HomeMy WebLinkAboutResolution - 2016-R0356 - Purchase Order - Grapevine DCJ LLC - Pickup Truckss - 10/13/2016Resolution No.2016-R0356
Item No.6.8
October 13.2016
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for
and on behalf of the City of Lubbock,Purchase Order No.31029222 for the purchase of
three (3)2017 Ram 1500 Quad Cab Half Ton PickupTrucks as per ITB 16-13015-SS,by
and between the City of Lubbock and Grapevine DCJ, LLC of Grapevine,Texas, and
related documents. Said Purchase Order is attached hereto and incorporated in this
resolution as if fully set forth herein and shall be included in the minutes o[the City
Council.
Passed by the City Council on October 13.2016
DANIEL M.POPE,MAYOR
ATTEST:
AL^<
Rebecca Garza.City Secreta
APPROVED AS TO CONTENT
Scott Snider,Assistant City Manager
APPROVED AS TO FORM:
L
Justin Ppoitt,AssistaiwCity Attorney
CCdocs/RES.Purchase Order 31029222 -Grapevine DCJ.LLC- ThreeRamPickups
September 19.2016
`r City of
Lubbock
TEXAS
TO:
PURCHASE ORDER
GRAPEVINE DCJ LLC
2601 WILLIAM D TATE
GRAPEVINE Texas 76051
SHIP TO:
Page -
Date - 10/10/2016
Order Number 31029222 000 OP
CITY OF LU13BOCK
FLEET SERVICES
206 MUNICIPAL DRIVE
LUBBOCK Texas 79404
tNVO10ETO: CITYOFLUBBOCK
ACCOUNTS PAYABLE
P.O. BOX 2000
LUBBOCK, TX 79457 BY:
Marta Alvarez, !h=hning &Contract Management
Ordered 09/08/2016 Freight
Requested 02J16/2017 Taken By S SUMMERS
Delivery PER D GAMBOA REQ #47386 ITB 16-13015-SS
Description/Supplier Item Ordered Unit Cost UM Extension Request Date
Half Ton Pick-ups 4x2 3.000 23,734.0000 EA 71,202.00 02/16/2017
Specification No. 1526-2
Total Order
Terms NET 30 71,202.00
This purchase order encumbers funds in the amount of $71,202.00 awarded to Grapevine DCJ, LLC of Grapevine, TX on October 13,
2016. The following is incorporated into and made part of this purchase order by reference ITB 16-13015-SS dated August 31, 2016
Grapevine DCJ, LLC of Grapevine , TX Resolution # 20I6-R0356
CITY OF LUBBOCK
U--V
Daniel M. Pope, Mayor
ATTEST:
Rebec t
Garza, City Secretary
Bid Form
Heavy Duty Vehicles
City of Lubbock, TX
ITB 16-13015-SS
In compliance with the Invitation to Bid 16-13015-SS, the undersigned Bidder having examined the Invitation to Bid and
Specifications, and being familiar with the conditions to be met, hereby submits the following Bid for furnishing the material, equipment,
labor and everything necessary for providing the items listed below and agrees to deliver said items at the locations and for the prices
set forth on this form. A bid will be subject to being considered irregular and may be rejected if it shows omissions, alterations of
form, conditional alternate bids, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either
in excess of or below reasonably expected values), or irregularities of any kind. The Invitation to Bid 16-13015-SS is by reference
incorporated in this contract. The Bid Form must be completed in blue or black ink or by typewriter.
Unit
Delivery
ITEM
QTY
of
DESCRIPTION
UNIT PRICE*
EXTENDED
(Days)
(f/-)
Measure
BID
COST
ARO**
%: Ton Pick-up Truck, Extended Cab,
-1: - -
- - I - -
- - Each -
-sbafted4x9r{per- r-ificationlio- - - -
-
237
�0
1526-SD
t-
Model. Year, Brand blame -and Model Numbot, -2 4 1.'7 _ _ Q►.( } b r46 -
%: Ton Pick-up Truck, Extended Cab,
$ 71, 2 0 2
2.
-1-
Each
Shortbed, 4x2, per Specification No.
S
�-3
$
3
i526-2
Model Year, Brand Name and Model Number: i p t-? 7 _ is—o o q'o rA "'b,s l L `a
*PRICE: F.O.B. Destination, Freight Pre -Paid and Allowed Total: $ 71, 2 02 . 0 0
**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 n prompt payment discount of %, net calendar days. Unless
otherwise indicated on the Bid Form, payment terms will be NET THIRTY DAYS. The City will pay the 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, whicllevcr
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 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 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 space provided below if he/she will honor Political Subdivision orders
in addition to orders from the City of Lubbock. Should these other governmental entities decide to participate in this contract, would
you (the bidder) agree that all terms, conditions, specifications, and pricing would apply?
