Loading...
HomeMy WebLinkAboutResolution - 2020-R0390 - PO 31055364 with Randall Reed's Prestige FordResolution No. 2020-RO390 Item No. 6.11 November 2, 2020 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. 31055364 for the purchase of various cab and chassis as per ITB 20-15470-RR, by and between the City of Lubbock and Randall Reed's Prestige Ford of Garland, 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 November 2, 2020 DANIEL M. POPE, MAYOR ATTEST: eb cca Garza, City S ret APPROVED AS TO CONTENT: City Manager APPROVED AS TO FORM: 1001F�' , �I, ccdocs/RES.RandallReedPrestigeFord-PurchaseOrd 31055364 various cab and chassis 10.2.20 AFf4o* 1 City of 11 Lubbock Texas PURCHASE ORDER TO: RANDALL REED'S PRESTIGE FORD PO BOX 472247 GARLAND TX 75047 Page - 1 Date - 9/30/2020 Order Number 31055364 000 OP Branch/Plant 3526 SHIP TO: CITY OF LUBBOCK FLEET SERVICES 206 MUNICIPAL DRIVE LUBBOCK TX 79404 INVOICE TO: CITY OF LUBBOCK ACCOUNTSPAYABLE P.O. BOX 2000 LUBBOCK, TX 79457 BY: — jV Marta Alvarez, Director - Purchasing & Contract Management Ordered 9/30/2020 Freight Requested 2/4/2021 Taken By R ROCHA Delivery J LOERWALD REQ 56207 ITB 20-15470-RR PUR 15470 Description/Supplier Item Ordered Unit Cost Um .75 Ton Extended Cab, 1.000 30,150.0000 EA Cab & Chassis, 4X4 .75 Ton Pickup Cab & Chassis 1.000 30,485.0000 EA 4X4 Single rear wheels .75 Ton Pickup Regular Cab, 1.000 28,485.0000 EA Cab & Chassis, 4X4 Terms NET 30 Extension Request Date 30,150.00 2/4/2021 Total Order 30,485.00 2/4/2021 28,485.00 2/4/2021 89,120.00 This purchase order encumbers funds in the amount of $89,120.00 awarded to Randall Reed's Prestige Ford, of Garland, TX, on „o„�, 2020. The following is incorporated into and made part of this purchase order by reference: ITB 20-15470-RR m Randall froReed's Prestige Ford, of Garland, TX, dated September 14, 2020. Resolution #20za R0390 CITY OF L BOCK Daniel M. Pope, Iftayor ATTEST: ,0,0 �. �4, - A--- Recca Garza, City Secre BID FORM City of Lubbock, TX Purchasing and Contract Management Various Cab and Chassis ITB No. 20-15470-RR In compliance with the Invitation to Bid 20-15470-1111, 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 20-15470-RR is by reference incorporated in this contract. The Bid Form must be completed in blue or black ink or by typewriter. ITEM QTY UOM DESCRIPTION UNIT PRICE• "Delivery days ARO 1 1 EA SPEC. 5311, % Ton Pickup, Regular Cab, Cab& Chassis, 4X4, as specified herein Opt 1 1 EA Towing Package per Spec. 5311 �5 Opt 2 1 EA Power Convenience Package per Spec. 5311 Total Cost for Item l SPEC. 5812, 1 Ton Pickup, Crew Cab, Bed herein Total r- 3 1 EA SPEC. 6311, % Ton Extended Cab, Cab & Chassis , 4X4, as specified herein Opt 1 I EA Towing Package per Spec. 6311'lop ✓� ;. Opt 2 1 EA Convenience Package per Spec. 6311 Total Cost for Item 3 $28,485.00 $ 30,150.00 SPEC. 6411,'/ Ton Pickup, Cab & Chassis, ��%b 4 1 EA 4X4, Single rear wheels, as specified herein Opt 1 1 EA Towing Package per Spec. 6411 Opt 2 1 EA Convenience Package per Spec. 6411 Total Cost for Item 4 SPEC. 6415, 1 Ton Pickup, Regular Cab, herein KJf:r a $ 30,485.00 *PRICE: F.O.B. Destination, Freight Pre -Paid and Allowed "Days After Receipt of Order (ARO) TOTAL $ 89,120.00 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. The City of Lubbock Is seeking a contract for with one or more contractors. In orderr to assure adequate coverage, the City may make multiple awards, selecting multiple vendors to provide the products desired, if multiple awards are in the best interest of the City. A decision to make a multiple award of this Bid, however, is an option reserved by the City, based on the needs of the City. PAYMENT TERMS AND DISCOUNTS - Bidder offers a prompt payment discount of g:r'-" %, nelendar days. Discounts will not be considered in determining low bid. 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 FAVORED PRICING: The Bidder certifies that the price quoted is not in excess of the lowest price charged anyone else, including its most favored 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 prices) 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? City of Lubbodc Bid ITB 20-15470-RR 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 Age , Lynn County, and City of Wolfforth. 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 materialsiservice as needed. RANDALL REED'S PRESTIGE FORD 3601 S. SHILOH RO THIS BID IS SUBMITTED BIGAALAND, TX 75041 a corporation organized under the laws of the State of , or a partnership consisting of or individual trading as of the City of Firm: RANDALL REED'S PRESTIGE FORD Address: 3601 S. SHILOH RD GARLAND, TX 7W41 City: State: Zip Bidder acknowledges receipt of the following addenda: Addenda No. Addenda No. Addenda No. Addenda No. Date Date Date Date M/WBE Firm:1 IWoman I I Black American I I Native American Hispanic American Asian Pacific Americ4 I Other (Specify) r� BY Date:- Authdflzed Representative - mus sign by hand Officer Name and Title: Please Print �y Business Telephone Number 7/� FAX: TZ�dVV OW-6 E-mail Address: 1��//Xl K" FOR CITY USE ONLY Bid Form Item Number(s) Awarded to Above Named Finn/Individual: Date of Award by City Council (for bids over $50,000): Date P.OJContract Issued:__ RETURN COMPLETED & SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS. LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITS NUMBER, THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS. 9Wa20 9:57 AM P. 8 City of Lubbock Bid ITB 20-15470-RR CITY OF LUBBOCK, TX MINIMUM SPECIFICATIONS 3/4 TON PICK-UP, REGULAR CAB, CAB AND CHASSIS, 4X4 WORK TRUCK SPEC r53' YEAR ?/ 11 - 3/4 Ton Pickup���/� ,PC* MAKE �deo MODEL 3 � It is the intent of this specification, referenced documents, requirements and conditions section 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 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. RODALL REED'S PRESTIGE FORD VENDOR NAME: 201 s_ s&DU an . GARLAND, TX 79041 NO. ITEM MINIMUM REQUIREMENTS PHONE: 9% JVX,04If SELLER COMPLIANCE YES NO These specifications describe a 3/4 ton Pick-up, Regular Cab, Cab and Chassis, 4x4. This chassis will have a service body installed. 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 and as stated in the State of Texas Fleet Automobiles and Trucks Texas Specifications. I. GVWR WHEEL BASE 9,000 pounds 2. 133 inches Iy2 3 PAYLOAD 3,400 pounds / ALLOWANCE 4. CAB TO AXLE 56 Inches 101 5 ENGINE A. Gasoline, 6.OL, V-8 ✓ 6• TRANSMISSION OEM automatic V TIRES OEM all Terrain v 8. RIM SIZE OEM 9. SEATS OEM 40/20/40 cloth fabric, with charcoal or gray color with rear / bench type seat. 10. EXTERIOR COLOR OEM fleet white 2=20 9:57 AM P. 35 City of Lubbock Bid ITB 20-15470-RR NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 11. KEYS Must include (3) sets of keys and/or key fobs (If applicable) 12 CONVENIENCE Standard Work Truck Package PACKAGE