HomeMy WebLinkAboutResolution - 2020-R0416 - PO 31055933 with Randall Reed's Prestige FordResolution No. 2020-RO416
Item No. 7.10
December 1, 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. 31055933 for the purchase of
sport utility vehicles patrol as per ITB 21-15564-RR, by and between the City of Lubbock and
Randal 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 December 1, 2020
L-4N
DANIEL M. POPE, MAYOR
ATTEST:
Reb cca Garza, City S cre ary
APPROVED AS TO CONTENT:
Mark Vharwood, sistant City Manager
APPROVED AS TO FORM:
K lli Leisure, Assistant City Attorney
ccdocs/RES.-PurchaseOrd 31055933 -- Sport Utility Vehicles Patrol
November 12, 2020
City of
.� Lubbock
TEXAS
PURCHASE ORDER
TO: RANDALL REED'S PRESTIGE FORD
PO BOX 472247
GARLAND TX 75047
Page - 1
Date - 11/11/2020
Order Number 31055933 000 OP
Branch/Plant 3526
SHIP TO: CITY OF LUBBOCK
FLEET SERVICES
206 MUNICIPAL DRIVE
LUBBOCK TX 79404
INVOICE TO: CITY OF LUBBOCK
ACCOUNTS PAYABLE
P.O. BOX 2000
LUBBOCK, TX 79457 BY: 4)C
Matta Alvarez, Director Purchasing & Contract Management
Ordered 11/11/2020 Freight
Requested 5/7/2021 Taken By R ROCHA
Delivery D ESPERAT REQ 56486 ITB 21-15564-RR / PUR 15564
Description/Supplier Item Ordered Unit Cost UM Extension Request Date
Sport Utility Vehicle Patrol 15.000 34,850.0000 EA 522,750.00 5/7/2021
CC 5735
Pre -wiring & housing 15.000 110.0000 EA 1,650.00 5/7/2021
CC 5735
Total Order
Terms NET 30
524,400.00
This purchase order encumbers funds in the amount of $524,400.00 awarded to Randall Reed's Prestige Ford of Garland, TX, on
December 1 , 2020. The following is incorporated into and made part of this purchase order by reference: ITB 21-15564-RR
dated October 30, 2020, from Randall Reed's Prestige Ford, of Garland TX, and ITB 21-15564-RR.
Resolution # 2020-RO416
CITY OF LUBBOCK ATTEST:
kr-jv — AQ oAolo.
Daniel M. Pope, Mayor R c a za, ity ecretary
Seller and Buyer agree as
follows:
PURCHASE ORDER
TERMS AND CONDITIONS
IMPORTANT: READ CAREFULLY
STANDARD TERMS AND CONDITIONS
CITY OF LUBBOCK, TX
L 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 of packaging 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. O. 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 famished 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 -Gee 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 par 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 by way 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 ofthis 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-curent year 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
14. CANCELLATION. Buyer shall have the right to cancel for default all or any part of the undelivered
portion of this order if Seller breaches any of the terns 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 pefformance ofwork under this order maybe terminated in whole, or in part 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 terns 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. Whereever
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 dale 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 parry 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
parry may treat this failure as an anticipatory repudiation of the contract.
22. INDEMNIFICATION. Seller shall indemnify, keep and save harmless the Buyer, is 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 attorneys
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 Contractors 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 misclassifned. (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 Forth 1295 are available at
ling, rwww.ci.lubock.tx.u&AZurmenial-websittyclt(rpacttnens aurchazinevendor-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 terns and conditions and 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 terns and conditions provided by the Contractor, the terns and
conditions provided herein shall prevail. The terms and conditions provided herein are the final terns agreed
upon by the parties, and any prior conflicting terns shall be of no force or effect.
31. By accepting this PO, contractor acknowledges that pursuant to Section 2270.002, Government Code, (a)
This section applies only to a contract that: (1) is between a governmental entity and a company with 10
or more full-time employees; and (2) has a value of E 100,000 or more that is to be paid wholly or partly
from public funds of the governmental entity. (b) A governmental entity may not enter into a contract with
a company for goods or services unless the contract contains a written verification from the company that
it:(I) does not boycott Israel; and (2) will not boycott Israel during the term of the contract..
Rev. 07 19
BID FORM
City of Lubbock, TX
Purchasing and Contract Management
Sport Utility Vehicles Patrol
ITB No. 21-15564-RR
In compliance with the Invitation to Bid 21-15564-RR, 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 21-15564-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*
EXTENDED
PRICE
**Delivery
days ARO
1
1S
EA
SPEC. 2020 SUV Patrol, 4 Door, AWD,
SUVSS, with Cargo Area, as specified herein
w
Model Year, Brand Name, and Model Number.., �� 11icc ,
OPTION
Pre Wiring for grille lamp, siren and speaker -
Option 60a Headlamp Housing — option 86-p,
Opt.1
15
EA
Tail lamp Housing —Option 86-T, police front
/ tail housing eliminates the need to drill or
modify Housing Assemblies with incremental
hole for side marker lights.
