HomeMy WebLinkAboutResolution - 2017-R0173 - Hurst Farm Supply Of Lubbock - 05/11/2017Resolution No.2017-R0173
Item No.6.15
May 11,2017
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.31032800 for the purchase of Pre-
Owned 360 Horsepower Tracked Tractor by and between the City of Lubbock and Hurst Farm
Supply of Lubbock,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 May 11,2017 .
ATTEST:
'cJ^jL^U.
Rebecca Garza, City Secretary!
APPROVED AS TO CONTEN
Scott Snider,Assistant City Manager
APPROVED AS TO FORM:
I^elli Leisure,AssistantCityAttorney
RES.PO #31032800 HurstFarmSupply
04.26.17
DANIEL M. POPE,MA'YOR
Ad W
City of
TLubbock PURCHASE ORDER
rExas
TO: HURST FARM SUPPLY INC
PO BOX 700
LORENZO Texas 79343
Page -
Date -
Order Number
Branch/Plant
1
04/25/2017
31032800 000 OP
3526
SHIP TO: CITY OF LUBBOCK
FLEET SERVICES
206 MUNICIPAL DRIVE
LUBBOCK Texas 79404
INVOICE TO: CITY OF LUBBOCK
ACCOUNTSPAYABLE
P.O. BOX 2000
LUBBOCK, TX 79457 B
N1-aft,T-AIVVz, Director o urchasing & Contract Management
Ordered 04/25/2017 Freight
Requested 05/25/2017 Taken By
Delivery D GAMBOA REQ 49540 ITB 17-13319-SG
Description/Supplier Item Ordered Unit Cost UM
TRACK TRACTOR 1.000 178,700.0000 EA
PRE OWNED
Terms NET 30
SGONZALEZ
Extension Request Date
178,700.00 05/25/2017
Total Order
178,700.00
This purchase order encumbers funds in the amount of $178,700 awarded to Hurst Farm Supply of Lubbock, TX on May 11, 2017.
The following is incorporated into and made part of this purchase order by ITB 17-13319-SG Hurst Farm Supply of Lubbock, TX
dated April 18, 2017. Resolution # 2017-R0173
CITY OF LUBBOC
Daniel M. Pope, Mayor
ATTEST:
Rebec a Garza, City Secreta
Seller and Buyer agree as follows:
TERMS AND CONDITIONS
IMPORTANT: READ CAREFULLY
STANDARD TERMS AND CONDITIONS
CITY OF LUBBOCK, TX
1. SELLER TO PACKAGE GOODS. Seller will package goods in accordance with good commercial
practice. Each shipping container shall be clearly and permanently marked as follows (a) Seller's
name and address, (b) Consignee's name, address and purchase order or purchase release number and the
supply agreement number if applicable, (c) Container number and 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 ofpackaging
unless otherwise provided. Goods shall be suitably packed to secure lowest transportation costs and to
conform with requirements of common carriers and any applicable specifications. Buyer's count or weight
shall be final and conclusive on shipments not accompanied by packing lists.
2. SHIPMENT UNDER RESERVATION PROHIBITED. Seller is not authorized to ship the goods under
reservation and no tender of a bill of lading will operate as a tender of goods.
3. TITLE AND RISK OF LOSS. The title and risk of loss of the goods shall not pass to Buyer until Buyer
actually receives and takes possession of the goods at the point or points of delivery.
4. NO REPLACEMENT OF DEFECTIVE TENDER. Every tender of delivery of goods must fully comply
with all provisions of this contract as to time of delivery, quality and the like. If a tender is made which does
not fully conform, this shall constitute a breach and Seller shall not have the right to substitute a conforming
tender, provided, where the time for performance has not yet expired, the Seller may reasonably notify Buyer
of his intention to cure and may then make a conforming tender within the contract time but not afterward.
5. INVOICES & PAYMENTS. a. S e I I e r shall submit separate invoices, in duplicate, one each purchase
order or purchase release after each delivery. Invoices shall indicate the purchase order or purchase
release 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 the freight waybill
when applicable, should be attached to the invoice. Mail To: Accounts Payable, City of Lubbock, P. 0.