Other governmental entities that might have interests in this contract are Frenship Independent School District, Lubbock
Housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock Independent School District, South Plains
Association of Governments, City of Texarkana, Texas Tech University, West Texas Municipal Power Agency, Lynn County,
and City of Wolfforth.
S: Purchase/Bid DocsM 16-13015-SS Half Ton Pick-up Trucks
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 foranother governmental entity's debts. Each governmental entity
will order their own materialslservice as needed.
THIS BID IS SUBMITTED BY GX-a. ��:•�.t `�-�, a corporation organized under the laws of the State of
or a partnership consisting of
or individual trading us
of the City of G r v
Firm: C' �.% !nC.
Address: Z661
City: State: TAI Zip 760:'-1
Bidder acknowledges receipt of the following addenda:
Addenda No. Date
Addenda No. Date
Addenda No. Date
Addenda No. Date - r
M/WBE Firm:
Woman
I AlicTiA rican
Native American
Hispanic American I
I Asian Pacific Americ
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:
1. Name and Manufacture's License No.
2. Name and Converter's License No.
3. Name and Representative's License No.
4. Name and Franchise Dealer's License No.
General Distinguishing No. %% ea - (Franchised TX dealer)
By •
Authorized
- must sign br hard
--%7 -)%
Officer Name and Title: K 1 o V%^ 04 1` «-
Please Print
Business Telephone Number > `'� i d ��� FAX: O / 7`X/0 7 -b
E-mail Address: a4fxib W% 0'. talkv ;q„ C . C-C v ,-.
S: Pumhase/Bid DocsM 16-13015-SS Half Ton Pickup Trucks
PAGE I OF 2
DATED: 8/8/2016
Specification Reviewed by:
Department requesting vehicle/equipment:
Signature of Department Head/Date:
CITY OF LUBBOCK, TX
MINIMUM SPECIFICATIONS
1/2 TON PICK-UP TRUCK, EXTENDED CAB, SHORTBED, 4X2 f
SPEC: 1526 - 2 %!;-oa yteaR� CO'�
ITZ a� MODEL ` L42
YEAR MAKE r
�S
IT IS THE INTENT OF THIS SPECIFICATION, REFERENCED DOCUMENTS, REQUIREMENTS AND CONDITIONS SECTIONS TO DESCRIBE MINIMUM
PERFORMANCE REQUIREMENTS. THE VEHICLE OR PRODUCT MUST MEET OR EXCEED THE PERFORMANCE OR CONSTRUCTION DESCRIBED
HEREIN. THE VENDOR SHALL BE REQUIRED TO MARK COMPLIANCE OR NON-COMPLIANCE TO EACH ITEM DESCRIPTION IN THE SPACE
PROVIDED. ALL EQUIPMENT FURNISHED AS STANDARD TO THE GENERAL PUBLIC ON THE PRODUCT BY THE MANUFACTURER SHALL BE
INCLUDED, ENEN WHEN NOT SPECIFICALLY IDENTIFIED IN THIS SPECIFICATION. ANY DEVIATIONS FROM THE WRITTEN SPECIFICATION WITH
DATE AS SHOWN IN THE INVITATION TO BID (ITB) SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. IN ORDER TO
RECEIVE FULL CONSIDERATION, ITB RESPONSE QUOTATION MUST FOLLOW THIS SPECIFICATION AND THE INVITATION TO BID'S TERMS AND
CONDITIONS. (�
VENDOR NAME: S CJ t-.G PHONE: O `L(10, 7 5-
NO. ITEM
MINIMUM REQUIREMENTS
SELLER COMPLIANCE
YES NO
These specifications describe a 1/2 ton Pick -tip truck, Extended Cab,
Shortbed, 4x2
UNLESS OTHERWISE SPECIFIED, ALL UNITS SHALL BE
GENERAL
FURNISHED COMPLETE WITH STANDARD EQUIPMENT
AND FACTORY- INSTALLED ACCESSORIES AS CURRENTLY
LISTED BY THE MANUFACTURER'S PRINTED LITERATURE
AND AS STATED IN THE STATE OF TEXAS FLEET
AUTOMOBILES AND TRUCKS TEXAS SPECIFICATIONS.
1.
GVWR
6,400 pounds
r
2.
WHEEL BASE
139.8 inches
3.
OVERALL LENGTH
224.6 inches
4.
PAYLOAD
1,615 pounds
ALLOWANCE
5.
ENGINE
A. Gasoline engine, V-8, 4.6 L
/
B. 302 NET HP
C. 305 FT LBS. Torque
6.
TRANSMISSION
OEM automatic
7.
CARGO BOX
76.3 inches
LENGTH
All weather steel belted tubeless radials with crank -up spare tire winch
8.
TIRES
and spare tire.
Tire size: P235/75IR17
1. 2-es 50 '7
S: PurchaseBid Docs/ITB 16-13015-SS Half Ton Pick-up Trucks
NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE
YES INO
9.
RIM SIZE
17 x 7 inches
SEATS AND
OEM 40/20/40 cloth fabric in charcoal or gray color. Rear bench type
10.
INTERIOR COLORS
seat.
EXTERIOR COLOR
OEM fleet white
F1.
Single lid, heavy duty, aluminum, smooth or diamond tread, all-
purpose chest type, and standard application toolbox.
Dimensions shall be approximately 58 inches long (overall
/
12.
BED WIDTH
length, approximately 61 inches) by 19 inches deep, 23.0 inches
✓
TOOLBOX
wide. Example: Weather Guard Model No. 664, Rawson -
Koenig Model No. M60FW-1NMA or city approved equal.
Substitutes must be approved by the City.
All items are to be heaviest OEM equipment for the vehicle series
and installed by the manufacturer and shall include, but not be
limited to, the following: A frame mounted receiver hitch, a
transmission oil cooler, heavy-duty radiator, and trailer wiring
harness. Harness shall be provided as an integral part of the vehicle
13.
TOW PACKAGE
wiring system to provide power to trailer turn signals, brakes,
brake lights, and running lights. Each wire shall be labeled
according to its function, i.e., brakes, turn, etc. A 7-pin, RV style,
flat (spade) electrical connector to connect trailer wiring circuitry
to the wiring harness shall be provided. Shall include OEM factory
installed brake controller. To include front tow hooks.
PACKAGE
Includes power windows, power locks, power mirrors, and cruise
14.
POWER
control and tilt steering wheel.
l/
PROVIDE BUILD DATES IN SPACE PROVIDED7 r- gd
'40fo
MSO AND PAPERWORK
VEHICLE/EQUIPMENT WILL NOT BE ACCEPTED BY THE CITY OF LUBBOCK WITHOUT
THE MSO, BILL OF SALE, WARRANTY, ALL KEYS AND ALL PAPERWORK
GENERAL REQUIREMENT AND INFORMATION
BIDDER SHALL SUBMIT WITH EACH BID, CURRENT PRINTED LITERATURE AND SPECIFICATION SHEETS
ON THE UNIT OFFERED IN THE RESPONSE TO SOLICITATION
EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN
WRITING BY THE BIDDING VENDOR IN THE SPACE PROVIDED BELOW. LIST ITEMS BY ITEM NUMBERS.
A
S: Purchase/Bid Docs/ITB 16-13015-SS Half Ton Pick-up Trucks
City of Lubbock, TX
Fleet Services
Bid Tabulation
October 27, 2016
ITB 16-13015-SS
Half Ton Pick-up Trucks
Item Qty UOM DescriptionNendor
Location
Unit Price
Extended Price
1 3 EA 1/2 Ton Pick-up Truck, 4x2, per Specification No. 1526-2
Grapevine DCJ
Grapevine, TX
S 23,734
71,202
Randall Reed's Presitige Ford
Garland, TX
24,460
73,380
Scoggin Dickey Chevrolet
Lubbock, TX
25,535
76,605
Jim Bass Ford, Inc.
San Angelo, TX
26,231
78,693
Item -by -Item
Grapevine DCJ Grapevine, TX 71,202
CERTIFICATE OF INTERESTED PARTIES
FORnn 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.
2016-105125
Grapevine DCJ, LLC
GRAPEVINE, TX United States
Date Filed:
08/27/2016
2 Name of governmental entity or state agency that Is a parry to the contract for which the form is
being filed.
CITY OF LUBBOCK
Date Acknowledged:
09/08/2016
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.
16-13015-SS
NEW TRUCKS
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermediary
TENNANT, BILL
Grapevine, TX United States
X
5
Check only if there is NO Interested Parry.
6
AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct.
Signature of authorized agent of contracting business entity
AFFIX NOTARY STAMP / SEAL ABOVE
Sworn to and subscribed before me, by the said , this the
day of ,
20 , to certify which, witness my hand and seal of office.
Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath
rorms proviaea oy 1 exas tmics commission www.etrncs.state.mus Version V1.0.277
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
Certificate Number:
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
2016-105125
Grapevine DCJ, LLC
GRAPEVINE, TX United States
Date Filed:
08/27/2016
2 Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
CITY OF LUBBOCK
Date Acknowledged:
3 Provide the 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.
16-13015-SS
NEW TRUCKS
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling I
Intermediary
TENNANT, BILL
Grapevine, TX United States
X
5 Check only if there is NO Interested Party.
6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct.
RODNEY PHILLIP CARLSON, II.
�: ` Public, State of Texas
�: Notpry
My Commission Expires
November 25, 2017 Signature of authorized agent of contracting business entity
AFFIX NOTARY STAMP / SEAL ABOVE
Sworn to and subscribed before me, by the said this the 7 7 day of
20_, to certify which, witness my hand and seal of office.
Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277