HomeMy WebLinkAboutResolution - 2020-R0419 - PO 31055936 with Randall Reed's Prestige FordResolution No. 2020-RO419
Item No. 7.13
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. 31055936 for the purchase of
four door sedans as per ITB 21-15587-JM, 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
December 1, 2020
G�-
DANIEL M. POPE, MAYOR
ATTEST:
Re ca Garza, City Secre
Mark earwoo , Assistant City Manager
APPROVED AS TO FORM:
Ylli aLeisu`r&e,Assiostant City Attorney
ccdocs/RES.-PurchaseOrd 31055936 Four door sedans
November 12, 2020
City of
WLubbock PURCHASE ORDER
TO: RANDALL REED'S PRESTIGE FORD
PO BOX 472247
GARLAND TX 75047
Page - 1
Date - 11/12/2020
Order Number 31055936 000 OP
Branch/Plant 3526
SHIP TO: CITY OF LUBBOCK
FLEET SERVICES
206 MUNICIPAL DRIVE
LUBBOCK TX 79404
LNW,OICE TO: CITY OF LUBBOCK
ACCOUNTS PAYABLE
P.O. BOX 2000
LUBBOCK, TX 79457 BY:
Marta Ahrarez, Director Purchasing & Contract Management
Ordered 11 / 12/2020 Freight
Requested 1/11/2021 Taken By
Delivery J LOERWALD REQ 56638 Contract 15587
Description/Supplier Item Ordered Unit Cost UM
2020 Mid -size Sedans 2.000 19,850.0000 EA
CC 5731
2020 Mid -size Sedans 2.000 19,850.0000 EA
CC 3211
Terms NET 30
J MONTES
Extension Request Date
39,700.00 1 / 11 /2021
Total Order
39,700.00 VI I 1 /2021
79,400.00
This purchase order encumbers funds in the amount of $79,400.00 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 contract: Contract 15587 from Randall Reed's Prestige Ford of Garland, TX. Resolution# 2020-RO419
CITY OF LUBBOCK
"IV
Daniel M. Pope, Mayor
ATTEST:
—0 't ox,04�.C� 'k - - —
Rebecc Garza, City Secre r
Seller and Buyer agree as
follows:
PURCHASE ORDER
TERMS AND CONDITIONS
IMPORTANT: READ CAREFULLY
STANDARD TERMS AND CONDITIONS
CITY OF LUBBOCK, TX
1. SELLER TO PACKAGE GOODS. Seller will package goods in accordance with good commercial practice
Each shipping container shall be clearly and permanently marked as follows (a) Seller's name and address,
(b) Consignee's name, address and purchase order or purchase release number and the supply agreement number
if applicable, (c) Container number and total number of containers, e.g. box I of 4 boxes, and (d) the number
of the container bearing the packing slip. Seller shall bear cost 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 conclusiveon 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 ofdelivery, quality and the like. Ifs 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 arc 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 recoveror withhold the amount ofthe 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 ofthe 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 ofthe 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 ofsuch 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 ins rotation, and to the sample(s) furnished
by the Seller, if any. In the event of a conflict or between the specifications, drawings and descriptions, the
specifications shall govern. Notwithstanding any provisions contained in the contractual agreement, the Seller
represents and warrants fault -free performance and fault -free result in the processing date and date related data
(including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware
products delivered and services provided under this Contract, individually or in combination, as the case may
be from the effective date of this Contract. The obligations contained herein apply to products and sen ices
provided by the Seller, its sub- Seller or any third party involved in the creation or de%elopment ofthe 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 uaminties specified in this Contract,
and arc 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 beat the Seller's expense
11. NO WARRANTY BY BUYER AGAINST INFRINGEMENTS. As part of this contract for sale Seller
agrees to ascertain whether goods manufactured in accordance with the specifications attached to this agreement
will give rise to the rightful claim of any third person by way of infringement ofthe like. Buyer makes no
warranty that the production ofgoods 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 ofthe like. If Seller is ofthe 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 ofthe 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 ofthe 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 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 performance ofwork under this order may be 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 MAIEURE. 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 v%ithout 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 conformitywith
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 ad%entsemenl for bids, and any other documents provided by
Seller as partof his bid, is intended by the parties as a final expression of their agreement and intended also
as a complete and exclusive statement ofthe tems 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. Wherever
the termUniformCommercial 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
2I. RIGHT TO ASSURANCE. Whenever one party to this contract in good faith has reason to question
the other party's intent to perform he may demand that the other party give uritten assurance of his intent to
perform In the event that a demand is made and no assurance is given within five (5) days, the demanding
party may treat this failure as an anticipatory repudiation ofthe contract.
22 INDEMNIFICATION. Seller shall indemnify, keep and save harmless the Buyer, its agents, officials and
employees, against all injuries, deaths, loss, damages, claims, patent claims, suits, liabilities, judgments, costs
and expenses, which may in anywise accrue against the Buyer in consequence ofthe 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 oven expense, appear, defend and pay all charges of attorneys
and all costs and other expenses arising therefrom of incurred in connection them,ith, 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.
13. 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 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 cumulativ a and not exclusive,
and may be exercised concurrently. To the extent of any conflict between this pro%ision and another pro%ision
in. or related to, this document, this provision shall control.
_'6 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 emors or o%erpayments 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 efTecti%e on January
I, 2014, authorizes a penalty to be imposed on a person who contracts for certain sen ices with a go, emmental
entity and who fails to properly classify their workers. This applies to subcontractors as %%elL Contractors and
subcontractors who fail to properly classify individuals performing work under a governmental contract %rill be
penalized S200 for each individual that has been misclassifined. (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 pro% ide proofon
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 34th
Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering
into certain contracts with a governmental entity or state agency to file with the governmental entity or state
agency a disclosure of interested parties at the time the business entity submits the signed contract to the
governmental entity or state agency. Instructions for completing Form 1295 are mailable at
hlim uiv%v ci lubbock tx us(deoanmental websiva/deDrum xJourch in v ndor fnfonrration
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 descripti%e material
contained herein and any additional associated documents and Amendments. The City disclaims any terns and
conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict
between these terns and conditions and any terns and conditions provided by the Contractor, the terns and
conditions provided herein shall prevail. The terns and conditions provided herein are the final terms agreed
upon by the parties, and any prior conflicting term 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
ic(I) does not boycott Israel; and (2) will not boycott Israel during the term ofthe contract.
Rev 07 19
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
gency, 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 materials/service as needed.
RANDALL REED'S PRESTIGE FORD
THIS BID IS SUBMITTED BY 3601 S. SHILOH RD a corporation
GARLAND, Tx 75041
or a partnership consisting of
of the City of
organized under the laws of the State of
Firm:
Address: RANDALL REED'S PRESTIGE FORD
City: GARLAND, TX 75041 State: Zip
Bidder acknowledges receipt of the following addenda:
Addenda No. Addenda No.
Date
M/WBE Firm
By
Au
Date
Addenda No.
Date
or individual trading as
Addenda No.
Date
Woman Black American I I Native American
Hispanic American Asian Pacific Americl I Other (Specify)
Representative - must sign by hand
Ic 9/;: ?v12o2v
Officer Name and Title:���`Q%�
Please Print
Business Telephone Number.
E-mail Address
c1di„rs
qF40,SC 6-calil'- FAX: PTZ 4refe -i/o
0-1a,%Q! eo-S.- .
FOR CITY USE ONLY
Bid Form Item Number(s) Awarded to Above Named Firm/Individual:
Date of Award by City Council (for bids over $50,000): Date P.O./Contract Issued:
'WIA T1'J orw�
BID FORM
City of Lubbock, TX
Purchasing and Contract Management
Four Door Sedans
ITB 21-15587-JM
In compliance with the Invitation to Bid 21-15587-JM, 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 21-15587-JM is by reference incorporated in this contract. The Bid Form must be completed in blue or
black ink or by typewriter.
ITE
M
QTY
(+/-)
UOM
DESCRIPTION
UNIT
PRICE*
EXTENEDED
COST*
**Delivery
days ARO
1
4
EA
Four Door Sedans 1.5 Liter, 4
Cylinder. Please see SPEC 2020
Sedan for the specifications.
1 85O
Options
I
1
EA
5 year 1100,000 mile bumper to
bumper with zero deductible
Total for line item (1)
$
Total for line item (1) with Options
$ 40
Total: $79,400
*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, tw
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 lt&�010, net&&alendar 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
CITY OF LUBBOCK
MINIMUM SPECIFICATIONS FOR THE PURCHASE OF FOUR (4)
FOUR DOOR SEDANS
SPEC 2020 SEDAN
MAKE MODEL % N'YEAR ��AP0
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
RANDALL REED'S PRESTIGE FORD �po
VENDOR NAME: 3601 S. SHILOH RD PHONE: ev V ,
NO ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE
These specifications describe a mid -size four door sedan.
UNLESS OTHERWISE SPECIFIED, ALL UNITS SHALL BE
FURNISHED COMPLETE WITH STANDARD EQUIPMENT
GENERAL
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
ENGINE
1.5 liter, 4 cylinder ale •1•S
2.
TRANSMISSION
Automatic
EXTERIOR
A. Wheelbase I I I inches
MEASUREMENTS
B. Overall length 191 inches
3.
C. Overall width 84 including mirrors
D. Overall height 58 inches
4.
STEERING
Electric Power Steering, OEM power assisted
5.
ABS, HEAVY DUTY ANTI -LOCK BRAKES; 4-wheel disc
BRAKES
with Anti -lock braking system ABS
v
6.
BATTERY
OEM
V
7.
TIRES
OEM
CLOTH SEATS, CARPET FLOOR, TILT, CRUISE, POWER
8.
CONVENIENCE
WINDOWS, POWER LOCKS, KEYLESS ENTRY, REAR
PACKAGE
VISION CAMERA
FOUR KEYS AND KEY FOBS TO BE PROVIDED AT
8.
KEYS
TIME OF DELIVERY
v
aUs
MINIMUM REQUIREMENTS
SELLER COMPLIANCE
YES NO
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.
STANDARD
Warranty shall have a zero deductible.
WARRANTY
� ddb A. Mileage
B. Months A42
✓
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
STANDARD
their bids. Warranty shall have a zero deductible.
DRIVETRAIN
WARRANTY
" VO
V
A. Mileage
B. Months
COLOR
(2) Fleet White, (1) Silver, (1) Black
✓
OPTIONS
EXTENDED
1. 5 year / 100,000 mile Bumper to Bumper with Zero
�Ow
WARRANTY
deductible
$
PAGE 2 OF 5
BUILD DATE: &VON—&'^
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
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.
No Text