Opt. 2
15
EA
Extended Warranty 5 year / 100,000 mile
Bumper to Bumper with Zero deductible
*PRICE: F.O.B. Destination, Freight Pre -Paid and Allowed **Days After Receipt of Order (ARO)
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 order 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 */u, net _ calendar 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
- b
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
P Agency, Lynn County, and City of Wolfforth.
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.
THIS BID IS SUBMITTED B RIMS NUMM F00corporation organized under the laws of the State of
OM
, or a p� rM of or individual trading as
of the City of
Firm:
Address: RANDALL REED'S PRESTIGE FM
aw
... a. anuvn Rt7
City: GARLAND, TX 79MI State: Zip
Bidder acknowledges receipt of the following addenda:
Adden a No. Addenda No. _ Addenda No. Addenda No.
Date Q7 Z 101O Date Date... Date
M/WBE Firm:1 I Woman I Black American I I Native Ai
�,dI �j Hispanic American Asian Pacific Ameri Other S
Iv /yw ac_ Date. /&*/
Representative - must sign by hand
Officer Name and
Please Print
t
Business Telephone Number PV dwx 004f/Jr FAX: OP7� �Tt .40/0
E-mail Address -
FOR CITY USE ONLY
Bid Form Item Number(s) Awarded to Above Named Finn/Individual:
Date of Award by City Council (for bids over
Date P.OJContract
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.
By my signature I certify that this offer is made without prior understanding, agreement, or connection with any
corporation, firm, business entity, or person submitting an offer for the same materials, supplies, equipment, or
service(s), and is in all respects fair and without collusion or fraud. I further agree that if the offer is accepted, the
bidder will convey, sell, assign, or transfer to the City of Lubbock all right, title, and interest in and to all causes
of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Texas for
price fixing relating to the particular commodity(s) or service (s) purchased or acquired by the City of Lubbock.
At the City's discretion, such assignment shall be made and become effective at the time the City tenders final
payment to the vendor. r...,
AuthdRized Signature Titte
Aewe /O/3o/mod 2n
Print/Type Name Date
THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR RESPONSE.
CITY OF LUBBOCK
MINIMUM SPECIFICATIONS FOR THE PURCHASE OF (15)
FOUR DOOR, ALL WHEEL DRIVE, SPORT UTILITY SPECIAL SERVICES UNIT/WITH
CARGO AREA
SPEC # 2020 SUV PATR L
MAIOJ MODEL
f P41"
YEAR
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 ' UMSRD MGE FORD
ow -mie
COMPLIANCE YES NO
This is for (15) all wheel drive, Mid -size
GENERAL
SUV, police package, Special Services
Unit, four door, sport utility vehicle with
cargo area.
1
ENGINE
3.3 liter V6, 285 Horsepower @ 6,500 RPM
and 260 ft. lb. torque @ 4,000 RPM
2•
TRANSMISSION
OEM AUTOMATIC with overdrive.
✓
3.
GVWR
6,300lbs.
✓
4.
PAYLOAD
1,6001bs.
5
Full perimeter steel, modular with hydro
FRAME
formed rails
A. Wheelbase 119 inches
EXTERIOR
MEASUREMENTS
B. Overall length 198 inches
C. Overall width: 78 inches without
✓
6.
mirrors extended and 89 inches with
mirrors extended
D. Overall height 69 inches
E. Ground clearance 7.5 inches
7.
REAR AXLE
Heavy duty locking differential.
STEERING
Electric Power Steering, OEM power
8.
assisted, tilt -wheel with column mounted
gear shift lever.
9•
B
RAKES
'4 -
BRAKES; 4-wheel anti -lock front and rear
disc with vacuum boost power assist.
Front suspension to be independent, single,
10.
SUSPENSION
coil -over -shock with stabilizer bar. Rear
suspension to be multi -link with coil springs
with stabilizer bar.
11.
COOLING
OEM heavy-duty high capacity radiator,
J
SYSTEM
with electric fans.
OEM dual -zone manual climate control
with individual climate settings for driver
12.
HEATING/AIR
and front passenger, includes auxiliary rear
CONDITIONING
air
Conditioning and heat. Rear operated from
front control only._
13.
ALTERNATOR
200 AMP
✓
14.
BATTERIES
Maintenance free, cranking, 750 CCA
50-AMP ignition and main power supply
15.
AUXILLIARY
wiring at lower center of instrument panel.
POWER FRONT
Two (2) 50-amp batteryground circuits —
Power distribution junction block.
16.
AUXILIARY
POWER REAR
50-AMP auxiliary power in cargo area.
16.
POST MOUNT LED SPOT LAMPS ON
I
SPOTLIGHTS
DRIVER AND PASSENGER SIDE.
17
Two studs located in rear compartment near
GROUND STUDS
bottom of lift gate.
18.
Twolocated on front instrument panel and
POWER OUTLETS
one in rear cargo area.
Prevents the power door locks from locking
19.
LOCKOUT
the driver's door if the keys are left in the
PROTECTION
ignition. Manually lockable with engine
running.
20.
STABILITY
OEM Traction/Stability control
✓
CONTROL
21.
