITH DATE AS SHOWN IN THE INVITATION TO BID(ITS)SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE
SPECIFICATIONS,IN ORDER TO RECEIVE FULL CONSIDERATION,ITS RESPONSE QUOTATION MUST FOLLOW THIS SPECIFICATION AND THE
INVITATION TO BID'S TERMS AND CONDITIONS.
VENDOR NAME: _ PHONE: 32_5-9-11442_)
NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE
YES NO
These specifications describe a 1/2 ton Pick-up truck,Regular Cab,
4x2
UNLESS OTHERWISE SPECIFIED,ALL UNITS SHALL BE
GENERAL FURNISHED COMPLETE WITH STANDARD EQUIPMENT AND
FACTORY-INSTALLED ACCESSORIES AS LISTED BY THE
MANUFACTURER'S PRINTED LITERATURE AND AS STATED
IN THE STATE OF TEXAS FLEET AUTOMOBILES AND
TRUCKS TEXAS SPECIFICATIONS.
I, GVWR 6,200pounda
2. WHEEL BASE 122 inches
3. OVERALL LENGTH 209 inches
4' I
PAYLOAD pounds
ALLOWANCE
5. ENGINE Gasoline engine,V-8, 5.0 L
6. TRANSMISSION OEM automatic
7. CA:7�G0 B0, 1LEN G T H 78"
B. TIRES OEM t/-
9. RIM SIZE OEM ✓
10. SEATS AND
INTERIOR COLORS OEM 40/20/40 cloth fabric in chmcoal or gray color. Rear bench type 1�
Scat.
11. EXTERIOR COLOR OEM fleet white
12. KEYS MUST INCLUDE 3 SETS OF KEYS
I3 CONVENIENCE
PACKAGE Staltdard work tnnck convenience package.
Options
1. POWER PACKAGE lnchides Power wuldows,power locks with keyless entry and 3
key Loh powes mirmrs,cruise control and tilt stem wheel.
All items are to be heaviest OEM equipment for the vehicle series
and installed by the rnanufacum and shall include, but not be
limited to, the following: A frame mounted receiver hitch, a
transmission oil cooler, heavy-duty radiator, and trailer wiring
harness. Harness shall be provided as an integral part of the
2. TOWING PACKAGE vehicle wiring system to provide power to trailer turn signals,
brakes,brake lights,and running lights.Each wire shall be labeled
amefding to its function,i.e.,brakes,turn,etc.A 7-pin,RV style,
flat(spade)electrical connector to connect trailer wiring circuitry
to the wiring harness shall be provided. Shall include OEM
factory installed brake controller. To include front tow hooks.
PROVIDE BUILD DATES IN SPACE PROVIDED
SO PAPERWORK
VEHIC[FJEQUIPMENT WILL NOT BE ACCEPTED BY THE CITY OF LUBBOCK WITHOUT
TIME MSO BILL OF SALE,WARRANTY ALL KEYS AND ALL PAPERWORK
GENERAL REOUIRFMENT AND INFO(tMAT(ON
BIDDER SHALL SUBMIT WITH EACH BID,CURRENT PRINTED LITERATURE AND SPECCFICATION SHEETS
ON THE UNIT OFFERED IN THE RESPONSE TO SOLICITATION
EXCEPTAONEM THE 5ZMFjC s]g0M OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED rN
WRITING BY THE BIDDING VENDOR IN THE SPACE PROVIDED BELOW. LIST ITEMS BY ITEM NUMBERS.
�+0� r✓ �� ro✓ 88 � Grz%ye zoS
o Z -rro�t r to 'f-o2.50 o J f-�`Gz
%✓ h Aat/ai �- o✓ w!� DL
CITY OF LUBBOCK,TX
X NEWUM SPECIFICATIONS
TWO(2)3/4 TON PICK-UP,SINGLE CAB,2X4
WORK TRUCK
�J SPEC:5221-3/4 To Single Cab Pickup
YEAR ,GSI/�—� _MAKF e MODEL r 2-5 D
IT IS THE OnENT OF THIS SPECIFICATION, REFERENCED DOCUMENTS. REQUIREMENTS AND CONDITIONS SECTIONS TO DESCRIBE
MINIMUM PERFORMANCE REQUIREMENTS. THE VEHICLE OR PRODUCT MUST MEET OR EXCEED THE pERFORMAI�ICE OR ODNy-tRl1CYlON
DESCRIBED HEREIN,THE VENDOR SHALL BE REQUIRED TO MARK COMPLIANCE OR NON-COMPLIANCE TO EACH rnEM DESCRIP'TiON IN
THE SPACE PROVIDED.ALL EQUIPMENT FURNISHED AS STANDARD TO TILE OENERAL PUBLIC ON THE PRODUCT BY THE MANUFACnMER
SHALL BE INCLUDED, EVEN WHEN NOT SPECIFICALLY U)MMIED M THIS SFECCIFICATION. ANY DEVIATIONS FROM THE WRITTEN
SPECIFICATION WITH DATE AS SHOWN IN THE INVITATION TO BID(ITB)SHALL BE NOTED ON THE ATTAOM EXffiONS:m nm
SMC0AT14hI.M ORDER TO RECEIVE FULL CONSIDERATION,TIB RESPONSE QUOTATION MUST FOLLOW THIS SPECIFICATION AND THE
INVRATION TO BIDS
^TERMS AND CONDITIONS. �j
VENDOR NAMEt-J: ✓I't 8 � 1-O� A G PHONE: 7
NO. ITEM .-..�..�..,_--r...-----___ ----- ---------�--_-
MINIIYtUM REQUIRBMEN'i'S $ELLER COMPLIANCE
These specifications describe Two(2)3/4(on Pick-ups,RcguEar Cab,
2a4.
€
GENERAI,
Unless atheswise specifled,ail units shall be furnnlshed complete with
standard egmipunemt and factory-installed accessories as listed by the
maaufacturer's printed literature and as seated in the State of Texas
Fleet Automobiles amd'Trucks Texas Specitieatioms.
! GVWR 9,000 pounds 4
2' ;WHEE%LBASS�E148inches3. PAYL1 3,4000 pounds - -
ALLOWANCE
4. ENGINE Gmol m'6.01:.,V-8 ✓
S. TRANSMISSION OEM automatic — -
6.
TQtES OEM z/
7. RIM SIZE OEM - -- -- - ✓ -
$. SEATS OEM tU4t}cloth fabric,with eharuoal f gray color with rear bench ✓,
EXTERIOR -
9. COLOR ✓- -------___.
OEM fleet white
10. KEYS Must include(3)sac of keys — - -
11. CONVENIENCE STANDARD WT(WORK TRUCK)PACKAGE /
PACKAGE
- OEM maximum,time and mileage,coverage with written detailed
12. WARRANTY explanation of covered components that includes a complete /�
listing of exclusions.
v
OPTIONS
l POWER Includes power windows,power locks and keyless entry with 3
PACKAGE key fabs,power mirrors,cruise control and tilt steering wheel.
All items aro to be heaviest OEM equipment for the vehicle series
and installed by the manufacturer and shall include,but not be
limited to,the following:A framz mounted receiver hitch,a
transmission oil cooler,Meavy-duty radiator,and trailer wiring
TOWING harness.Harness shall be provided as an integral pari of the
2' PACKAGE, vehicle wiring system to provide
power to trailer tum signals,
brakes,brake lights,and running light&.Each wire shall be labeled
according to its function,i.e.,brakes,turn,etc.A 7-Pin,RV style,
gat(spode)electrical connector to cosset trailer wiring circuitry
to de wiring harness shall be provided.Sball inchcde OEM
Factory installed brake controller. To include font tow hooks.
Provide bnild dates in space provided �dec�a
_...•.--------- _._�..
MSQ@ Qaptrwork -
VeMelelequipment will not be accepted by the City of Lubbock without
Two Sets ofkt�s warrernlacrd all paperwork
General t
Bidder shall submit with each bid,current printed litwatm and specification sheets on the unit oifewd in the response to
solicitation.
tO the Hons of any items stated herein shall be trolly described in writing by the bidding vendor in the space
provided bolow. List Items by item numbers.
Az-
wee
CITY OF LUBBOCK,TX
MIMIMUM SPECIFICATIONS
Three(3)3/4 TON PICK-UP,SINGLE CAB,4X4
WORK TRUCK
SPEC:5221-3/4 1—MODEL
Single Cab Pickup
YEAR Z Z
MAKE—. F0 F7SD
IT IS THE INTENT OF THIS SPECIFICATION, REFERENCED DOCUMENTS, REQUIREMENTS AND CONDITIONS
SECTIONS TO DESCRIBE MINIMUM PERFORMANCE REQUIREMENT'S, 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 WTTH 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, TIB
RESPONSE QUOTATION MUST FOLLOW THIS SPECIFICATION AND THE INVITATION TO BID`S TERMS AND
CONDITIONS.
VENDOR m &13 Fo Tx PHONE:
NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE
No
These specifications describe Three(3)3/4 ton Pick-ups,Regular
Cab,4x4.
GENERAL Unless otherwbe gmclfled,all units shall be furnished
complete with standard equipment and factory-Installed
accessories as listed by the manufacturer's printed literature
and as stated la the State of Texas Fleet Automobiles and
Trucks Texas Specifications.
I. GVWR 9,000 pounds
2. WHEEL BASE 148 inches
3. PAYLOAD 3,000 pounds
ALLOWANCE s/
4. ENGINE Gasoline,6.OL,V-8 ✓
S. TRANSMISSION OEM automatic
b.
TIRES OEM
7. RIM SIZE OEM
S. SEATS OEM 40/20/40 cloth fabric,with charcoal or gray color with rear
bench seat.
9 EXTERIOR
COLOR OEM fleet white ✓
7 r
4 X-V
*uaqtunu won A sulmi jan -molaq pMAojd
ra-oudsolp uzo-pam Ou!Wq mp Aq laq
gm to poqp=p AlInj Qq IjM u!' polv)s auMl 4uejo NOTIOUP40 aqj tq suopi5512
oi asuod=aip of panto 3!un o%uo gpaqg uo,
.190W.Oa&Pug an um!l Pm.ld wu='p!q qm qvm i!mqrw llqs jopple
UORRUGoiffluil Vul lumuaqnt*,d I=u*D
HVPUB Mnm "oft"amloswou
inoto!m)iaoqqn-IjoAs!aDtPAqpogf000vaqioullpn;uomd!nba/alolq*A
PaPIA(ud iovds ul olup pqnq oplAoij
'qOOq A101 IuM Opnjolaj O.L 'Jqlo4uoo alwq Mtolmr!kwlovj
WHO Opn[Olq IDIS*M!Aoid aq ttuqu munq Ru!,!m 210 of
AAln3l!,3 ftim j2i!vg iwuuw of jor=wo mLqMa(opvds)ielj
1121AW AN-aId-L V'ora 4tum tolmq I-a-i Vonmnj sU cq Sulplo=v
M*qvl 2q HMP Q4&x'qOv8*Slql!l Sumuru puQ'sjqS!j oAuq Iso:iwq
`siva m ujr(4 jol!un or iomod op!AWd 01 UIZ)9&&ULIA 213rqaA z
IMP jo ind puggof uv so ppiAwd oq IMSMU
Is . .MH'WALmq
SuuvA JQPeA puu'jo)Rjpvj Ainp-AmN ljolow po uoissMEEM4
v lqolt ; ,
.q JOAfDOW P;;Iunouj Olavq V:gutmoiloj OT oi pq!lu!l
oq im inq Igpniout nvqv puv="twum--T Aq pallalsui pug
o%P.Toj ivawdinbo Wgo VolAv*q N ol=
IwJ"SaL12M 49 Pug IcLQuw mwo"uom=-mmod%-qoj Aq
E Iva A4ua MjAQq pw qool=JxQd'smopu'tm iomod salm=i
SKOLLJO
Bugs![
2pidiuo,3 fe sapnl--4q lutp sluauodmo3 pal;lAm)30 U01
jvUVjdxa AJArf IMM ZI
ol A,'
..gov"Now NonILL Xxom).LM crovawLs 3JMZMZAM03
"Jo gm(E)*Pnlmq lsnW
MMU *ON
CITY OF LUBBOCK,TX
MINIMUM SPECIFICATIONS
(2)314 TON,EXTENDED CAB,SHORTBED,4X4 PICKUPS
WORK TRUCK
SPEC:6311-3/4 Ton Extended Cab Pickup
Y'F.AR ZD Z MAKE of d—MODEL
IT IS THE INTENT OF TIES 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 DEVIATIONS
SPECV
FROM THE WRITTEN SPECIFICATION WITH DATE AS SHOWN IN THE INVITATION I IFIBID(ITB)SHALLCATION.ANY DEV NOTED
ON THE ATTACHED EXCEPTIONS TO THESPECEHCATION. IV
IN ORDER TO RECEIVE FULL CONSIDERATION, ITB
RESPONSE QUOTATION MUST FOLLOW THIS SPECIFICATION AND THE INVITATION TO BID'S TERMS AND
CONDITIONS.
VENDOR NAAS.- 'NZ- 64-b „1 KG PHONE: 3Z.�r gy� yb f
NO. ITEM MINIMUM REQUIREMENTS
COMPLIANCE
O
These specifications describe(2)3/4 ton Pick-up,Extended Cab, i
Short bed,4x4.
r
GENERAL UnIm otherwlse specllled,all unite shall be furnished
complete with standard equipment and factory-installed
aceessorfes as listed by the manufacturer's printed literature
and as stated In the State of Texas Fleet Automobiles And
Trucks Texas Speciikations.
9,0,00 pounds
—2. WHEEL BASE 148 inches
3. OVERALL 238 inches l ------
LENGTH
4PAYLOAD
. 3,000 pounds -- --
ALLOWANCE
S. ENGINE Qasoline,6.01,v-8
6. TRANSMISSION OEM automatic ✓
7 CARGO LENGTH 70 inches
TMS OEM
9. RIM SIZE OEM -
CERTIFICATE OF INTERESTED PARTIES FORM 1295
loll
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
1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number:
of business. 2020-576447
Jim Bass Ford, Inc.
San Angelo,TX United States Date Filed:
2 Name of governmental entity or state agency that is a party to the contract for which the form Is 01/13/2020
being filed.
City of Lubbock,Texas Date Acknowledged:
3 Provide the Identification number used by the governmental entity or state agency to track or Identity the contract,and provide a
description of the services,goods,or other property to be provided under the contract.
31050341
Various Pickup Trucks
Nature of interest
4
Name of Interested Party City,State,Country(place of business) (check applicable)
Controlling Intermediary
Bass,John San Angelo, TX United States X
5 Check only if there Is NO Interested Party. ❑
6 UNSWORN DECLARATION �/J
My name is I
My address is
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
l L L
Executed in V-111b-✓� ✓ County, State of on the 0day of mo 20 v
(month) (year)
Signant of contractin ae ontity
0 ant)o
Forms provided by Texas Ethics Commission www.ethics.sta .tx.us Version V1.1.3a6aaf7d
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
101`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
1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number:
of business. 2020-576447
Jim Bass Ford, Inc.
San Angelo,TX United States Date Filed:
2 Name of governmental entity or state agency that is a parry to the contract for which the form is 01/13/2020
being filed.
City of Lubbock,Texas Date Acknowledged:
01/13/2020
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.
31050341
Various Pickup Trucks
Nature of interest
4
Name of Interested Party City,State,Country(place of business) (check applicable)
Controlling Intermediary
Bass,John San Angelo,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 V1.1.3a6aaf7d