Box 2000, Lubbock, Texas 79457. Payment shall not be due until the above instruments are submitted after
delivery.
6. GRATUITIES. The Buyer may, by written notice to the Seller, cancel this contract without liability to
Seller if it is determined by Buyer that gratuities, in the form of entertainment, gifts or otherwise, were
offered or given by the Seller, or any agent or representative of the Seller, to any officer or employee of the
City of Lubbock with a view to securing a contract or securing favorable treatment with respect to the
awarding or amending, or the making of any determinations with respect to the performing of such a
contract. In the event this contract is canceled by Buyer pursuant to this provision, Buyer shall be entitled,
in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred by Seller
in providing such gratuities.
7. SPECIAL TOOLS & TEST EQUIPMENT. If the price stated on the face hereof includes the cost of any
special tooling or special test equipment fabricated or required by Seller for the purpose of filling this
order, such special tooling equipment and any process sheets related thereto shall become the property of
the Buyer and to the extent feasible shall be identified by the Seller as such.
8. WARRANTY -PRICE. a The price to be paid by the Buyer shall be that contained in Seller's bid
which Seller warrants to be no higher than Seller's current process on orders by others for products of the
kind and specification covered by this agreement for similar quantities under similar of like conditions and
methods of purchase. In the event Seller breaches this warranty, the prices of the items shall be reduced
to the Seller's current prices on orders by others, or in the alternative. Buyer may cancel this
contract without liability to Seller for breach or Seller's actual expense. b. The Seller warrants that no
person or selling agency has been employed or retained to solicit or secure this contract upon an agreement
or understanding for commission, percentage, brokerage, or contingent fee excepting bona fide employees
of bona fide established commercial or selling agencies maintained by the Seller for the purpose of securing
business. For breach of vitiation of this warranty the Buyer shall have the right in addition to any other
right of rights to cancel this contract without liability and to deduct from the contract price, or otherwise
recover without liability and to deduct from the contract price, or otherwise recover the full amount of such
commission, percentage, brokerage or contingent fee.
9. WARRANTY -PRODUCT. Seller shall not limit or exclude any implied warranties and any attempt to do
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 bid invitation, and to the sample(s)
furnished by the Seller, if any. In the event of a conflict or between the specifications, drawings, and
descriptions, the specifications shall govern. Notwithstanding any provisions contained in the contractual
agreement, the Seller represents and warrants fault -free performance and fault -free result in the processing
date and date related data (including, but not limited to calculating, comparing and sequencing) of all
hardware, software and firmware products delivered and services provided under this Contract, individually
or in combination, as the case may be from the effective date of this Contract. The obligations contained
herein apply to products and services provided by the Seller, its sub- Seller or any third party involved in the
creation or development of the products and services to be delivered to the City of Lubbock under this
Contract. Failure to comply with any of the obligations contained herein, may result in the City of
Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited
to, its right pertaining to termination or default. The warranties contained herein are separate and discrete
from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty,
implied or expressed, or limitation of the Seller's liability which may be specified in this Contract, its
appendices, its schedules, its annexes or any document incorporated in this Contract by reference.
10. SAFETY WARRANTY. Seller warrants that the product sold to the Buyer shall conform to the standards
promulgated by the U. S. Department of Labor under the Occupational Safety and Health Act of 1970. In the
event the product does not conform to OSHA standards, Buyer may return the product for correction or
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.
11. NO WARRANTY BY BUYER AGAINST INFRINGEMENTS. As part of this contract for sale Seller
agrees to ascertain whether goods manufactured in accordance with the specifications attached to this
agreement will give rise to the rightful claim of any third person byway of infringement of the like. Buyer
makes no warranty that the production of goods according to the specification will not give rise to such a
claim, and in no event shall Buyer be liable to Seller for indemnification in the event that Seller is sued on
the grounds of infringement of the like. If Seller is of the opinion that an infringement or the like will result,
he will notify the Buyer to this effect in writing within two weeks after the signing of this agreement. If
Buyer does not receive notice and is subsequently held liable for the infringement or the like, Seller
will save Buyer harmless. If Seller in good faith ascertains the production of the goods in accordance with
the specifications will result in infringement or the like, the contract shall be null and void.