OEM maximum, time and mileage, coverage with written detailed 13. WARRANTY explanation of covered components that includes a complete listing of exclusions. Provide build dates in space provided OPTIONS 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 TOWING harness. Harness shall be provided as an integral part of the / I' PACKAGE vehicle wiring system to provide power to trailer turn signals, V 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 conned trailer wiring circuitry to the wiring harness shall be provided. Shall include OEM factory installed brake controller. To include front tow hooks. POWER Power windows, ppowfg r locks, keyless entry, cruise control, heated 2. CONVENIENCE mirrors—00,4e/W'/%T' 92✓2/41A* 00 ✓ PACKAGE ~A 1f?/ MSO and paperwork Vehicle/equipment will not be accepted by the City of Lubbock without The MSO Two Sets of keys, warranty, and all paperwork General Reauirement 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. oe AO OF oilft pa° p aG� OW020 9:57 AM p. 36 City of Lubbock Bid ITS 20-15470-2R CITY OF LUBBOCK, TX MINIMUM SPECIFICATIONS 3/4 TON PICK-UP, EXTENDED CAB, CAB AND CHASSIS, 4X4 SPFC! 6311 - 3/4 Ton Extended Cab Pickup Cab & Chassis YEAR 99pz .. 7 / MAKE /V�'� MODEL�Z' �***' Y#WIX 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 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. RANDALL Rifle S PtUnGE FORD VENDOR NAME: 3601 & SHILCH RD PHONE: UARLANTX INNA NO. ITEM , MINIMUM REQUIREMENTS ;?� 4y� �/f SELLER COMPLIANCE YES NO 3/4 ton Pick-up, Extended Cab, Cab and Chassis, 40 with single rear wheels. / GENERAL Unless otherwise specified, all units shall be furnished V complete with standard equipment and factory- installed accessories as listed by the manufacturer's printed literature and as stated in the State of Texas Fleet Automobiles and Trucks Texas Specifications. I GVWR 10,000 pounds 2. WHEEL BASE 149 Inches 3. CAB TO AXLE 56 Inches 4 PAYLOAD 3,600 pounds ALLOWANCE V 5. ENGINE A. Gasoline, 6.OL, V-8 6. HP 375 NET HP 7 TORQUE 400 FT. LBS. Torque 8• TRANSMISSION OEM Automatic 9. V/ TIRES OEM all Terrain 10. RIM SIZE OEM 9l3/ = 9:57 AM p, 39 Bld ITB 20-15470-RR City of Lubbock NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 11. SEATS OEM 40/20/40 cloth fabric, with charcoal or gray color with rear bench type seat. 12. EXTERIOR COLOR /' OEM fleet white _ V 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 13. TOWING the vehicle wiring system to provide power to trailer turn PACKAGE signals, brakes, brake lights, and running lights. Each wire shall V 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. 14. KEYS Must include (3) sets of keys and/or key fobs (If applicable) 15 CONVENIENCE Standard WT (Work Truck) Package PACKAGE OEM maximum, time and mileage, coverage with written 16. WARRANTY detailed explanation of covered components that includes a complete listing of exclusions. OPTIONS The city refers to receive these via web access with Password OPERATOR AND A. If the vendor cannot provide web access, the city's next ✓ 1 REPAIR MANUALS preference is CD format TO BE PROVIDED B. The city will accept only as last resort hard copy book format. One set repair and operators manuals for fleet ' department and one set repair and operators manuals for user dept. (/ OEM heavy duty package including receiver hitch, wiring, TOWING electrical trailer plug, and front tow hooks. Rearview mirrors, 2. PACKAGE trailer tow/camper type, both sides. Each mirror shall be approximately 6 inch by 9 inch and equipped with extension arms. Power locks, power windows, power mirrors, cruise control, 3 CONVENIENCE keyless entry, heated mirrors PACKAGE 91312M 9:57 AM p. 40 City of Lubbock Bid ITB 20-15470-RR Provide build dates In space provided MSO and paperwork Vehicletequipment will not be accepted by the City of Lubbock without The MSO, 'Three Sets of 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 swiiications 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. 9/3/2020 9:57 AM p. 41 City of Lubbock Bld ITB 20-15470-RR CITY OF LUBBOCK, TX MINIMUM SPECIFICATIONS PURCHASE OF A 3/4 TON PICK-UP, CAB, CAB AND CHASSIS, 4X4, SINGLE REAR WHEELS, SPEC: 6411- 3/4 TON PICKUP CAB AND CHASSIS YEAR -ogad?l MAKE MODEI,i�� 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 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'sR+BllDA14i16fl01$iBRESTiGE FORD _ J� ��6am/� 3601 S. SHILOH RD & VENDOR NAME: _ GARLAND, TX 75041 PHONE: NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO GENERAL 3/4 ton pick-up, Extend cab, cab & chassis, 4A with single rear wheels. Unless otherwise specified, all units shall be furnished complete with standard equipment and factory- installed accessories as listed by the manufacturer's printed literature and as stated in the state of Texas fleet automobiles and trucks Texas apeciflcatlons. 1. GVWR 10,000 pounds 2. WHEEL BASE 149 inches f 3. CAB TO AXLE 56 inches ✓ 4' PAYLOAD ALLOWANCE 3600 pounds V 5. ENGINE A. Gasoline, V8 6.0 Liter 375 net HP B. 400 ft lbs. Torque 6. TRANSMISSION OEM automatic 7. TIRES OEM All Terrain 8. RIM SIZE OEM 9. SEATS OEM 40/20/40 cloth fabric, with charcoal, gray, or tan color 10. COLOR OEM fleet white I t . KEYS Must include (3) sets of keys and/or key fobs (If applicable) 12ItREAR AXLE Limited slip with ratio 3.73 WORK TRUCK Standard work truck convenience package 9/312020 9:57 AM p. 42 City of Lubbock NO. ITEM MINIMUM REQUIREMENTS Bkl ITB 20-15470-RR SELLER COMPLIANCE YES NO OPTIONS v A. The city prefers to receive these via web access with password OPERATOR AND B. If the vendor cannot provide web access, the city's next 1. REPAIR MANUALS preference is CD format TO BE PROVIDED C. The city will accept only as last resort hard copy book format. One set repair and operators manuals for fleet department and one set repair and operators manuals for user de t OEM heavy duty package including receiver hitch, wiring, electrical trailer plug, and front tow hooks. Rearview mirrors, trailer 2. TOWING PACKAGE tow/camper type, both sides. Each mirror shall be approximately 6 inch by 9 inch and equipped with extension arms. Power locks, power windows, power mirrors, cruise control, 3 CONVENIENCE keyless entry, heated mirrors PACKAGE PROVIDE BUILD DATES IN SPACE PROVIDED 111,102020 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. 9512020 9:67 AM p. 43 CERTIFICATE OF INTERESTED PARTIES FORM 1295 iofi Complete Nos. 1- 4 and 6'tf 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. 2020-680190 Randall Reed's Prestige Ford Garland, TX United States Date Filed: 10/19/2020 2 Name of governmental entity or state agency that is a party to the contract for which the forms 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. 31055364 3/4 Ton Extended Cab, Cab & Chassis 4X4, 3/ Ton Pickup Cab & Chassis, 4X4, single rear wheels, & s/4 Ton Regular Cab & Chassis 4X4 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary Sarac, Admir GARALAND, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name isCJ/?