HomeMy WebLinkAboutResolution - 2022-R0433 - PO 10025814 with 1st Class Solutions 10.25.22Resolution No. 2022-RO433
Item No. 5.10
October 25, 2022
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 f
and on behalf of the City of Lubbock, Purchase Order No. 10025814 in accordance with TIl
contract 200301 for the purchase of furniture for LPD headquarters, by and between the City
Lubbock and ls` Class Solutions of Lubbock, TX and related documents. Said Purchase Order
attached hereto and incorporated in this resolution as if fully set forth herein and shall
included in the minutes of the City Council.
Passed by the City Council on
ATTEST:
Reb cca Garza, City Secre ry
APPROVED AS TO CONTENT:
Erik Rejino, Assistant City Manager
APPROVED AS TO FORM:
lli Leisure, Assistant City Attorney
October 25, 2022
ccdocs/RES.PurchaseOrd 10025814 Furniture for LPD Headquarters
10.07.22
City of
+Lubbock
TEXAS
PURCHASE ORDER
TO: 1 ST CLASS SOLUTIONS
6808 79TH STREET
LUBBOCK TX 79424
Page -
Date -
10/6/2022
Order Number 10025814 000 OP
Branch/Plant
SHIP TO: CITY OF LUBBOCK
POLICE DEPARTMENT
1401 15TH ST
LUBBOCK TX 79401
INVOICE TO: CITY OF LUBBOCK
ACCOUNTSPAYABLE
P.O. BOX 2000
LUBBOCK, TX 79457 BY:
Marta ARarez, Director of Purchasing & Contract Management
Ordered 10/6/2022 Freight
Requested 10/6/2022 Taken By
Delivery PER P CHAPMAN REQ 59416
PUR 16833/TIPS CONTRACT 200301
YBUSBY
If you have any questions contact Yvette Chapman:ychapman@mylubbock.us Phone 806-775-2201
Description/Supplier Item Ordered Unit Cost
UM
Extension
Request Date
Furniture 1.000 392,696.1900
EA
392,696.19
12/30/2022
Freight Surcharge 1.000 5,945.0000
EA
5,945.00
12/30/2022
Installation 1.000 65,380.4500
EA
65,380.45
12/30/2022
Total Order
Tetras NET DUE ON RECEIPT
lT►f►1�J.+:T►C� �.a_ol�l�l l:a a ��
464,021.64
1611
Commercial General Liability Requirements: $1M occurrence $2M workers compensation and Employer Liability Kequirements: Statutory.
aggregate (can be combined with an Excess Liability to meet requirement). the vendor is an independent contractor with no employees and are exempt
CGL is required in ALL contracts. Commercial General Liability to include from providing Workers' Compensation coverage, they must sign a waiver
Products — Completion/OP, Personal and Advertising Injury, Contractual and include a copy of their driver's license. Employer Liability ($IM) is
Liability, Fire Damage, and Medical Expenses (any one person). required with Workers Compensation.
City of Lubbock is named as an additional insured on a primary and non-contributory basis with a waiver of subrogation in favor of the
City of Lubbock on liability coverages. To include products of completed operations endorsements. Waiver of subrogation provided on
the workers' compensation.
This purchase order encumbers funds in the amount of $464,021.64 awarded to 1 ST Class Solutions of Lubbock, TX, on
October 25 , 2022. The following is incorporated into and made part of this purchase order by reference: Quote dated October 05,
2022, from 1ST Class Solutions of Lubbock, TX and TIPS Contract 200301.
Resolution # 2022-RO433
CITY F BOCK
Tra yne a
A E T:
Rebec4kGarza, City Secretary
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 supolving 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 material contained herein
and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by
the Contractor unless agreed upon in writing by the parties. In the event of conflict between the City's terms and
conditions and any terms and conditions orovided by the Contractor, the terms and conditions orovided herein shall
Prevail, The terms and conditions provided herein are the final terms agreed upon by the parties. and any prior
conflicting terms shall be of no force or effect.
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 1 of 4 boxes, and (d) the number of the
container bearing the packing slip. Seller shall bear cost of packaging unless otherwise provided. Goods shall be
suitably packed to secure lowest transportation costs and to conform with requirements of common carriers and any
applicable specifications. Buyer's count or weight shall be final and conclusive on shipments not accompanied by
packing lists.
2. SHIPMENT UNDER RESERVATION PROHIBITED. Seller is not authorized to ship the goods under
reservation and no tender of a bill of lading will operate as a tender of goods.
3. TITLE AND RISK OF LOSS. The title and risk of loss of the goods shall not pass to Buyer until Buyer actually
receives and takes possession of the goods at the point or points of delivery.
4. NO REPLACEMENT OF DEFECTIVE TENDER. Every tender of delivery of goods must fully comply with all
provisions of this contract as to time of delivery, quality and the like. If a tender is made which does not fully conform,
this shall constitute a breach and Seller shall not have the right to substitute a conforming tender, provided where the
time for performance has not yet expired the Seller may reasonably notify Buyer of his intention to cure and may
then make a conforming tender within the contract time but not afterward.
S. INVOICES & PAYMENTS. a. S e l l 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 form of entertainment, gifts or otherwise, were offered or given by the
Seller, or any agent or representative of the Seller, to any officer or employee of the City of Lubbock with a view to
securing a contract or securing favorable treatment with respect to the awarding or amending, or the making of any
determinations with respect to the performing of such a contract. In the event this contract is canceled by Buyer
pursuant to this provision. Buyer shall be entitled in addition to any other rights and remedies, to recover or withhold
the amount of the cost incurred by Seller in providing such gratuities.
7. SPECIAL TOOLS & TEST EQUIPMENT. If the price stated on the face hereof includes the cost of any special
tooling or special test equipment fabricated or required by Seller for the purpose of filling this order, such special
tooling equipment and any process sheets related thereto shall become the property of the Buyer and to the extent
feasible shall be identified by the Seller as such.
8. WARRANTY -PRICE. a. The price to be paid by the Buyer shall be that contained in Seller's bid which
Seller warrants to be no higher than Seller's current process on orders by others for products of the kind and
specification covered by this agreement for similar quantities under similar of like conditions and methods of purchase.
In the event Seller breaches this warranty, the prices of the items shall be reduced to the Seller's current prices
on orders by others, or in the alternative. Buyer may cancel this contract without liability to Seller for breach
or Seller's actual expense. b. The Seller warrants that no person or selling agency has been employed or retained to
solicit or secure this contract upon an agreement or understanding for commission, percentage, brokerage, or contingent
fee excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Seller for
the purpose of securing business. For breach of vitiation of this warranty the Buyer shall have the right in addition to
any other right of rights to cancel this contract without liability and to deduct from the contract price, or otherwise
recover without liability and to deduct from the contract price, or otherwise recover the full amount 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 invitation, and to the sample(s) furnished by the Seller, if any.
In the event of a conflict or between the specifications, drawings, and descriptions, the specifications shall govem.
Notwithstanding any provisions contained in the contractual agreement, the Seller represents and warrants fault -free
performanceand fault -free result in the processing date and date related data (including, but not limited to calculating.
comparing and sequencing) of all hardware, software and firmware products delivered and services provided under
this Contract, individually or in combination, as the case may be from the effective date of this Contract. The
obligations contained herein apply to products and services provided by the Seller, its sub- Seller or any third party
involved in the creation or development of the products and services to be delivered to the City of Lubbock under this
Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock
availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining
to termination or default. The warranties contained herein are separate and discrete from any other warranties
specified in this Contract, and are not subject to any disclaimer of warranty,nmplied or expressed or limitation of the
Seller's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document
incorporated in this Contract by reference.
10. SAFETY WARRANTY. Seller warrants that the product sold to the Buyer shall conform to the standards
promulgated by the U. S. Department of Labor under the Occupational Safety and Health Act of 1970. In the event the
product does not conform to OSHA standards. Buyer may return the product for correction or replacement at the
Seller's expense. In the event Seller fails to make the appropriate correction within a reasonable time, correction
made by Buyer will be at the Seller's expense.
