Loading...
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