^ '�"�+ and my date of birth is My address is / /"'� `Ial W ^" (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in ✓ a/av County, State of , on th/✓ day of 2040?0 —� (month) (Year) Signature of authorized agent of contracting business entity (Dedarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.3a6aaf7d 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. 2020-680190 Randall Reed's Prestige Ford Garland, TX United States Date Filed: 10/19/2020 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: 10/19/2020 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. 31055364 -Y4 Ton Extended Cab, Cab & Chassis 4X4, 3/4 Ton Pickup Cab & Chassis, 4X4, single rear wheels, & 3/4 Ton Regular Cab & Chassis 4X4 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary Sarac, Admir GARALAND, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www_ethirsstatp_tx us \/prcinn \/1 1 3aRaaf7r1 zbbock TEXAS Purchasing and Contract Management Project Summary ITB 20-15470-RR Various Cab & Chassis Notice was published in the Lubbock Avalanche Journal September 2nd and September 9th Notice was published on the Purchasing Web Site under Bid Opportunities. Notice was published on BidSync.com from September, 2nd to September 17, 2020. 24 vendors viewed using BidSync.com. 8 vendors downloaded the documents. 7 vendors were notified separately. 2 vendors submitted a proposal. City of Lubbock Fleet Services ITB 20-15470-RR Various Cab & Chassis Item U/M Qty Description/Vendor Location Unit Cost 1 EA 1 3/4 Ton Pickup, Regular Cab, Cab & Chassis, with Towing Package and Convenience Package per Spec. 5311 Randall Reed's Prestige Ford Garland, TX $ 28,485.00 Jim Bass Ford, Inc. San Angelo, TX 28,522.00 2 EA 1 1 Ton Pickup, Crew Cab, Bed Delete, 4X4, Work Truck, per Spec. 5812: Jim Bass Ford, Inc. San Angelo, TX 31,746.00 Randall Reed's Prestige Ford Garland, TX 32,075.00 3 EA I % Ton Extended Cab, Cab & Chassis, 4X4, with Towing Package and Convenience Package per Spec.6311 Randall Reed's Prestige Ford Garland, TX 30,150.00 Jim Bass Ford, Inc. San Angelo, TX 30,451.00 4 EA 1 % Ton Pickup, Cab & Chassis, 4X4, Single Rear Wheels. with Towing Packeaee and Convenience Randall Reed's Prestige Ford Garland, TX 30,485.00 Jim Bass Ford, Inc. San Angelo, TX 30,517.00 5 EA 1 1 Ton Pickup, Regular Cab, Bed Delete, 4X4. Single Rear Wheel, per Spec. 6415 Jim Bass Ford, Inc. San Angelo, TX 30,056.00 Randall Reed's Prestige Ford Garland, TX 30,575.00 Item by Item Randall Reed's Prestige Ford Line Item 1,3,& 4 Garland, TX 89,120.00 Jim Bass Ford, Inc. Line Item 2 and 5 San Angelo, TX 61,802.00 W 0 0 0 0 0 0 0 0 0 o 0 n — 0 00 00 w 0o ao w ao w 10 O N N N N N N N N S �G C)O O O N W C` C` (7_1 C`1 Q U1 U1 Q C`7 y N N N N N N N N N N N N t0 O O N N O O O O O O O O O O N N N N N N N N N N A O. 0 0 O O O O O O O O O O O 0 n N O O O� - O O O N 3 3 33 3 C Co C ,-(J 'O O U) U 'O C) C. C C (D N (D (D n m m n> 0 c O (o y E5 C Z <n o cQn� CC M m m M M EF7 m� (n -o. w_ D -o, d* w_ WO D y— � - O-- : O O C Z c E Z 3 C 3 Z :: C y O L +' 0 C. 0 a C M ur C 7c A '6 x N A Q w C O N y C Cl (D �. 