12. NON APPROPRIATION. All funds for payment by the City under this contract are subject to the
availability of an annual appropriation for this purpose by the City. In the event of nonappropriation of
funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the
City will terminate the contract, without termination charge or other liability, on the last day of the then -
current fiscal year or when the appropriation made for the then -current yew for the goods or services covered
by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the
continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written
notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this
contract beyond the date of termination.
13. RIGHT OF INSPECTION. Buyer shall have the right to inspect the goods at delivery before accepting
them.
portion 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 bankruptcy. Such right of cancellation is in addition to and not in
lieu of any other remedies which Buyer may have in law or equity.
15. TERMINATION. The performance of work under this order maybe terminated in whole, or input by the
Buyer in accordance with this provision. Termination of work hereunder shall be effected by the
delivery of the Seller of a "Notice of Termination" specifying the extent to which performance of work
under the order is terminated and the date upon which such termination becomes effective. Such right or
termination is in addition to and not in lieu of the rights of Buyer set forth in Clause 14, herein.
16. FORCE MAJEURE. Neither party shall be held responsible for losses, resulting if the fulfillment
of any terms of provisions of this contract is delayed or prevented by any cause not within the control of
the party whose performance is interfered with, and which by the exercise of reasonable diligence said
party is unable to prevent.
17. ASSIGNMENT -DELEGATION. No right or interest in this contract shall be assigned or delegation of
any obligation made by Seller without the written permission of the Buyer. Any attempted assignment or
delegation by Seller shall be wholly void and totally ineffective for all purpose unless made in conformity
with this paragraph.
18. WAIVER. No claim or right arising out of a breach of this contract can be discharged in whole or in part
by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by
consideration and is in writing signed by the aggrieved party.
19. INTERPRETATION -PAROLE EVIDENCE. This writing, plus any specifications for bids and
performance provided by Buyer in its advertisement for bids, and any other documents provided
by Seller as part of his bid, is intended by the parties as a final expression of their agreement and intended
also as a complete and exclusive statement of the terns of their agreement. Whenever a term defined by
the Uniform Commercial Code is used in this agreement, the definition contained in the Code is to control.
20. APPLICABLE LAW. This agreement shall be governed by the Uniform Commercial Code. Whenever
the term "Uniform Commercial Code" is used, it shall be construed as meaning the Uniform Commercial
Code as adopted in the State of Texas as effective and in force on the date of this agreement.
21. RIGHT TO ASSURANCE. Whenever one party to this contract in good faith has reason to question
the other party's intent to perform he may demand that the other party give written assurance of his intent
to perform In the event that a demand is made and no assurance is given within five (5) days, the
demanding party may treat this failure as an anticipatory repudiation of the contract.
22. INDEMNIFICATION. Seller shall indemnify, keep and save harmless the Buyer, its agents, officials and
employees, against all injuries, deaths, loss, damages, claims, patent claims, suits, liabilities, judgments,
costs and expenses, which may in anywise accrue against the Buyer in consequence of the granting of
this Contract or which may anywise result therefrom, whether or not it shall be alleged or determined that
the act was caused through negligence or omission of the Seller or its employees, or of the subSeller or
assignee or its employees, if any, and the Seller shall, at his own expense, appear, defend and pay all
charges of attomeys and all costs and other expenses arising therefrom of incurred in connection therewith,
and, if any judgment shall be rendered against the Buyer in any such action, the Seller shall, at its own
expenses, satisfy and discharge the same Seller expressly understands and agrees that any bond required
by this contract, or otherwise provided by Seller, shall in no way limit the responsibility to indemnify,
keep and save harmless and defend the Buyer as herein provided.
23. TIME. It is hereby expressly agreed and understood that time is of the essence for the performance of
this contract, and failure by contract to meet the time specifications of this agreement will cause Seller
to be in default of this agreement.
24. MBE. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into
pursuant to this request, minority and women business enterprises will be afforded equal opportunities to
submit bids in response to this invitation and will not be discriminated against on the grounds of race,
color, sex or natural origin in consideration for an award.
