Loading...
HomeMy WebLinkAboutResolution - 2023-R0323 - PO 23105667, With James, Cooke And Hobson, Inc - 06/27/2023Resolution No. 2023-RO323 Item No. 6.12 June 27, 2023 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. 23105667 for the purchase of Flygt Pumps for Lift Station 48 and Intermediate Lift Station at the SEWRP, by and between the City of Lubbock and James, Cooke and Hobson, Inc. of Albuquerque, NM, 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 ATTEST: Cour'r:ney Paz, 'APPROVED AS TO CONTENT: Erik ejino, Assistant City Manager OVED AS TO FORM: s, Deputy June 27, 2023 TRAY PAYNE, MAYOR RES.James, Cooke and Hobson-PurchaseOrd 23105667 �°w�, ,��� ��"'Ob" City of Lubbock TEXAS PURCHASE ORDER JAMES, COOKE AND HOBSON, INC. TO: 4210 HAWKINS ST NE ALBUQUERQUE NM 87109-4510 Page - Date - 1 of 2 6/7/2023 Order Number 23105667 000 OP Branch/Plant CITY OF LUBBOCK SHIP TO: WATER RECLAMATION PLANT 3603 GUAVA AVENUE LUBBOCK TX 79403 INVOICE TO: CITY OF LUBBOCK ACCOUNTSPAYABLE P.O. BOX 2000 LUBBOCK, TX 79457 4BY:� Marta , Director of Purchasing &Contract Management Ordered 6/7/2023 Freight Requested 11/14/2023 Taken By S BALLANCE Delivery PER M GONZALES REQ 60281 PUR 17418t SOLE SOURCE If you should have any questions, please contact Mary Gonzales: MHGonzales a(�� nylubbock.us or 806-775-3229 Description/Supplier Item Ordered Unit Cost UM Extension Request Date Flygt NP3202 614imp 60 hp 2.000 70,800.0000 EA 141,600.00 11/14/2023 Flygt NP3301 626imp 70hp 1.000 84,532.0000 EA 84,532.00 11/14/2023 Total Order Terms NET 30 226,132.00 This purchase order encumbers funds in the amount of $226,132.00 awarded to James, Cooke and Hobson, Inc. of Albuquerque, NM, on June 27 , 2023. The following is incorporated into and made part of this purchase order by reference: Quote dated April 25, 2023, from James, Cooke and Hobson, Inc. of Albuquerque, NM. Resolution # 2023-RO323 CITY OF L Tray Payne, ay A ST: eCou eyCity Sec 231 Lubbock TEXAS PURCHASE ORDER JAMES, COOKE AND HOBSON, INC. TO: 4210 HAWKINS ST NE ALBUQUERQUE NM 87109-4510 Page - Date - 2 of 2 6/7/2023 Order Number 23105667 000 OP Branch/Plant CITY OF LUBBOCK SHIP TO: WATER RECLAMATION PLANT 3603 GUAVA AVENUE LUBBOCK TX 79403 INVOICE TO: CITY OF LUBBOCK ACCOUNTSPAYABLE P.O. BOX 2000 LUBBOCK, TX 79457 4BY:y Marta Director of Purchasing & Contract Management Ordered 6/7/2023 Freight Requested 11/14/2023 Taken By S BALLANCE Delivery PER M GONZALES REQ 60281 PUR 17418: SOLE SOURCE If you should have any questions, please contact Mary Gonzales: MHGonzales@mylubbock.us or 806-775-3229 INSURANCE REQUIRED: Commercial General Liability: $1,000,000 occurrence / $2,000,000 aggregate (can be combined with an Excess Liability to meet requirement). CGL is required in ALL contracts. It is perhaps the most important of all insurance policies in a contractual relationship. It insures the Contractor has broad liability coverage for contractual activities and for completed operations. Workers Compensation and Emplover Liability: Statutory. If the vendor is an independent contractor with no employees and are exempt from providing Workers' Compensation coverage, they must sign a waiver (obtained from COL Purchasing) and include a copy of their driver's license. Employer Liability ($1M) is required with Workers Compensation. Commercial General Liability to include Products — Additional Policies: N/A Completion/OP, Personal and Advertising Injury, Contractual Liability, Fire Damage (any one fire), and Medical Expenses (any one person). Automotive Liability: Combined Single limit for Any Auto - $1,000,000 *The City of Lubbock (including its officials, employees and volunteers) shall be afforded additional insured status on a primary and non-contributory basis on all liability policies except professional liabilities and workers' comp. *Waivers of Subrogation are required for CGL, AL, and WC. *To Include Products of Completed Operations endorsement. *Carrier will provide a 30-day written notice of cancellation, 10-day written notice for non-payment. *Carriers must meet an A.M. Best rating of A- or better. *Subcontractors must carry same limits as listed above. 231 Rev. 3/2022 Seller and Buyer agree as follows: PURCHASE ORDER TERMS AND CONDITIONS STANDARD TERMS AND CONDITIONS ACCEPTANCE OF THIS PURCHASE ORDER: CONTRACTOR ACKNOWLEDGES by suoolvine any Goods or Services that the Contractor has read. full understands and will be in full compliance with all terms and conditions and the descriptive material contained hero d any additional associated documents and Amendments, The City disclaims any terms and conditions provided b the Contractor unless agreed upon in writing by the partiesIn the event of conflict between the City's terms an conditions and anv terms and conditions orovided by the Contractor, the tents and conditions provided herein sha i I. 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. Buyers 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 Idle. 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. 0. 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 torn 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 Sella 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 Sella 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 ofpurchase. 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 confomu to the specification, drawings, and descriptions listed in the bid invitation, and to the sample(s) famished 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 warns fault -free performance and fault -free result in the processing date and daterelated 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 Contras 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 Contras, 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 Contras, 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 conlbrm 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. It. 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 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 issued on the grounds of infrngement of the like. If Seller is of the opinion that an infiingement or the like will result, he will notify the Buyer to this effect in writing within two weeks after the signing of this agreenent. 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 contras 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 spices 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 contras is spent, whichever event occurs first. If at ay 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 tight to cancel for default all or any pan 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 ass 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 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 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 tents 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. IS. 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 perfonswrce provided by Buyer in its advertisement for bids, and any other documents provided by Seller as par of his bid, is intended by the patties as a final expression of their agreement and intended also as a complete and exclusive statement of the terms of their agreement. Whenever a tern 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. Wherever 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 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 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 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, 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 compeem jurisdiction Further, the City shall not be subject to any arbitration process prior to exercising its unrestneted 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 arors or overpayments by the City, Contractor shall refund the City the toll 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. The Contractor shall not assign or sublet the contract, or any portion of the contract, without written consent from the Director of Purchasing and Contras Management. 28. Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorist Organization Prohibited. Pursuant to Section 2252.152 of the Texas Government Code, prohibits the City from entering into a contract with a vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or service with Iran, Sudan or a foreign terrorist organization 29. 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 available at hnn. www n. kWck.tx. armicntal- ebs'tesdrnaYmerllbpurchasirg� cndor•in rrnaran 30 No Boycott of Israel. Pursuant to Section 2271 002 of the Texas Goverment Code, Respondent certifies that either (i) it meets an exemption cot tit, under Section 2271 002; or (it) it does not boycott Israel and will not boycott Israel during the term of the contras resulting from this solicitation. Respondent shall state any facts that make it exempt from the boycott certification in its Response. 31, No Boycott of Energy Companies Pursuant to Section 2274 of the Texas Goverment Code, Respondent certifies that ether (i) it meets an exemption artena under Section 2274.002; or (ii) it does not boycott Energy Companies and will not boycott Energy Companies dunng the term of the contras resulting from this solicitation. Respondent shall state any facts that make it exempt from the boycott certification in its Response 32. No Boycott of a Firearm Entity or Firearm Trade Association. Pursuant to Section 2274 of the Texas Government Code, Respondent certifies that either (i) it meets an exemption criteria under Section 2214.0Q; or (it) it does not boycott a Fre= Entity or Firearm Trade Association and will not boycott a Firearm Entity or Firearm Trade Association during the tern of the contras resulting from this solicitation. Respondent shall state any facts that make it exempt from the boycott certification in its Response. 33. Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorist Organization Prohibited. Pursuant to Section 2252.152 of the Texas Goverment Code, prohibits the City from entering into a contract with a vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or service with Iran, Sudan or a foreign terrorist organization 34. TEXAS PUBLIC INFORMATION ACT. The requirements of Subchapter J. Chapter 552. Govemment Code, may apply to this contract and the contractor or vendor agrees that the contras can be terminated if the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter 35 Pursuant to Section 552 301(c) of the Texas Government Code, the City of Lubbock has designated the following email address for which public information requests may be made by an entailed request S>aj,3mcluhho-k . Please send this request to this email address for it to be processed REV 32022 C,-go) H JAMES • COOKE • HOBSON 4/25/2023 Attention: Mary Address- 102 Nena Amarillo. TX 79119 Phone: (806) 676-0017 Web: jchinc.com Subject: Quote for new Flygt pumps for the LS 48 and Intermediate LS Dear Mary: Thank you for giving us the opportunity to quote you new F1gyt pumps for the above -mentioned locations at the WWTP. Atl these will have to come from factory with an 18-20-week delivery on Ocean freight. We will pass along updates on the delivery as we get notification from Flygt on the progress. I'm hoping that the delivery will be a few weeks shorter. Please use the below pricing and please remember we have added shielded cable to each of these pumps since they all run on VFD: - Ld station #48 o NP3202 614imp., 60hp, 460VAC 3phase, 12" discharge, 65' shielded cable, FLS(Float Leakage sensor), FV(Flush valve port). • Your cost is S70.80 M each. ■ Ouunft of (21 the total would be $141.600.00 - Intermediate L& statwrt o NP3301 626imp. 70hp, 460VAC 3phase, 12" discharge, 65' shielded cable, FLS (Float leakage sensor), FV(Flush valve port), FM(explosion proof) • Your cost is saj2m each. • Ostantlty of (1) the total would be N"2.00 Price is fob job site (no freight charges) Terms are Net 30. Quote is valid for 90 days. Please review above carefully and feel free to call with any questions. Thank you!! Mike Neill Sales Engineer Jogs, coa aHotnomw Cell: 806-336-5913 Office: 806-641-8750 Email : Mike.neill(uichinc.com www jchina.com CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2023-1032455 James Cooke & Hobson, Inc. Amarillo, TX United States Date Filed: 06/09/2023 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 06/09/2023 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. PO 23105667 Flygt Pumps Nature of interest 4 Party Name of Interested P City, State, Count lace of business tY, Country (P ) check applicable) ( PP ) Controlling Intermediary 5 Check only if there is NO Interested Party. ❑ X 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.etnlcs.state.tx.us version v13.0.1.aioeacca CERTIFICATE OF INTERESTED PARTIES FORM 1295 OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number, 2023 1032455 1 Name of business entity filing form, and the city state and country of the business entity's place of business. James Cooke & H A TX (Dim„ Date Filed: 06/0912023 2 Name of governmental entity or state agency that is a parry to the contract for which the form is being filed City of Lubbock Date Acknowledged 3 Provide the identification numbe, used by the governmental entity or state agency to track or identify the contract and provide a description of the servict .. goods or other property to be provided under the contract. PO 23105667 Fygt Pumps Nature of inter( 4 Name of Interested Party City. State. Country (place of business) (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My narie is Mike Neill and my date of birth is My address is 102 Nena Ln Amarillo TX 79119 USA aveet) ICAr1 (state) (apcode I iowgrYI I declare under penalty of peilury that the foregoing is true and correct Executed in Randall County State of Tom._ _ on the 9 day of .tune . 20 23 (rnwW (Yeaf Signature of autho ized agent of contracwtg business entity (Dwarant, ven