2. C o O� N p A `G 7 N �. N C pp C 0CD O Cl O O O Q O o (� N N ) 0 C "' F �. O 7 '!L—' Cl fCD 77 N 7 0 = '� O O N d C y C O .0 Z7 < 3 n m o m v D C 0 0) fD C F o o w o�i (n C o oc C f, c C x o n C C < < (u C a m o C C O n w e s m cn a < s= w °' m 3 v m m o m m °' Q C' CD O Q O' O N C N C- (SD N O n Cl °=, O C n 7 Q C N N N C C L N C p — N y D) p C n C O 0 v a m n ° n 3 � D 'O (D "O CD O O N E, N N N O j Ci S C U W C N 70 Qo A 'p '< 'O N O L 3 7 n C n 0 3 D7 [A (Nj7 N (n N 3 C �'cD —< 0 D 3 m 3 ((n c o < o < o n N co D) n x v 9 C _ 0 ED C C v NO CD NO W Q o v ((n o (D :E �_ o d eoi D o d A < N O. O �' C C 7 3� N W 7 .C-. p" (Cp 1-4 C C O �. SOCD�. M 7 A (D z b9 = (A C C. p O mCD Na)�� (n a)� x nC G N C w C Q N O S �- C D) OD m D) V C n• A �1 Cr a 0 ((DD D C N( Q- CD o rL Qas y C D0) NN a� v aOOQnO'CL 0 (D x 0) C n N `G C Q x O' M C O O d a _ 0 f!> 69 69 64 69 Efl b9 69 69 C V V -A -9 V V V V V V V V V -4 V OD OD N N 00 co 00 W W W W W co ao A N N N N N N N N N N O O .�► O O O O o 0 0 0 0 0 O O O O 0 0 0 0 0 0 0 0 0 0 W o p 0 0 0 O O O O O N 0 0 0 0 0 0 0 0 0 0 0 o m p 0 0 0 o 0 0 0 0 0 0 0 CD A 0 O N w 69 69 Gq H9 69 '69 69 69 69 69 69 69 M N N V V N N N N N N N N N N V V V V V V V V V V O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 o 0 0 0 0 0 o a 0 0 0 0 0 o O 0 o O 0 o y O O o 0 o 0 o 0 0 0 0 o A 0 0 0 0 0 0 0 0 0 0 0 0 Z ci A w a CD CD CD CD (o fD o a 3 a 3 3 3 3 3 3>>> ;o ;o x ;o ;o m ^ c c c<<<<<< c c c (u (n FD ?D (o (u X X ; d N N N '0 '� a N N N O O O O C C C C C C O O O 0 U1 V1 A A U1 S S S 0 0 V1 U1 01 A D) D) A A A V V L4 LA Ln (� (� (/+ (� y V to V V V LA__= O O _ O=j O O O D D D D D D 0 0 0 0 0 0 m m e�i m ni ni 0 O f�D N N O N O O O O O O O 0D OD OD OD OD CD N N N N N N N N N N N N 0 0 0 0 0 C. N N N N N N O O O O O O E y 9 B ''a 0 CD (i n CD (D lD < <. W (D G CD (n DDi n ti CD w N v m _ 0 0 0 3 0 0 0 rn- m CD f -< D !�o -< -< CN71 CD N 'o (Nfl N D) N O N N (D N O O n O n N (A 6A fA EA <A EA V J V J V J OD N OD O OD co N N N N N N O O O O O O O O O O Co O O O O O O O O O O O O o O O O O O O fA fA fA b9 b9 EA N N N N N N V J J J J V O O O O O O O O O 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 9 9 9 L) 9 9 D] N N N N D) 7 7 7 7 7 7 D) D) D) D) D) D] (D (D (D (D (D (D 0 0 0 C) 0 0 m m m m m T 00,0 0 0 0 d m a 0 7 m N O 0 0 C I D a a 0 m O 3 <D Gt 0 0 a ^•. 0 0 0 0 0 0 000000�M Q-0 �o���� O O O O O O N N N N N N y (D (O (D (O (O (D V V J J V J N N N N N N N N N N N N CC 0 0 0 0 0 0 0 0 0 0 0 0 N N N N N N N N N N N N O O O O O O O O O C. O O O O 7 cn n C� D to — C� C� D G 3 3 E y 3 3'0 Hcy3 7 3 (A CD ZJ 'O o O(D y (D ZV 'OO On(DD(DOO<DD(_N 5. m m a a a CD 0 (a n N (o n H CD a m c c o v z c g z> j z C: z o O O o o O O O Orn O O O o. CD CD CD CD C CD W :E : D co aD < D aD < W D cn CO N n v N v N n (Y N 0 N N O N ?� N (D N Ci N (D N ci O n 0 7' O n 0 S (D (D 12 c� FA !A (A EA 'CO(A to "CIO,EA "COA "COA fA C V V J J J J J J V V V V O O 00 W D Ou 00 O 00 O (p N N N N N N N N N N N N 3 O O O O O O O C. O O O O 0 0 0 0 0 0 0 0 0 0 0 0 W O O O O O O O O O O O O D1 O O O O O O O C. O O O O D1 O O O O O O O O O O O O 3 in 0 O N M EA '69 6A lA fA fA EA <A EA <A WA fA M N N N N N N N N N N N N O O O O O O O O O O O O o O 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 o 0 0 0 0 0 0 0 o a 0 0 0 0 0 0 0 0 0 0 0 o N 0 0 0 0 0 O o 0 o o O 0 (C 0 0 0 0 0 0 0 o o o o o Z N m m m m m m m m m m m m a 3 3 3 3 3 3 3 3 3 3 3 3 a mmmmmmmmmmmm < < < < < < < < < < < < (D (D CD (D (D (D CD (D m (D (D (D m C C C C C O C C: C Cln n n a 3 n n n o fl n (C? (O (C1 (O (C1 f0 (D (n (C (C tC7 to (D (D (D (D (D (D (D (D (D N CD lD 0 0 0 0 0 0 0 0 0 0 0 0 (D (D (D N W (D (D (D (D fD fD !D O O O O O O O O O O O O -: