HomeMy WebLinkAboutResolution - 2020-R0418 - PO 31055935 with Robert's Truck CenterResolution No. 2020-RO418
Item No. 7.12
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. 31055935 for the purchase of
tandem rear axle crew cab & chassis as per ITB 21-15585-RR, by and between the City of
Lubbock and Robert's Truck Center of Lubbock, Texas, and related documents. Said Purchase
Order is attached hereto and incorporated in this resolution as if fully set forth herein and shall
be included in the minutes of the City Council.
Passed by the City Council on December 1, 2020
DANIEL M. POPE, MAYOR
ATTEST:
----
tre-6kca Garza, City Se eta
APPROVED AS TO CONTENT:
Mark Veiirwood, Assistant City Manager
APPROVED AS TO FORM:
l�
e11i Leisure, Assistant City Attorney
ccdocs/RES. PurchaseOrd 31055935 - Tandem Rear axle Crew Cab & Chassis
November 12, 2020
City of
Lubbock
TEXAS
PURCHASE ORDER
TO: ROBERTS TRUCK CENTER
PO BOX 1071
AMARILLO TX 79189
Page - 1
Date - 11/12/2020
Order Number 31055935 000 OP
Branch/Plant 3526
SHW 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: 4f
Marta Alvarez, Director Purchasing & Contract Management
Ordered 11/12/2020 Freight
Requested 4/30/2021 Taken By
Delivery J LOERWALD REQ 56636
Description/Supplier Item
Tandem Rear Axle Crew Cab
& Chassis
Power Package
CC 6331
Terms NET DUE ON RECEIPT
ITB 21-15585-RR / PUR 15585
Ordered Unit Cost UM
1.000 79,379.0000 EA
1.000 1,126.0000 EA
R ROCHA
Extension Request Date
79,379.00 4/30/2021
Total Order
1,126.00 4/30/2021
80,505.00
This purchase order encumbers funds in the amount of $80,505.00 awarded to Robert's Truck Center, of Lubbock, TX, on
Decemhe.r 1 , 2020. The following is incorporated into and made part of this purchase order by reference: ITB 21-15585-RR
from Robert's Truck Center, of Lubbock, TX, dated November 9, 2020.
Resolution # 2020-RO418
CITY OF LUBB nCK ATTEST:
Daniel M. Pope, Mayor - Rebeya Garza, City ecreta
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) Consignees name, address and purchase order or purchase release number and the supply agreement number
i fappl icable, (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 conclushe 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 gods shall not pass to Buyer until Buyer
actually receives and takes possession of the goods at the point or points of deli% ery
4. NO REPLACEMENT OF DEFECTIVE TENDER. Every tender of delrery of goods must fully comply
with all provisions of this contract as to time of delivery, quality and the like. If a tender us 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 maaomably 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. Inooices 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 cc%ered 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 w ithout liability and to deduct from the contract price, or otherwise recover without liability and to
deduct from the contract price, or otherwise recover the full amount of such commission, percentage. brokerage
or contingent fee.
9. WARRANTY -PRODUCT. Seller shall not limit or exclude any implied warranties and any attempt to do
so shall render this contract voidable at the option of the Buyer. Seller warrants that the goods furnished will
conform to the specification, drawings, and descriptions listed in the bid imitation, and to the samples) fummshed
by the Seller, of any In the event of a conflict or between the specifications, drawings, and descriptions, the
specifications shall go%em Notwithstanding any provisions contained in the contractual agreement, the Seller
represents and warrants fault -free performance and fault -free result in the processing date and date related data
(including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware
products delivered and services provided under this Contract, indiv idually or in combination, as the case may
be from the effecthe date of this Contract. The obligations contained herein apply to products and services
pro, ided by the Seller, its sub- Seller or any third party involved in the creation or development of the products
and services to be delnered 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
lave and under this Contract including, but not limited to, its right pertaining to termination or default The
warranties contained herein arc 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, rat 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
went 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 pan 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 ofgoods according to the specification will not give rue 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 monappropriation of funds
b-v the City Council of the City of Lubbock for the goods or services provided under the contract, the City will
terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal
year or when the appropriation made for the then -current 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 terms hereof including warranties of Seller or if the Seller
becomes insolvent or commits acts of bankruptcy. Such right of cancellation is in addition to and not in
lieu of any other remedies which Buyer may have in law or equity
15. TERM WATION. The perfomunceofworkunder this order may beterminated inwhole- or in part by the
Buyer in accordance with this provision. Termination of work hereunder shall be effected by the delirery
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 ifthe fulfillment
of any terns of provisions of this contract is delayed or prevented by any cause not within the control of the
party whose performxmce 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 waiter or renunciation is supported by
considerationand 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 pan 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 temms 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 govemed 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 date of this agreement.
21 RIGHT TO ASSI;RANCE. Whenever one party to this contract in good faith has reason to question
the other party's intent to perform he may demand that the other party give written assurance of his intent to
perform In the went that a demand is made and no assurance is giv en within five (5) days, the demanding
party may treat this failure as an anticipatory repudiation of the contract.
22 INDEMNIFICATION- Seller shall indemnify, keep and save harmless the Buyer, its agents, officials and
employees, against all injuries, deaths, loss, damages, claims, patent claims, suits, liabilities, iudgments, 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 Seiler 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 them% ith, and ref 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 w ill cause Seller to
be in default of this agreement.
24 hIBE. 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 exclusiv e,
and may be exercised concurrently. To the extent of any conflict between this provision and another prevision
in, or related to, this document, this provision shall control.
16. 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,
resmes the right to audit Contractor's records and books relevant to all services provided to the City under
this Contract In the event such an audit by the City reveals any errors or overpayments by the City,
Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such
audit findings, or the City. at its option, resmes 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 fads to properly classify their workers. This applies to subcontractors as well Contractors and
subcontractors vv ho fad to properly classify indw iduals performing work under a governmental contract will be
penalized 5200 for each individual that has been misclassifred (Texas Government Code Section 2155.001)
28. ASSIGNING OR SUBLETTING THE CONTRACT. The Contractor shall not assignor 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 Goverment Code. Section 2252 908 requires a business entity entering
into certain contracts with a governmental entity or state agency to file with the governmental entity or state
agency a disclosure of interested parties at the time the business entity submits the signed contract to the
governmental entity or state agency. Instructions for completing Form 1295 are available at
hum: /vvury ci I ub k ix ux/d artmental-vvebsites/deo rtmen ourch in /v ndor information
30. CONTRACTOR ACKNOWLEDGES, by supplying any Goods or Services that the Contractor has read,
fully understands, and will be in full compliance with all terms and conditions and the descriptive matenal
contained herein and any additional associated documents and Amendments. The City disclaims any terms and
conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict
between these terms and conditions and any terms and conditions provided by the Contractor, the terms and
conditions provided herein shall prevail. The terms and conditions provided herein are the final semis agreed
upon by the parties, and any prior conflicting terms 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 SI00,000 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
Tandem Rear Axle Crew Cab & Chassis
ITB No. 21-15585-RR
In compliance with the Invitation to Bid 21-15585-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 21-15585-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 UNIT EXTENDED **Delivery
(+/-) DESCRIPTION PRICE* PRICE days ARO
1 -- 2-- EA SPEC. 2020 Tandem Rear Axle, Crew 74511 .pb
Cab & Chassis, as specified herein rk -
Model Year, Brand Name, and Model Number: %zl 1&1sUJM'0k ` AU7
Opt. 1 1 2 I EA I Power Package: as specified herein- I t jZ-V W I -VWT-.W-
TOTAL: $80,505.00
*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 %, 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 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 DISWct, Lubbock
Independent School District, South Plains Association of Governments, City of Texarkana, Texas Tech
University, }?Vest Texas Municipal Power Agency, Lynn County, and City of Wol(forth.
YES V 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 materialslservice as
needed.
THIS ID IS SUBMITTED BY��M Of"C'',t Cd%6 a corporation organized under the laws of the State of
'"t0 , or a partnership consisting ofor individual
trading as of the City of
Firm: 5a�NTS &-�Cil-
Address: `F5"i RV t a '
City: "b,61tdc State• I � f6 Zip —19 It C1.
Bidder acknowledges receipt of the following addenda:
Addenda No.
Addenda No.
Addenda No.
Addenda No.
Date
Date
Date
Date
M/WBE Firm:
Woman
Black American
Native American
I
Hispanic American
Asian Pacific Americ4
-
I Other (Specify)
By. Aft,, yt�
Date:
11 • q . xo Vt-
.4uthorized Representative -rust si*by hand
Officer Name and Title: Fre%-L ltast�� SpArs M'W"ca
Please Print r gy�pp,,,,.,��
Business Telephone Number w��143 ma FAX:(iaaQl 1 ' Lf I
E-mail Address: �rl L • lee�ot; �-�� �� Lk . uM
FOR CITY USE ONLY
Bid Form Item Number(s) Awarded to Above Named Firm/Individual:
Date of Award by City Council (for bids over $50,000): Date P.OJContmct Issued:
RETURN COMPLETED & SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS.
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND
TIME, AND YOUR COMPANY NAME AND ADDRESS.
CITY OF LUBBOCK, TX
MINIMUM SPECIFICATIONS
TRUCK, TANDEM REAR AXLE,
DIESEI4POWERED, CREW CAB, CAB AND CHASSIS, 52,000-POUND GVWR
SPEC: 2020 Tandem Axle CC 52K
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 Specifications. In order to receive full consideration, ITB
response quotation must follow this specification and the Invitation to Bid's terms and conditions.
t 5 �JL) �Cy�cti
VENDO NAME: PHONE.
MAKE: t1a \600 ODEL: Wil01 YEAR: ?_0A
NO. ITEM
COMPLIANCE
2.
GENERAL
MINIMUM REQUIREMENTS
TRUCK, TANDEM REAR AXLE,
DIESEL -POWERED, CREW CAB AND CHASSIS,
52,000-POUND GVWR
Equipment famished for the specification shall comply with
all applicable requirements of the Environmental Protection
Agency's Exhaust Emission Standards (940 CFR 85) as
issued under authority of the Clean Air Act, as amended,
(42 USC 1857, et seq,). It shall be the responsibility to the
vendor to ensure that the equipment furnished meets the
most recent requirements of all applicable laws. In the
event equipment is furnished that is not in compliance with
the law, it shall be the responsibility of the vendor to make
all necessary modifications to the equipment required to
achieve compliance with these laws.
A Certificate of Conformity on the engine is to be furnished
with bid submission.
This specification describes a tandem axle, diesel powered,
crew cab and chassis for use by the City of Lubbock, Water
Department. All specified components shall be original
SCOPE equipment manufacturer (OEM) chassis -factory installed,
when offered by the vehicle manufacturer. Truck(s)
furnished to this specification shall be certifiable as straight
trucks and shall meet or exceed the following requirements:
SELLER
YES NO
FA"
V
The vehicles furnished under this specification shall be the V
latest production model and shall be of good quality
NEW MODEL workmanship and material. The bidder represents that all of
the units offered under this specification shall meet or
exceed the minimum requirements specified
Awarded vendor(s) shall fiunish the City of Lubbock a
MSO (Certificate of Title will not meet this requirement). A
vehicle shall not be considered "delivered" unit the MSO is
received by the City of Lubbock. MSO shall be furnished at
MANUFACTURER'S
time of delivery and shall be made out in the name of the
4.
STATEMENT OF
City of Lubbock, providing the following:
ORIGIN (MSO)
J
GVWR for the particular model specified, or; The GVWR
required for the City of Lubbock's written exception, or, A
greater GVWR required by extra equipment, and; Nominal
Weight Rating (in tons), Odometer Disclosure Statement.
DO NOT ASSUME STANDARD EQUIPMENT MEETS
µ
NOTICE TO
ALL OF THE DETAILED SPECIFICATIONS.
j
5.
RESPONDENTS
Respondent is cautioned that any unit delivered to FOB
1�
point which does not meet specifications in every aspect
will not be accepted.
Engine shall be electronically controlled, in -line 6-cylinder
design. Shall have minimum 270 SAE gross horsepower at
2,000 RPM, and minimum 800 ft.lb. Gross torque at 1,300
6.
ENGINE
RPM. Engine repairs shall be available at any facility
authorized as a repair provider by the applicable engine
manufacturer. Engine shall have electronic shutdown
protection and shall also include engine exhaust brakes
...-..-__..-...---
Alison 3500 RDS with 5's Generation Controls, Wide Ratio,
7.
TRANSMISSION
6-Speed with Double Overdrive & PTO Provision & oil
f
level sensor
8.
WHEELBASE
232 inches
9.
CAB TO AXLE
121 inches
J
10.
AXLE TO FRAME
75 inches
11. BATTERIES Minimum two (2) OEM standard batteries, 900 CCA each.
Each vehicle, except cab and chassis units, shall be
LICENSE PLATE fiumshed with means and adequate space for attaching the
12. ATTACHMENT front & rear license plate without modification. Illumination
provided for the license plate shall be in compliance with V
Texas motor vehicle laws.
Mud flaps shall be installed complete on all vehicles W
prescribed by law to meet the Department of Public Safety
13. MUD FLAPS regulations.
All tiros shall be new and the tread style shall be the tire
14. TIRES manufacturer's standard design and the brand finnished on
regular production orders, unless otherwise specified.
14.1 FRONT TIRES 1 IR 22.5, load rating H
14.2 REAR TIRES I I R 22.5, load rating H
15.
VEHICLE WEIGHT
Gross vehicle weight rating (GVWR) shall be minimum of
RATINGS
52,000 pounds. 12,000 pounds front, 40,000 pounds rear.
Chassis, components, and accessories (including
16.
CHASSIS
aftermarket/non-OEM up -fits) shall comply with all
applicable recommended practices of The Maintenance
Council (TMC).
_
Frame shall be heat treated alloy steel, minimum 120,000
17.
FRAME
PSI. If the frame is reinforced, the reinforcement shall
/
extend from the back of the cab to within at least 6 inches
v
PERFORMANCE
from the end of the frame.
18.
The driveline components offered shall provide the
following in intended
REQUIREMENTS
minimum performance the
MAXIMUM SPEED
application:
19.
Maximum vehicle speed in top gear shall be electronically
limited 70
to mph.
1�
20.
GRADEABILITY
Shall provide minimum 1.2 percent gradeability at 55 mph
/
steady-state at peak torque, based upon 52,000 lb. GVWR.
Y
21.
HORN
Air with single trumpet & lanyard pull cord
Halogen, Composite Aero Design
Aluminum, D-Style, 40 US Gal (151L), Mounted Left Side,
22.
HEADLIGHTS
23.
FUEL TANK
Under Cab
V
Product safety plaques or decals shall be furnished and
affixed at the operator's station and at any hazardous area.
SAFETY PLAQUES
The safety plaques or decals shall describe the nature of the
hazard, level of hazard seriousness, how to avoid the
24
OR DECALS
hazard, and the consequence of human interaction with the
hazard. Permanent plaques are preferred to decals. Type,
size, and location of product safety plaques or decals shall
be in accordance with current ANZI Z535.4.
_
The unit shall be painted an approved manufacturer's
standard lead free bright white color, except for glass,
25.
PAINTING
rubber, and those metallic accessories or fixtures
constructed of rust -resistant or plated material not normally
painted.
V/
26.
Keys
Must Include (3) Sets of keys and or Key Fobs if applicable
27.
Convenience Package
Standard WT (Work Truck) Package
OPTION
Includes power windows, power locks and keyless entry
1. Power Package with 3 key fobs, power mirrors, cruise control and tilt .%o
steering wheel. S t1.L4
Provide Expected Delivery Date(s): I l ao - / Q,
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 NIIMSFRS_