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
-: