Loading...
HomeMy WebLinkAboutResolution - 2011-R0078 - PO - Fleet Safety Equipment Inc.- Equipment For Police Suvs - 02_10_2011Resolution No. 2011—R0078 February 10, 2011 Item, No. 5.31 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. 10001562 for the purchase of various equipment for installation into police SUV's as per Tarrant Co. No. 2008-124 PO, by and between the City of Lubbock and Fleet Safety Equipment, Inc. of Houston, 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. by the City Council on February 10, 2011 TOM MARTIN, MAYOR TTEST: Garza, City AS TO CONTENT: City Manager Information Officer AS TO FORM: Weaver, Assistant City Attorney xcdocs/RES.Fleet Safety Equip Co.-PurchaseOrd uary 25, 2011 0lcityOf d& TEXAS TO: PURCHASE ORDER FLEET SAFETY EQUIPMENT INC 5858 WALTRIP HOUSTON Texas 77087 SHIP TO: INVOICE TO: CITY OF LUBBOCK ACCOUNTSPAYABLE P.O. BOX 2000 LUBBOCK, TX 79457 BY: Ordered 01111/201I Freight Page - 1 Date - 02/04/2011 Order Number 10001562 000 OP Branch/Plant 100 CITY OF LUBBOCK FLEET SERVICES 206 MUNICIPAL DRIVE LUBBOCK Texas 79403 Requested 03/18/2011 Taken By R HOLDER 1 � PER T GU "REQ %524 TARRANT CO. NO.2008-124 Descxiptiesnl5upplier Item Ordered Unit Cost UM Extension Request Date 54" Light Bar Pkg WCTXPKG54 63.000 2,245,0000 EA 141,435.00 03/18/2011 M4 LED Flasher,Bl/Red NI4J2 126.000 1155600 EA 14,560.56 03/18/2011 SS Headlight Flshr SSFPOS16 63.000 52,3800 EA 3,299.94 03/18/2011 Rear Barrier w/Wire B5705TO7 63.000 270.7200 EA 17,055.36 03/18/2011 SUV Partition P5704TIOA 63.000 421.2000 EA 26,535.60 03118/2011 Recessed Panel -Tahoe RP57T07 63.000 60.4800 EA 3,810.24 03/18/2011 Vertical Gun Rack G7210 63.000 272,1600 EA 17,146.08 03/18/2011 Equipment Console C-1400 63.000 1505000 EA 9,481.50 03/18/2011 Mounting Base C-TMW-GMC-02 63.000 88.9000 EA 5,600.70 03/18/2011 Shipping and Handling 1.000 643.0000 EA 643.00 03/18/2011 Quote Number 5716 Total Order— — — Terms NET 30 239,567.98 This purchase order encumbers funds in the amount of $239,567.98 for the purchase of various equipment for installation in Police SUV's, awarded on February 10, 2011, to Fleet Safety Equipment, Inc., of Houston, TX. The following is incorporated into and made part of this purchase order by reference: Price quotation dated February 4, 2011 from Fleet Safety Equipment, of Houston, TX, and Tarrant County contract # 2008-124. Resolution # 2011—R0078 CITY OF LUBBOCK ATTEST: -% r 4olr�o '0 a�' '= , e- I - '2�� Tom Martin, Mayor Reb ca Garza, City Secretary TERMS AND CONDITIONS IMPORTANT: READ CAREFULLY STANDARD TERMS AND CONDITIONS CITY OF LUBBOCK, TEXAS Seller and Buyer agree as follows: 1. SEi.LER TO PACKAGE GOODS. Sellerwill 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 agroetnad 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 coat of packaging unless otherwise provided. Goods shall be suitably Packed to secure lowest transportation costs and to confirm with requirements of common carriers and any applicable specifications. Buyer's count or weight shall be final and conclusive on shipments not accompaaaied by pecking lists. 2. SHIPMENT UNDER RESERVATION PROHIBITED. Seller is not authorized to ship the goods under reservation and no tender of a bill of Luling will operate as a tender of goods. 3. T= 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 lender of delivery of goods trust fully comply with all provisions of this contract as to time of delivery, quit mid the ltkr, If a tender is made which does ant fully conform, this shall constitute a breach and Seller shall not have the right to substiltuc 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 them make a conforming tender within the contract time but not afterward. 5. INVOICES & PAYMENTS. a. Seller shall =limit sepwzw invoices, in duplicate, me 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 Tor. Accounts Payable, City of Lubbock P. O. Box 2000, Imbbock, Texas 79457. Payment shall not be due until the above instruments are subtnirted after delivery. 6. GRATUITIES. The Buyer may, by written notice to the Seller, cannel 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 restive of the Seller. to any officer or employee of the City of Lubbock with a view to securing a coca -act or securing favorable treatment with respect to the awarding or amending, or the making of any determinations ve ith respect to the performing of such a contraa in the event this contract is canceled by Buyer pursuant to this provision. Buyer shall be =&led, in addition to any other rights and remedies, to recover or withhold the amount of the cat incurred by Seiler in providing such gratuities. 7. SPECIAL TOOLS & TEST EQUIPMENT. If the pace stated on the face hereof includes the coat of arty special tooling or special test equipment fabricated or required by Seller for the purpose of filling this order, such special tooling equipment and any proem sheets related thereto shall become the property of the Buyer and to the extent feasible shall be identified by the Seiner as such. g. WARRANTY -PRICE. a. The price to he paid by the Buyer shall be that contained in Seller's bid which Seller warrants to be no higher than Seller's marent process on orders by others for products of the kind and specification covered by this agreement for similar quantifies under similar of like conditions and methods of purchase. In the event Seiler breaches this warranty, the prices of the items shall he reduced to the Seller's current prices on milers by others, a m the alternative. Buyer may cancel this contract without liability to Sella for breach or Seller's actual expense, b The Sella waaaaoa that no person our selling agency has been employed or retained to solicit or seem this contract upon an agreement or understanding for commission, percentage. brokerage, or contingent fee excepting bons fide employees of bona fide established commercial or selling agencies maintained by the Sella for the purpose of securing business. For breach of vicution of this warranty the Buyer shall have the right in addition to any otber 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 contrast price, or otherwise Teeover the full annotuit of such commission. percentage, brokerage or contingent fee. 9. WARRANTY -PRODUCT. Seller shall not limit or exclude any implied warranties and say attempt to do so shall render this contract voidable at the option of the Buyer. Sella warrants