HomeMy WebLinkAboutResolution - 2017-R0099 - Jim Bass Ford - 03/09/2017Resolution No.2017-R0099
Item No.6.12
March 9,2017
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT City of Lubbock Bid No.ITB 17-13199-KW is awarded to Jim Bass Ford, Inc., of
Lubbock,Texas, for 2017 Ford F-250 Pick-up Trucks, and further THAT the Mayorof the City
of Lubbock is authorized and directed to execute, for and on behalf of the City of Lubbock a
contract for said activities with the terms of the bid submittal attached hereto and incorporated
herein,and related documents.
Passed by the City Council on March 9, 2017 .
ATTEST:
f$s£AJ~<.
Rebecca Garza,City Secfeta
APPROVED AS TO CONTEN
I
Scott Snider,Assistant City Manager
DANIEL M.POPE.'MAYOR
APPROVED AS TO FORM:
\l/l/?d.'J?,<
\M^IJWHMjO
Kelli Leisure,Assistant City Attorney
RES.Bid Award-Jim Bass Ford
2.20.17
r` City of
11--.Y:Lubbock
`v-r �
TIMIS PURCHASE ORDER
TO
JIM BASS FORD, INC
4032 W HOUSTON HARTE EXPRESS
SAN ANGELO Texas 76901
SHIP TO:
Page - 1
Date - 02/27/2017
Order Number 31031734 000 OP
CITY OF LUBBOCK
FLEET SERVICES
206 MUNICIPAL DRIVE
LUBBOCK Texas 79404
INNOICE TO: CITY OF LUBBOCK
ACCOUNTSPAYABLE
P.O. BOX 2000
LUBBOCK, TX 79457 BY:
—A�h
Marta Alvarez, Director of Purchasing & Contract Management
Ordered 02/17/2017
Requested 11/27/2017
Delivery A CARTER REQ 49071
Description/Supplier Item
2017 Ford F-250
As per Spec No. 6331-1
2017 Ford F-250
As per Spec No. 6311-1
Terms NET DUE ON RECEIPT
Freight
Taken By
ITB 17-13199-KW
Ordered Unit Cost UM
1.000 28,553.0000 EA
2.000 28,553.0000 EA
K WRIGHT
Extension Request Date
28,553.00 11/27/2017
Total Order
57,106.00 11/27/2017
85,659.00
This purchase order encumbers funds in the amount of $85,659 awarded to Jim Bass Ford, LLC Incorporated of San Angelo, TX on
March 9, 2017. The following is incorporated into and made part of this purchase order by ITB 17-13199-KW Jim Bass Ford, Inc, of
San Angelo, TX dated January 25, 2016. Resolution # 2017-. R0099
CITY OF LUBBO
Daniel M. Pope, Mayor
ATTEST:
eD A
Reb ca Garza, City Secret
Bid Form
Pick-up Trucks
City of Lubbock, TX
ITB 17-13199-KW
In compliance with the Invitation to Bid 17-13199-KW, 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, cquipmcnt,
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 17-13199-KW is by reference
incorporated in this contract. The Bid Form must be completed in blue or black Ink or by typewriter.
Unit
Delivery
ITEM
QTY
of
DESCRIPTION
UNIT PRICE*
EXTENDED
(Days)
W-)
Measure
BID
COST
ARO**
'A Ton Pick-up Truck, Extended Cab,
_
___ 1___
__ Each
------------
Sho hed, 4_
6211-15
�vloelct-Year, Br�ni-i�iamcartd tcrdct }tm�l�e�----t'�----- — {.-5&- --------------------------------
__a____
___ i----
____
Eacl'r---
Pick-uRTruck. Crew CabL Regttlar�,
--------- -- -----
Bed, 4x4, as per specification no. 5514-1
.q--- --- ---
a Zf d t�
•Tr -
2 ,�d
5 "50
z,
-lullsdtMt�car,�r�ntd-idam�atrd-Ivlvd�litinmbrr.----- --- - ---- - ----------------------------------
'/1 Ton Pick-up Truck, Extended Cab,
--s----
----t---
---Eat tr---
sttorttmd;-x�,-asF�rrrc*fr�arivn-nti------
-5 -gg-ry- ----
/��d
-�--- -ry-8
Z-1 �•dt~1
M
f'v5-d
4311-1J
"iv[rnlet'Y`t"ar;$raQrd-?+�amc'artttivta�tetidtmibrr---- 2:0 --- -- tri�-- ---
3/4 Ton Pick-up Truck, Extended Cab,
4.
1
Each
Regular Bed, 4x4, as per specification no.
S
8 s'�3. OD
$,2fs?5S 3. 6c)
SS t o
6331-1
p2
�r ma's
` r
Model Year, Brand Name and Model Number: � d i " Fo V--3 _ z
sto
1
'/. Ton Pick-up Truck, Extended Cab,
5.
2
Each
Regular Bed, 40, as per specification no.
$� SSr3.v�
r%[a.Ott
9jv �o
6311-1
Model Year Brand Name and Model Number:
617 r-t7 V. F —Z6-6
,2
'/, Ton Pick-up Truck, Extended ficatiCab_-
axe, us specion nn.1 g9S=f
per
s
.lyiodcl Y 9tand�lam� azuiJsladclNumbcr:--- 66
1 Ton Pick-up Truck, Extended Cab,
--�:---
----1'---
--- .-�
Short $ed 4x4 Singple Rear Wheels as
�------�-�-3-----��--R-------�--�-----L----�-�
per specification no. 1542 —Water
6 --� ��-Y
37U °J G..66_
�� ��� _
3 ry � , , p
. _
bt` r
Rescvoir
4
Model Year
I Ton Pick-up Truck, Regular Cab L
l+;'crr"Gi Fo , 7C mr, Zwel w no.
6611: -CEM
Model Year, Brand Name and Model Number:
k Total $85,659
*PRICE: F.O.B. Destination, Freight Pre -Paid and Allowed **ARO -After Receipt of Order
Unless otherwise specified herein, the City may award the bid either item -by -item or on an all -or -none basis for any Item or
group of items shown on the bid.
PAYMENT TERMS AND DISCOUNTS - Bidder offers a prompt payment discount of `%, net calendar days. Unless
otherwise indicated on the Bid Form, payment terms will be NET TI-HRTY DAYS. The City will pay the successful bidder within thirty
days after the receipt of a correct invoice or after the date of acceptance, whichever event occurs later. Discounts for prompt payment
requiring payment by the City within a stipulated number of days will be interpreted as applying within the stipulated number of calendar
days after the date of receipt by the City of a correct invoice or after the date of acceptance that meets contract requirements, whichever
event occurs later. Discounts for payment in less than ten days will not be considered.
MOST FAVOURED PRICING: The Bidder certifies that the price quoted is not in excess of the lowest price charged anyone else,
including its most favoured customer, for like quality and quantity of the products/serviccs; does not include an clement 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
Interlocaf 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 alfforth.
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 nee ed
THIS BID IS SUBMITTED BY t,4*sS �:-,ic_a corporation organized under the laws of the State of
i GXa 5 , or a partnership consisting of or individual trading as
t+n1 (SaS;
n3L u,)
wsi-okN,
of the City of Sa✓\ A n5e1 a
,r+e- C-it
City: t;-v,,- e-W S
Bidder acknowledges receipt of the following addenda:
Addenda No. f Date
Addenda No. Date
3
U
City of Lubbock
Bid ITB 17-13199-KW
PAGE 1 OF 2
DATED: 11/29/16
Specification Reviewed by:
Department requesting vehicle/equipment:
Signature of Department Head/Date:
CITY OF LUBBOCK, TX
MINIMUM SPECIFICATIONS
3/4 TON PICK-UP TRUCK, EXTENDED CAB, REGULAR BED, 4X4
SPECIFICATION NO: 6331-1 11
YEAR % MAKE r , MODEL - 2 5 U
IT IS THE INTENT OF THIS SPECIFICATION. REFERENCED DOCUMENTS, REQUIREMENTS AND CONDITIONS SECTIONS TO DESCRIBE MIN IMILIM
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: l AMA ASS �� �
--�� PI10-,F.: 32-S tit-V(,2.1
NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE
YES NO
These specifications describe a 3/4 Ton Pick -Up Truck, Extended
Cab, Regular Bed, 4x4
GE'T ER AL
UNLESS OTHERWISE SPECIFIED, ALL UNITS SHALL BE
FURNISHED COMPLETE WITH STANDARD EQUIPMENT
AND FACTORY- INSTALLED ACCESSORIES AS LISTED BY
THE MANUFACTURER'S PRINTED LITERATURE.
I
GVWR
9,400 pounds
1/
2.
WHEEL BASE
141.8 inches
3.
OVERALL
230.6 inches
LENGTH
4
PAYLOAD
3,020 pounds
ALLOWANCE
5.
ENGINE
A. Gasoline, V-8, 6.OL
B. 360 NET HP
C. 380 FT LBS. Torque
6.
TRANSMISSION
OEM automatic
r/
7.
CARGO BOX
78.8 inches
LENGTH
36
1 /6/2017 11:22 AM p 38
City of Lubbock
Bid ITB 17-13199-KW
NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE
YES NO
All weather steel belted tubeless radials with crank -up spare tire winch
8.
TIRES
and spare tire
Tire LT245/75/R1
size: 7
9.
RIM SIZE
7.5 inches
10.
SEATS
OEM 40/20/40 cloth fabric, with charcoal, gray, or tan color. Rear
bench type seat.
11.
COLOR
OEM Fleet white
c�
12.
TOWING
All items are to be heaviest OEM equipment for the vehicle series
PACKAGE
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
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.
13.
POWER
PACKAGE
Includes power windows, power locks, power mirrors, cruise
control and tilt steering wheel.
6T 0. Al - n
Provide build dates in space provided tr^" L ov�car
MSO and Daaoerwork
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.
37
1/6/2017 11:22 AM p. 39
City of Lubbock
Bid ITB 17-13199-KW
PAGE I OF 2
DATED: 11/29/16
Specification Reviewed by:
Department requesting vehicle/equipment:
Signature of Department Head/Date:
CITY OF LUBBOCK, TX
MINIMUM SPECIFICATIONS
3/4 TON PICK-UP TRUCK, EXTENDED CAB, REGULAR BED, 4X4
SPECIFIC LTI N NO: 6311-1
YEAR �- C� I -7 MAKE /L- d rJ MODEL E —Z5
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 LWPTATION 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: v w-- 'i?,
PHONE: 3 2-5 —91 Z — `16?-1 JO-/
NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE
YES NO
These specifications describe a 3/4 Ton Pick-up Truck, Extended
Cab, Regular 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.
!/
I.
GVWR
9,400 pounds
2.
WHEEL BASE
141.8 inches
L/
3.
OVERALL::]
230.6 inches
LENGTH
PAYLOAD
4'
ALLOWANCE
3,020 pounds
Ci
5.
ENGINE
A. Gasoline, V-8, 6.OL
v
B. 360 NET HP
j
C. 380 FT LBS. Torque
6.
TRANSMISSION
OEM automatic
t j
7.
CARGO BOX
78.8 inches
LENGTH
38
1 /6%2017 11:22 AM p. 40
City of Lubbock
Bid ITB 17-13199-KW
NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE
YES NO
All weather steel belted tubeless radials with crank -up spare tire
8.
TIRES
winch and spare tire
Tire size: LT245/75/R17
9.
RIM SIZE
7.5 inches
10.
SEATS
OEM 40/20/40 cloth fabric, with charcoal, gray, or tan color.
Rear bench type seat.
11.
COLOR
OEM Fleet white
12.
TOWING
All items are to be heaviest OEM equipment for the vehicle series
PACKAGE
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
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.
13.
POWER
PACKAGE
Includes power windows, power locks, power mirrors, cruise
control and tilt steering wheel.
t/
Provide build dates in space provided N }-ti� p,rc�ear
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.
39
1/62017 11:22 AM p. 41
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1 of 1
Complete Nos, 1- 4 and 6 if there are interested parties.
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
OFFICE USE ONLY
CERTIFICATION OF FILING
Certificate Number:
2017-156314
Date Filed:
01/19/2017
Date Acknowledged:
02/20/2017
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
Jim Bass Ford, Inc.
San Angelo, TX United States
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, Texas
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 17-13199-KW
VARIOUS TRUCKS
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
I Intermediary
Bass, John
San Angelo, 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.
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
I-orms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277
CERTIFICATE OF INTERESTED PARTIES FORM 1295
1of1
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:
1,2017-1515314
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
Jim Bass Ford, Inc.
San Angelo, TX United States
Date Filed:
01/19/2017
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, Texas
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 17-13199-KW
VARIOUS TRUCKS
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
I Intermediary
Bass, John
San Angelo, TX United States
X
5 Check only if there is NO Interested Party. El
6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct.
000 KAY ROSSER _
�: Notary Public, State of Texas
My Commission Expires
August 24, 2018 Signature of authorized agent of contracting business entity
AFFIX NOTARY STAMP / SEAL ABOVE
2
Sworn to and subscribed before me, by the said this the day of
20��, to certify which, witness my hand and seal of office,
�—Zj
kL f kl,4 Asf4 o -Pr#-vi2
Signatug of officer administering oath Printed name of officer administering oath Title of officer administering oath
vnna Niwvucu uy 1 cnaa r=uncs %.,ununisslon wvvw.einics.Siaie.ix.us Version V1.0.277