25. NON -ARBITRATION. The City reserves the right to exercise any right or remedy to it by law, contract,
equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court
of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to
exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative
and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision
and another provision in, or related to, this document, this provision shall control.
26. RIGHT TO AUDIT. At any time during the term of the contract, or thereafter, the City, or a duly
authorized audit representative of the City or the State of Texas, at its expense and at reasonable
times, reserves the right to audit Contractor's records and books relevant to all services provided to the
City under this Contract. In the event such an audit by the City reveals any errors or overpayments by
the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days
of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the
City from any payments due Contractor.
27, HOUSE BILL 2015. House Bill 2015, signed by the Governor on June 14, 2013 and effective on January
1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a
governmental entity and who fails to properly classify their workers. This applies to subcontractors as well.
Contractors and subcontractors who fail to properly classify individuals performing work under a
governmental contract will be penalized $200 for each individual that has been misclassified. (Texas
Government Code Section 2155.001).
28. ASSIGNING OR SUBLETTING THE CONTRACT. The Contractor shall not assign or sublet the contract,
or any portion of the contract, without written consent from the Director of Purchasing and Contract
Management. Should consent be given, the Contractor shall insure the Subcontractor or shall provide proof
on insurance from the Subcontractor that complies with all contract Insurance requirements.
29. HOUSE BILL 1295 DISCLOSURE OF INTERESTED PARTIES. House Bill 1295, adopted by the 84th
Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity
entering into certain contracts with a governmental entity or state agency to file with the governmental entity
or state agency a disclosure of interested parties at the time the business entity submits the signed contract
to the governmental entity or state agency. Instructions for completing Form 1295 are available at:
http,//www.ci.lubbock.tx. us/departmental-websites/departments/nurchasine/vendor-information
30. CONTRACTOR ACKNOWLEDGES, by supplying any Goods or Services that the Contractor has read,
fully understands, and will be in full compliance with all terms and conditions athd the descriptive material
contained herein and any additional associated documents and Amendments. The City disclaims any terms
and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of
conflict between these terms and conditions and any terms and conditions provided by the Contractor, the
terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final
terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect.
it., 7/2016
14. CANCELLATION. Buyer shall have the right to cancel for default all or any part of the undelivered
41
Bid Form `
Pre -Owned 360 Horsepower Tracked Tractor L�.�
City of Lubbock, TX,.��
ITB 17-13319-SG `.
In compliance with the Invitation to Bid 17-13319SG, the undersigned Bidder having examin the Invitation to Bid and
Specifications, and being familiar with the conditions to be met, hereby submits the following Bid for furni ing the material, equipment,
labor and everything necessan for providing the items listed below and agrees to deliver said items at a locations and for the prices
set forth on this form. A bid will be subject to being considered irregular and may be rejected if its ws omissions, alterations of
form, conditional alternate bids, additions or alternates in lieu of the items specified, if the unit prices a obviously unbalanced (either
in excess of or below reasonably expected values), or irregularities of any kind. The Invitation to B 17-13319-SG is by reference
incorporated in this contract. The Bid Form must be completed in blue or black ink or by typewriter.
11 F%l
VTR'
UNIT OF
DESCRIPTION
UNIT
DELIVERY (DAYS)
` >
MEASURE
PRICE* BID
ARO**
I
! Each Pre -Owned 360 Horsepower Tracked S
.
—
- Tractor, per Specification No. 6347-WP 1 S q,
Extended Warranty $ 19,700.00
Model. Year, Brand Name and Model Number: �O
2011
*PRICE: F.O.B. Destination, Freight Pre -Paid and Allowed **ARO - After Receipt of Order Total $178,700.00
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 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, 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/services; does not include an element of profit on the
sate 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 north.
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.
3
THIS BID IS SUBMITTED BYkbd* FW6o%, c7!{*�i a corporation organized under the laws of the State of
TGyC /L S , or a partnership consisting of
or individual trading as
of the City of LWdy0w.f4K-
Firm: KVJy,*FQr L0,-fA D W
Address: Jacobi .I wl f Qld
City: LwY. oyj L State-_CX zip
Bidder acknowledges receipt of the following addenda:
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
M/WBE Firm
Woman I I Black American I LNative American
Hispanic American I I Asian Pacific American I mool 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. Namokmk Qy1k^!*.W1V and Franchise Dealer's License No. A9104S
General Distinguishing No t tOSI i k (Franchised TX dealer)
Authori&ed Representative - must sign by hand
Officer Name and Title:
Please Print
Business Telephone Number 96(o '!V" - ZOg FAX: �(, •'��a Z • OZ Or'
E-mail Address: VC-LS &1S.La
FOR CITY USE ONLY
Bid Form Item Number(s) Awarded to Above Named Firm/Individual:
Date of Award by City Council (for bids over $50, 000): Date P.O./Contract Issued:
RETURN COMPLETED & SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS.
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND TIME, AND
YOUR COMPANY NAME AND ADDRESS.
4
PAGE 1 OF 3
03/29/2017
CITY OF LUBBOCK
MINIMUM SPECIFICATIONS FOR THE PURCHASE OF A
PRE -OWNED 360 HORSEPOWER TRACKED TRACTOR
SPECIFICATION NO. 6347-WP
It is the intent of this specification, referenced documents, requirements and conditions sections to describe minimum performance
requirements. The vehicle/equipment 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 ITB's terms and
conditions.
VENDOR NAME: UktakQtt'&...Stu►DpW PHONE: Qo(o • t ZOff?
NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE
YES NO
GENERAL
THE CITY OF LUBBOCK, TEXAS IS SOLICITING BIDS
FOR THE PURCHASE OF A PRE OWNED 360
HORSEPOWER TRACKED TRACTOR WITH NO MORE
THAN 3,000 HOURS
DIESEL, IN -LINE 6 CYLDINER, TURBO CHARGED
AFTER -COOLED, WET SLEEVE, LIQUID COOLED
ENGINE
MINIMUM 360 HORSEPOWER @ 2100 RPM, 9.OL. AIR
1.
INDUCTION SYSTEM: STRATOTUBE PRE -CLEANER
WITH EXHAUST ASPIRATOR AND TWO STAGE DRY
TYPE AIR CLEANER, STARTING AID. ENGINE MUST BE
TIER 4 CERTIFIED.
TRANSMISSION
POWER SHIFT TRANSMISSION WITH 16 FORWARD
AND 2 REVERSE GEARS, WET CLUTCH FOR LONG
2
LIFE, SELF ADJUSTING PARKING BRAKE. SHALL BE
EQUPIPPED WITH NEUTRAL SAFETY SWITCH THAT
WILL NOT ALLOW ENGINE TO BE STARTED WHEN IN
GEAR.
3.
FINAL DRIVE
MANUFACTURERS STANDARD
4.
STEERING
MANUFACTURERS STANDARD
12 VOLT, 130 AMP ALTERNATOR, BATTERIES WITH
1850 TOTAL COLD CRANKING AMPS, ROAD -
TRANSPORT AND WORKING LIGHTS: 6 FORWARD
MOUNTED WORKING LIGHTS, 4 REARWARD
MOUNTED WORKING LIGHTS, 4 COMBINATION
5.
ELECTRICAL
TURN SIGNAL -WARNING LIGHTS VISIBLE FROM THE
FRONT AND THE REAR OF THE TRACTOR. 7 PIN
ELECTRICAL TERMINALS, AM -FM STEREO, AIR
CONDITIONER / HEATER. GAUGES: TO INCLUDE
BUT NOT LIMITED TO, ENGINE RPM, FUEL, GROUND
SPEED COOLANT TEMPERATURE CHARGING
26
SYSTEM HOUR METER. WARNING INDICATOR:
ENGINE OIL PRESSURE HYDRAULIC SYSTEM. LOW
FUEL LEVEL ELECTRONIC STARTING AID.
HYDRAULIC POWER INTERNAL WET DISC SELF
6.
BRAKES
ADJUSTING AND SELF -EQUALIZING. EITHER A SELF
ADJUSTING PARK BRAKE OR A PARK LOCK.