that the goods fumished will conform to the specificatim drawings, and descriptions listed iu the bid invitation, and to the samples) 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 pmisireas 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 Ihnited to calculating, comparing and sequencing) of all hardware, software and lirrowae products delivered and services provided under this ConttacL individually or in combination, as the case may be from the effective dale of this Contract Also, the Seiler warrants the year2000 calculations will be recognized and accommodated and will not, in anyway, remit in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Seller, at any time, to demonstrate the procedures R imerls to follow in order to comply with all the obligations contained heaem. The obligations contained herein apply to products and services provided by the Seller, its sub -Seller or may 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 pertithimg to termination or default. The warranties contained harm are separate and discrete from any other warranties specified an this Contract, and ate not subject to any disclaimer of warranty, implied or expressed, or limitation of the Sellers liability which may be specified in this Contract, its appendices, its schodufes, its annexes or any document incorporated in this Contract by refercnce. 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 conettioo or replacement at the Sellers expense. in the event Seiler 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 part of this contract for We Seller agues 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 goads 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 Sella is sued on the grounds of infringement of the hike, If Seller is of the opinion that an infrfngememt or the like will result, he will notify the Buyer to this effect in writing within two weeks after the signing of" agreement. If Buyer does not receive notice and is subsequently held liable for the infringement or the like, Seiler will save Buyer harmless. If Sellerin good faith ascertains the production of the goods in accordance with the specilicatiaas will remit in infringement or the like, the contract shall be null and void 12. RIGHT OF INSPECTION. Buyer shall have the right to inspect the goods at delivery before accepting theta. 13. CANCELLATION. Buyer shall have the right to cancel fin default all or arty pat of the =delivered portion of" order if Seller breaches any of the' hereof including warranties of Seller or if the Seller becomes insolvent or commits acts of bankruptcy. Such rigbt of cancellation is in addition to and not in lieu of any other remedies which Buyer may have in law or equity. 14. TERMINATION. The performance of work 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 pexfiumaace of work under the order is terminated and the date upon which such termination becomes effective. Such right or twithadtm is in addition to and not in lieu of the rights of Buyer set forth in Clause 13, betteen. 15. FORCE MAIEURE. Neither party shall be held responsible for losses, resulting if toe fulfillment of any terms of provisions of this contract is delayed or pmvented by any cause not within the control of the party whose petformance is intarfeced w fth, and which by the exercise of reasonable diligence said party is unable to prevent 16, ASSIGNMENT -DELEGATION. No right or rest in this contract shall be assigned or delegation of any obligation Trade by Seller without the written permission of the Buyer. Any attempted assignment or delegation by Sella shall be wholly void and totally meffaetive for all purpose unless made in conformity with this paragraph. 17. WAIVER. No claim or right arising out ofa 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 considantiou and is m writing signed by the aggrieved party. 18. INTERPRETATION -PAROLE EVIDENCE. This writing, plus any specifications for bids and performance provided by Buyer in its advertisement forbids, and any otber dochm arm 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 tams of their agreement Whenever a term demmnd by the UniformComrnacial Code is used in this agreement. the definition eomaimed in the Code is to control 19. APPLICABLE LAW. This agreement shall be governed by the Uniform Commercial Code. Where ever the tam "Uniform Commercial Code" is used. it shall be construed at meaning the Uniform Cotmmercial Code as adopted in the Stale of Texas as effective and im force on the date of this agreemau. 20. RIGHT TO ASSURANCE. Wherever one party to this contract in good faith bas reason to question the other party's intent to perform he may demand duet the other party give written assurance of his intent to perform. in the event that a demand is made and no rssutnaoce is given within five (5) days, the demanding patty may treat this failum as an anticipatory repudiation of the contract. 21. INDEMNIFICATION. Seller shall indemnify, keep and save harmless the Buyer, its agents, officials and employees, against all injuries, death& loss, damages, claims, patent claims, attics, Liabilities, judgments, costs and expensm wbieh may in anywise acme against the Buyer m consequence of the granting of this Contract or which may anywise result tdatfi+om, whether or not it shall be alleged or determined that the act was caused through negligence or omission of the Seller or its employer, or of the subSeller or assignee or its employees, if any, and the Seiler shall, at bis own expense, appear, defend and pay all charges of attorneys and all crusts and other expenses arising then&= of inctrred in connection thaewith, and, if any judgment shall be tendered against the Buyer in any such action, the Seller shall, at its own expenses, satisfy and discharge the Satre Sella exprmly 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. 22. TIME. It is hereby expressly agreed and understood that time is of the essence for the performance of this contract. and fathne by contract to meet the tine specifications of this agreement will cause Seller to be in default of this agreement. 23. MBE. The City of Lubbock hereby notifies all bidders that in regard to any oomtract entered into pursuant to this request, maturity and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminffitd against our the grounds of race, color, sex or natural origin in consideration for an award Rev. 08/2005