Loading...
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