SHALL BE CAPABLE OF PRODUCING 55 GPM FROM A
7.
HYDRAULICS
SINGLE SELECTIVE CONTROL VALVE @ 2900 PSI.
FOUR HYDRAULIC REMOTES
MANUFACTURER'S STANDARD HEAVY DUTY CLASS
8.
HITCH
5 DRAWBAR TO INCLUDE ALL DRAWBAR
ATTACHMENTS.
PRESSURIZED WITH SELF CLEANING AIR
9.
CAB
CONDITIONING SYSTEM FILTER. TINTED GLASS FOR
OPERATOR COMFORT.
10.
FUEL TANK
CAPACITY - 230 GALLONS
H.
TRACKS/TIRES/
WHEELS
TRACKS
WEIGHTS
TRACTOR'S TOTAL OPERATING WEIGHT NOT TO
12
EQUAL LESS THAN 100 LBS. PER GROSS
HORSEPOWER WITH NOT MORE THAN A 55% - 45%
SPLIT FRONT TO REAR RESPECTIVELY
13.
ROPS
MANUFACTURER'S STANDARD ROLL OVER
00*1
PROTECTON SYSTEM.
WARRANTY
MANUFACTURER'S STANDARD WARRANTY. THE
14.
WARRANTY SHALL COMPLETELY DETAIL THE
COVERED ITEMS AND DESCRIBE ALL EXCLUSIONS
OF PARTS THAT ARE NOT COVERED
OPERATOR'S
15.
MANUAL
OPERATORS' MANUAL SHALL PROVIDE COMPLETE
OPERATORS INSTRUCTIONS AND ROUTINE
LUBRICATING AND SERVICING INSTRUCTIONS.
OPTIONS:
�l
TERMS:
16.
EXTENDED
DETAILED TERMS AND COST OF EXTENDED
WARRANTY
WARRANTY OFFERED.
SUCCESSFUL BIDDER MUST PROVIDE PROPER
OWNERSHIP DOCMENTS TO INCLUDE A BILL OF
SALE, CURRENT INSPECTION REPORT BY A STATE
OWNERSHIP
INSPECTOR, ORIGINAL WEIGHT TICKET, 130 U FORM,
17.
DOCUMENTATION
SIGNED TITLE, AND OTHER APPLICABLE FORMS AS
NEEDED. SOLICITED EQUIPMENT MUST BE FREE OF
LIENS, ENCUMBRANCES, AND HAVE A CLEAR TITLE.
27
MSO AND PAPERWORK
Vehicle/equipment will not be accepted by the City of Lubbock without
the MSO, all keys, warranty, 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 CONTRACTOR IN THE SPACE PROVIDED BELOW. LIST ITEMS BY ITEM NUMBERS.
28
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1041
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.
2017-190353
HURST FARM SUPPLY
LUBBOCK, TX United States
Date Filed:
04/10/2017
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
Date Acknowledged:
04/26/2017
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.
17-13319-SG
JOHN DEERE
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
I Intermediary
HURST FARM SUPPLY
LUBBOCK, 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
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.883
CERTIFICATE OF INTERESTED PARTIES
FORM 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.
2017-190353
HURST FARM SUPPLY
LUBBOCK, TX United States
Date Filed:
04/10/2017
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
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.
17-13319-SG
JOHN DEERE
4
Nature of interest
Name of Interested Party
City, State, Country (place of business)
(check applicable)
Controlling
I Intermediary
HURST FARM SUPPLY
LUBBOCK, TX United States
X
5 Check only if there is NO Interested Party. ❑
6 AFFIDAVIT I swear, or affirm, under enalty perjury that the above disclosure is true and correct.
:�'„ DRENDA D. RICHARDS
* * Wary Public, State of Texas
Notary 014 71W..912yN1 Signature of authorized agent of contracting business entity
';€,t My Commission Expires
0311.2021
AF /L�/�{►
Sworn to and subscribed before me, by the said r ( / this the day of % C
20, to cenify which, witness my hand and seal of office.
i
Signature of officer admir stering oath Printed name of officer administering oath Title of officer adm inistenng o h
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Verswn V l.j.00.:3