AUDIO
OEM AM/FM stereo, with blue -tooth
✓
capabilities.
22.
CRUISE
Electronic with set/coast/accelerate/resume
CONTROL
speed functions.
23.
FUEL TANK
CAPACITY
OEM Maximum capacity
24.
WINDSHIELD
Intermittent, wet -arm with flat blade and
WIPERS
pulse washers.
25.
OEM 18" Wheels, 5 spoke painted black
WHEELS
steel wheels with center caps
All (4) four tires, Good Year, all season,
26.
TIRES
P255/60RI8 with speed rating (H).
✓
(Includes TPMS).
27.
DEFLECTOR
Front underbody shield starting behind front
PLATES
bumper and running to 2nd cross -member
protecting front underbody and oil pan.
28.
FRONT
A. Head Room 40 inches
V/
COMPARTMENT
B. Leg Room (Maximum) 40 inches
29•
REAR
C. Headroom 40 inches
COMPARTMENT
D. Leg room (Minimum) 40 inches
A. OEM - 40/20/40 front cloth fabric
30.
B. Color: Black
J
SEATS
C. Rear standard cloth 60/40 split
folding bench
31.
A. Cargo volume behind second row 52
✓
CARGO AREA
cubic feet
,
B. Cargo area height 31 inches
32.
INTERIOR
J
LIGHTS
A. Console overhead -map lights
B. Dome lamps, cargo lamp with
delayed entry feature and map lamps
EXTERIOR
33.
LIGHTS
Daytime running lamps and automatic
headlamp delete
OEM mirrors shall be below eye level,
34.
EXTERIOR
both sides equipped with remote controls,
MIRRORS
outside heated power -adjustable,
manual -folding, and color to be matte
black.
OEM power windows and power door
POWER
locks, door locks: power, non -
35.
WINDOWS AND
programmable with lockout protection
POWER DOOR
and automatic door locking and
LOCKS
unlocking. Child safety locks included in
rear doors and hidden door lock plungers
and inoperable handles.
REAR
36.
LIFTGATE/LIFT
Glass with washer and wiper.
GLASS
37.
REAR
Equipped with electric, rear window
DEFOGGER
defogger
38.
WINDOW
Deep tinted all windows except light -
GLAZING
tinted glass on windshield, driver and
front passenger side glass.
KEYS
(4) four keys to be provided at time of
39.
delivery and (4) four key fobs for keyless
entry.
Keyless entry remote fleet package to
include (4) four remotes to be provided at
time of delivery. With non-functional
40.
KEYLESS ENTRY
panic button. Stealth mode feature
includes exterior lamps and horn disable,
during remote start feature running
lamps will remain illuminated.
41.
REARVIEW
Rearview camera with display in
CAMERA
rearview mirror
A. 131 mph certified analog
42.
SPEEDOMETER/
speedometer and (1) one mph
CLUSTER
increments
B. Digital trip odometer
C. Oil pressure
D. Volt meter
f
E. Tachometer
F. Engine temperature gauge
G. Hour meter
H. Driver information center
Black vinyl floor and load floor behind
FLOOR COVERING
second row seats.
Bidder shall furnish a written -detailed
explanation of the standard warranty. Shall
include a listing of all covered components
and a complete listing of exclusions in
warranty with their bids. Warranty shall
STANDARD WARRANTY
have a zero deductible.
A. Mileage_gV.00
B. Months
Bidder shall furnish a written detailed
explanation of the standard drive train
warranty. Shall include a listing of all
covered components and a complete listing
of exclusions in warranty with their bids.
STANDARD DRIVETRAIN
Warranty shall have a zero deductible.
WARRANTY
A. Mileage low -PAW
B. Months D a
(Please see attached paint scheme)
COLOR
OPTIONS
Pre -wiring for grille lamp, siren, and
ADDITIONAL
speaker -Option 60-a
MODIFICATION
Headlamp Housing -Option 86-p
Tail amp Housing -Option 86-T
Police front/tail housing Eliminates the
need to drill or modify
Housing assemblies; with incremental hole
for side marker lights.
EXTENDED WARRANTYT
I. I year 1100,000 mile Bumper to
a[J
Bum r with Zero deductible
�•�i
PROVIDE BUILD DATES IN SPACE RETAW
BUILD DATE:
MUST BE DELIVERED WITHIN 120-240 DAYS
AFTER PURCHASE.
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
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.
WBBOM POLICE DEPARTMENT
SUV PPV
PAINT SCHEME
J
FYI&" SUV PPV
7AAPnels,
R Front quarter
Paint on quarter panel to extend
Front,/Rear
Black
upward stopping at the point
bumpers
where the A -pillar seam begins.
B
Metal areas on all 4
passenger doors
White
Paintable surfaces only.
C
All passenger door
If paintable, white. If not, black.
handles
Color to extend up to roof line on C
D
Rear Quarter Panels
Black
Pillar and across to top of A pillar.
(Paintable surfaces only)
E
Hood and Roof
White
Roof, white only between roof
channels.
F
ispoiler
Rear lift Gate and
Black
07/2018