11. NO WARRANTY BY BUYER AGAINST INFRINGEMENTS. As 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 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 of this agreement. If Buyer does not receive notice and is subsequently held liable for
the infiingement 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 ofan
annual appropriation for this purpose by the City. In the event of nonappropriation of funds by the City Council of the
City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without
termination charge or other liability, on the Ian 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 in 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.
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
terms 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.
I8. WAIVER. No claim or right arising out of a breach of this contract can be discharged in whole or in part by a
waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in
writing signed by the aggrieved party.
19. INTERPRETATION -PAROLE EVIDENCE. This writing, plus any specifications for bids and performance
provided by Buyer in its advertisement for bids, and any other documents provided by Seller as part of his bid.
is intended by the parties as a final expression of thew 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 competent
jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted
right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised
concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document,
this provision shall control.
26. RIGHT TO AUDIT. At any time during the tern 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 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 fu11 amount
of such overpayments within thirty (3C) 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 c r sublet the contract, or any portion of the contract, without written consent from
the Director of Purchasing and Contract 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 W8 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: htt2. www.ci.lubbock.tx.us deoartmental-
websires deoariment�nurchasing ymWvi-irl lboULlU
30. No Boycott of Israel. Pursuant to Section 2271.002 of the Texas Government Code, Respondent certifies that
either (i) it meets an exemption criteria under Section 2271.002; or (ii) it does not boycott Israel and will not boycon
Israel during the term of the contract resulting from this solicitation. Respondent shall state any facts ihai make it
exempt from the boycott certification in its Response.
31. No Boycott of Energy Companies. Pursuant to Section 2274 of the Texas Government Code, Respondent
certifies that either (i) it meets an exemption criteria under Section 2274.002: or (ii) it does not boycott Energy
Companies and will not boycon Energy Companies during the tern of the contract resulting from this snlicuat ion.
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 2274.002: or (ii) it
does not boycott a Firearm Entity or Firearm Trade Association and will not boycott a Firearm Entity or Firearm
Trade Association during the term of the contract 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 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 s upp tics or
service with Iran Sudan or a foreign terrorist organization
34. TEXAS PUBLIC INFORMATION ACT. The requirements of Subchapter J. Chapter 552. Government Code,
may apply to this contract and the contractor or vendor agrees that the contract 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 folbwing
email address for which public information requests may be made by an emailed request: an a mylubbock us. Please
send this request to this email address for it to be processed
15. TERMINATION. The performance of work under this order may be terminated in whole, or in part by the Buyer
REV. 3.2022
Lacy Johnson : lacy@istclasssolutions.com
If 1ST CLASS SOLUTIONS 8o6.787.4749
SLeeanne Bergen: leeanne@tstclasssolutions.com
806-470.4984
Prepared For. Marta Alvarez QUOTATION LM B072
City of Lubbock - Purchasing
1314 Avenue K Date: 1015.1022
Lubbock TX 79401 Expires: 1o/26/2o22
8o6.775.2572
MAlvarez@mylubbock.us
City of Lubbock- Police Department
Headquarters
Please contact us for Purchase Order instructions
ACCs Qty
Mfg Model No.
Description
Ust
Sell
Ext Sell
1
RH
Truman Task Floor Lamp -Bronze Finish
S1,675•00
$1.50750
51,507.50
Ext. USt: S1,67S.00
Subtotal: Sl A07.So
ACC2 Qty Mfg Model No. Description Ust Sell Ext Sell
2 RH Truman Table Lamp -Bronze Finish $1,395.00 $1.2
55 So 52,511,00
Ext List: $2,790.00
Subtotal: $2,S1 t.00
CM Qty Mfg Model No. Description Ust Sell Ext Sell
191 RGP ME8ERGLO ERGO LO BACK -MESH 51,692 00 $727.56 $138.963.96
W09 1 Black Mesh
A Tension Control
D Tdt Lock
E Back Angle Adjustment
F Synchro-Tilt
G Seat Height Adjustment
H Waterfall Seat
NO Selection
J Back Height Adjustment
K Seat Depth Adjustment
M Arm Height Adjustment
0 Swivel Arm
Adjustable Arm Depth
Ext Ust: S321172.00
Subtotal: S138,g63.0
CHto Qty Mfg Model No. Description Ust Sell Ext Sell
4 CORE 79olMB Endurance Floor -Mount Stool. grey $210.00 S184.80 $739.20
Ext Ust: 040.00
Subtotal: $73q.20
CHn Qty Mfg Model No. Description Ust Sea Ext Sell
3 CS 315oHR CONCEPT SEATING -Operator, 57-5tacato Black. $3,44114 $1.961.45 $5,884.35
SwtngAnns, 24/7 use, Adjustable Amiss
1st Class Solutions 5121 6gth Street, Lubbock, TX 7g424 18o6 7714888 11stclasssolutions.com
Page 1 of q
Ext List: $10323.42
Subtotal: $S,884.3S
CH2 Qty Mfg Model No. Description List Sell Ext Sell
63 SIT 1051FTI.US Rio, Four Leg Chair, Upholstered Seat & Plastic Back, $383.00 $183.84 $11,581.92
MArmless
FC1 Bla A. rame
C13 Standard Carpet tasters
No Tablet Upgrade
SC21 Arctic
No Selection
COM COM: Customers Own Material
TOR HBF PEPPER &_END'GRANULAR
AC Fully Assembled in Carton
CUT YARDAGE -H8FPepper Blend/Granular for CH2 $7,400.00 $6.660.00 $6,66o.00
Ext Ust: t31.529.00
Subtotal: $18.241.92
CHg Qty Mfg Model No. Description List Sell Ext Sell
JIM 5 SIT 1051Frl.USS9 Rio, 24" Counter5toot Upholstered Seat& Plastic $647.00 $310.56 $1,552 80
Back, Armless
FC1
Black Frame
GL2
Performance Multi -Surface Glide
SC21
Arctic
-
No Selection
FG6
Fabric Grade 6
-
No Selection
TOR
MOMENTUM SPEAKEASY/KOHL
Ext Ust:
Subtotal:
$3.23S•oo
$1AJ;2.R0
CHG Qty Mfg Model No. Description Ust Sell Ext Sell
12 SIT 1051FT1.USS2 Rio, 30" Bar Stool, Upholstered Seat & Plastic Back, 54700 $310.56 $3,726.72
0 Armless
FC7
Black Frame
GL2
Performance Multi -Surface Glide
SC21
Arctic
-
No Selection
FG6
Fabric Grade 6
-
No Selection
1 OR
MOMENT UM SPEAKEASYIKON'
Ext list:
$7.764.00
Subtotal:
$3.726.72
L05 Qty Mfg Model No.
Description
List Sell
Ext Sell
2 BSI CVF344o-31
Caav Single Seat 341/4d x 391112W x 301/2111
$4.276.00 $2.009 72
$4,019.44
COM
Customer's Own Material
TOR
HBF PEPPER BLEND/GRANULAR
M
Maple Wood Species (Standard)
CAG
Aged Ash Coodinate
TBR
Tablet Arts Right (As Seated)
SAME
Same Finish as Leg Tablet Arm Right (As Seated)
PUL
Power in the Front Left (as seated)
B
Black
1
CUT YARDAGE- HBF PepperBlend/Granular
$1.325,00 $1,192.5o
$1,19250
1st Class Solutions S12169th Street, Lubbock, TX 79424 1 8o6.771.4888 I lstclasssolutions.com
Page 2 of 9
Ext. List: 5%877.00
Subtotal: Ss.zI1.4e
L06 Qty
Mfg
Model No.
Description
ust
Sell
Ext Sell
1
JSI
CVF3464-31
Caav Two Seat-341/4d x 631/2w x 301hh
$4,178.00
$1,963 66
$1,963 66
COM
Customer's Own Material
TOR
PALLASPANACHEINIGHTSKY
M
Maple Wood Species (Standard)
CAG
Aged Ash Coodinate
NTB
No Tablet Arm
NPU
No Seating Power Unit
1
CUT YARDAGE - Pallas Panache/Night Sky
$315.00
$283.50
$ z835 0
Ext List:
$4.493.00
Subtotal:
$2,247.16
L07 Qty
Mfg
Model No.
Description
ust
Sell
Ext Sell
2
JSI
CVOt623-12
Caav Ottoman-161/4d x 23w x 12h
$748.00
$351.56
S 703.12
COM
Customer's Own Material
TOR
HBF- PEPPERBLENDIGRANULAR
CUT YARDAGE -HBF PepperEllend/Granular
540000
$36o.o0
$36o.00
Ext Ust:
$1.896.00
Subtotal:
S1,o63.12
PDI Qty
Mfg
Model No.
Description
List
Sell
Ext Sell
I
NUC
AVFL-3245-CP-PA
High Tech Case Lectern with Power & Data Module,
07,722.00
$9,968.63
$9,968.63
32"W x 25"D x 49H, Veneer/Paint
-05
VENEER: Dune Fiat Cut Oak
,MT
SHEEN: Matte (recommended)
-58004
PAINT:Cloud
•A44
METAL Black Powder Coat
-SS
OPT: Slide -Out Shelf
•FSU
OPT: Fixed Upper Shelf
-
No Fixed Lower Shelf
-MC
OPT: Gooseneck Microphone
.LT
OPT: Light with Dimmer
-SH
OPT Cable Shroud
-
Locking Casters (default)
Ext Ust:
$17.722.00
Subtotal:
S9.g68.63
RI Qty
Mfg
Model No.
Description
ust
Sell
Ext Sell
1
SHAW
Broadloom Area Rug -8'Wx10'D-Noble
$3,15000
$1,70900
$2,709.00
Materials/Fault, Yam -surged edge, mmning line
Ext Ust:
S3.150.00
Subtotal:
$2,709.00
R2 Qty
Mfg
Model No.
Description
ust
Sell
Ext Sell
1
SHAW
Broadloom Area Rug- 12Wx151D-Noble
$5,550.00
$4,773.00
54,773-00
Materials/Fault, Yam -surged edge, runrdng line
Ext Ust: tr ciso.00
1st Mass 5011.10011s 5121 6gth Street, Lubbock, TX 7g424 18o6.771.g888 I Istclasssolutions com
Page 3 of q
Subtotak $4.771 00
STt Qty Mfg Model No. Description List Sell Ext Sell
3 NUC FWLD-7229-PE-PE( Flow Conference Height Credenza72"W x 24"D x $7,177.00 $4.037.o6 02,111.18
29.5111-1, Laminate Top with ASS Edge, Blade Base,
Laminate Case, Four Dogs
WOL
OPI: Woodgrain Laminates
8844 `,8
LAM: Aged Ash
•118844
OPT: Coordinating Woodgrain Edgeband to Aged Ash
WOL
OPT: Woodgrain Laminate Case (Gram Will Be Ventcal)
894458
LAM: Aged Ash
PED
Laminate Doors (Matches Cas•: )
Standard Powder Coat Base
A44
M ETAL: Black Powder Coat
No Lock
No Pull -Out Waste/Recycling Unit (Defaults to Adjustable Sh
Ext Ust:
$21.531.00
Subtotak
$12.111.18
STtt Qty Mfg
Model No.
Description
Ust
Sell
Ext Sell
7 SIT
to5i.CART
Rio, Stacking Cart
$399 00
$19152
$1,34o• 64
Fact Ust:
S2.793.00
Subtotak
$1.34o.64
ST2 Qty Mfg
Model No.
Description
List
Sell
Ext Sell
t NUC
FWLD-9029-PE-PE Flow Conference Height Credenza 9o"W x 24"D x
$8,677.00
$4,880.81
$4,880.81
29.5"H, Laminate Top with ABS Edge, Blade Base,
Laminate Case, Five Doors
WOL
OPT: Woodgrain Laminates
884458
LAM. Aged Ash
•R8844
OPT. Coordinating Woodgrain Edgeband to Aged Ash
WOL
OPT: Woodgrain Laminate Case (Grain Will Be Ventcal)
8844-58
LAM: Aged Ash
PED
laminate Doors (Matches Case)
Standard Powder Coat Base
A44
METAL: Black Powder Coat
-K
OPT: Locks
No Pull Out Waste/Recycling Unit (Defaults to Adjustable Sh
Ext Ust:
$8,677 00
Subtotak
S4.880.81
TBt Qty Mfg
Model No.
Description
Ust
Sell
Ext Sell
Ir 7 JSI
INT2525-17RD
Indie 25d x 25w x 16 t/2h Round Lounge Table
51,266. oo
$595 02
S .16 4
VEN
Veneerlop
WKI
White Oak Veneerw/White Oak Ran
WWO
Whitewash (Top)
WKI
White Oak
WWO
Whitewash (Top)
MT.:
Rubber CushionMeU =-Iides(Standard)
Ext Ust: $8.862.00
Subtotak $4,165.14
TBtz Qty Mfg Model No. Description List Sell Ext Sell
t FWNC 7242-V-P-VP Flow Radius Rectangle Conference Table, 7201. x $5.776.00 $3,249•00 $3,249.00
42"W, Inset Laminate Top with Hardwood Edge,
Veneer Rectangle Base
WOL Woodgrain Laminates
-8844 ., 8 LAM: Aged Ash
M 8844 OPT: Matching Wood Finish to Forrruca Aged Ash
No Grommet Option (spec power separate)
PO METAL: Standard Powder Coat Fresh
1st Mass Solutions 512169th Street. Lubbock, TX 7Q424 18o6.771.4888 I lstclasssolutionS.com
Page 4 of q
A44 M, TAL: Black Powder Coat
t PM-MD-M Power Matrix, Medium -Metal Door, 8.25"Wx $2,190 00 $1,231.88 $1,23+-88
5.375"D, One Unit Includes: (4) Simplexes (3) Blank
Faceplates, (1) Data Faceplate (populated with (2)
R 1-4c ronnertors). and (sl a amn. saa"i nh isr4n
PM 1 OPT: One at center
D OPT: Standard Metal Door
PO METAL: Standard PowderCoa' F;rnsh
A44 METAL. Black Powder Coat
-B OPT: Standard Metal Bezel
PO METAL: Standard Powder Coat Finish
-A44 METAL: Black Powder Coat
-USB OPT: Charging, SB Option (dual •S8 charger, replaces one
No Field Wired
FLDF 15 One HDMi Female to Female Barrel, 3.1/2"W x 5/8111-1, $230 00 $129.38 $129.38
Single Height
Ext. Ust: $8.10.00
Subtotal: $4.61o.26
TB13 Qty Mfg Model No. Description List Sell Ext Sell
FWNC i5654 V VN Flow Radius Rectangle Conference Tabl% 156"L x $i6,430.00 $9,241.88 $9,20.88
54"W, VeneerTop with Hardwood Edge, Veneer
island Bases
M8844 VENEER: Coordinating Wood Finish to Aged Ash
MT SHEEN: Matte (recommended;
***Undecided S .rndar ,, Pow& r Coat or ClearAnodtzed Alu
PM-SM-M Power Matrix, Small - Metal Door, 5.751W x 5.375"D, $1,428 00 $803 25 $3,213.00
One Unit includes: (2) Simplexes (2) Blank
Faceplates, (t) Data Faceplate(populated with (2)
R Wq rnnnertnrs). and (s)ss amn. sad"1 nirio4n
-PS-4 OPT: Four symmetrically spaced (tables 132" and longer)
.D OPT: Standard Metal Door
-PO METAL: Standard Powder Coat Finish
A44 METAL•Black Powder Coat
B OPT: Standard Metal Bezel
PO METAL: Standard PowderCoat Finish
A44 METAL: Black Powder Coat
USB OPT: Charging USB Option (dual USB charger, replaces one
No Field Wired
No Additional Outlets (Keep Standard AAP's)
SI-C Single IrWeed, 20amp Corded (Plug-in) Option 84" L $594 00 $334.13 $334.13
t FLDF i5 One HDMI Female to Female Barrel, 3-1/21M/x 51811H, $230.0o S129.38 $129 38
Single Height
Ext. Ust: $22.966.0o
Subtotal: $12A18.1q
TB14 Qty Mfg Model No. Description Ust Sell Ext sell
2 FWNC-19272-V-VN Flow Radius Rectangle Conference TaW 192"L x $33,240.00 $18,697.50 $37,395.00
72"W, VeneerTop with Hardwood Edge, Veneer
Island Bases
M8844 VENEER. Coordinating Wood Finish to Aged Ash
MT SHEEN: Matte (recommended)
**'Undecided Standard Powder Coat or Clear Anodized Alu
PM-MD-M Power Matrix, Medium- Metal Door, 8.25"W x $2,190.00 $1,231.88 $9,855.04
5.375"0. One unit includes: (4) Simplexes (3) Blank
Faceplates, (1) Data Faceplate (populated with (2)
R I-dc.rnnnertnrtl. and (s)sc amn. sea"1 nh rvdn
PM 4 OPT: Four symmetrically spaced (tables 132" and longer)
D OPT: Standard Metal Door
'Undecided Standard Powder Coat or ClearAnodaed Alu
B OPT: Standard Metal Bezel
1st lass Solutions 51216gth Street. Lubbock, TX 7g42418o6.771.4888 I istclasssolutions.com
Pages of q
***Undecided Standard Powder Coat or Clear AnodizedAiu
OPT: harping USB Option (dual USB charger, replaces one
No Field Wired
a FLDF 15 One HDMI Female to Female Barrel, 3i/2"W x 5j811H, $230 00 $129 38 S129 38
Single Height
SK Single In•Feed, 20amp Corded (Plug-in) Option 84" L S594 00 $ 334 13 $33413
Ext. List: $84.824.00
Subtotal: $47.713•SS
TBtS Qty Mfg Model No. Description Ust Sell Ext Sell
FWNC-9648-V-P-V Flow Radius Rectangle Conference Table, 96"L x $7,827.00 $4,402.69 $4,402.69
48"W, Inset Lamb -ate Top with Hardwood Edge,
Veneer Rectangle Base
WOL Woodgrain Laminates
884458 LAM: Aged Ash
M8844 OPT. Matching Wood Finish to Formica Aged Ash
No Grommet Option (spec power separate)
PO METAL: Standard Powder Coat Finish
-A44 METAL: Black Powder Coat
PM-SM-M Power Matrix, Small -Metal Door, 5.75"W x 5.375"D, $1,428 0_ 5803.25 $803.25
One Unit Includes: (2) Simplexes (2) Blank
Faceplates, (a) Data Facepiate(populated with (2)
R has ronniartam)- anti A) ac amn. add"I nhocr4n
-PS-1 OPT: One at center
D OPT: Standard Metal Door
PO METAL: Standard Powder _oat Finish
A44 METAL: Black Powder Coat
B OPT: Standard Metal Bezel
PO METAL -Standard Powder Coat Finish
-A44 METAL: Black Powder Coat
: SB OPT. C harging USB Option (dual ..c B charger, replaces one
No Field Wired
No Additional Outlets (Keep StandardAAP's)
FLDF a5 One HDMI Female to Female BarreL, 3-i/21W x 5/811H, $230 00 $129 38 $129 38
Single Height
Ext List:
$9,485.00
Subtotak
$5.335.32
T84 Qty Mfg Model No.
Description
List Sell
Ext Sell
a FWNK1o854-V-PA Flow Radius Rectangle ConferenceTable; 1o8"Lx
$9,535.00 $5,363.44
$5.363.44
54"W, Inset laminate Top with Hardwood Edge,
Veneer Rectangle Base
OPT. One Piece Top (Default)
WOL
Woodgrain Laminates
8844.58
LAM: Aged Ash
M8844
OPT: Matching Wood Finish to Formica Aged Ash
No Grommet Option (spec power separate')
PO
METAL: Standard Powder Coat Finish
A44
METAL: Black Powder Coat
2 PM-MD-M
Power Matrix, Medium -Metal Door, 8.25"W x
$2.190 00 $1,231.88
$2,463.76
5.379D, One Unit Includes: (4) Simplexes (3) Blank
Faceplate% (a) Data Faceplate (populated with (2)
R i.ac cnnnPrtnm'k and far ac amn. add"I nlua4n
PM 2
OPT: One at each end
-D
OPT: Standard Metal Door
PO
METAL: Standard Powder Coat Finish
A44
METAL: Black Powder Coat
.B
OPT: Standard Metal Bezel
PO
METAL. Standard Powder Coat Finish
-A44
METAL: Black Powder Coat
-USB
OPT: Charong USB Option (dual USB chargef. replaces one
No Field Wired
ast Class Solutiolls S1216gth Street, Lubbock, TX 7g424 1806.77148881 tstclasssolutions.com
Paee 6 of q
1 FLDF-15 One HDMI Female to Female Barret 3-s/2"W x 5/8"H, $230.00 $129-38 $129 38
Single Height
SK Single In -Feed, 20amp Corded (Plug4n) Option 84" L $594 O0 $334 t 3 $33413
Ext Ust: S14.739.00
Subtotak S8.240-71
T817 Qty Mfg Model No. Description Ust Sell Ext Sell
2 [PLAN FM-VS654K [Plan Sit -to -Stand Workstation: 65" 4K touchscreen, $23,000-00 $20,700.00 $41,400-00
24" side monitor, Wireless keyboard and mouse,
Surge protector and webcam, UPS battery backup
Ext Ust: $46,000.00
Subtotal: W.400.00
TBtg Qty Mfg Model No. Description List Sell Ext Sell
2 CORE Q36SDPXGY Coretech36"x36"Table- tamper -resistant, grey $92500 $81400 $1,628.00
laminate, grey base
Ext Usb S1.8so.00
Subtotal: $028.00
TB2 Qty Mfg Model No. Description List Sell Ext Sell
2 EGI PRM3672-PRH42 Pampa -Metal Rectangle Multipurpose Table 36X72 $5,038.00 $2,468.62 $4.937.24
X 42
FMC Formica Black 9o9.58
Blot black matte
No Selection
- No Selection
- No Selection
- No Selection
Ext_ List: S10.076.00
Subtotal: $4.937.24
T03 Qty Mfg Model No. Description List Sell Ext Sell
1I EGI PRM2472-PRH42 Parma -Metal Rectangle Multipurpose Table 24X72 $4,645.00 $2,276o5 $2,276.05
X 42
FM Formica - Black 909-58
BM black matte
No Selection
No Selection
No Selection
No Selection
Ext Ust:
Subtotal:
$4.64S.00
$2,276.oS
TB4 Qty Mfg Model No. Description Ust Sell Ext Sell
t ARD 325-308-CO 325-3618-COAchefla Round Table, 36"Dia. x 18"H, $4,590.00 $2,581.88 $2,581.88
Conan Top, Alurninum Legs
COR Top Species: Conan
CDW Corian Finish: Designer White
LALM Body Species: Laminate
(7954-38 Lamiante Finish: W lsonart 7954 38 Natural Rift
PFoo Leg Finish: Standard
95 Metal Finish: a95 Satin Black
Options Complete
Ext Ust: S4.4;90.00
ist Class Solutions Stitt 69th Street, Lubbock, TX 794241806.771.48881 1stciassso1uti0n5.co to
Page 7 of 9
Subtotal: $2,581,88
TRt Qty Mfg Model No. Description Ust Sell Ext Sell
38 PPP SRT-1 Stream -Tall Dual Stream, Aluminum Metallic S1.037 00 $746.64 $28,372.32
SPECIFY DECAL COLOR
Ext List: 339.4o6.00
Subtotal: $28.172.12
TR2 Qty Mfg Model No. Description List Sell Ext Sell
191 RBM 5-9970BL Rubbermaid Office Trash Can - Black $15 00 $12 00 $2,292.00
Ext Ust: $2.86s.00
Subtotal: $2.292.00
TR3 Qty Mfg Model No. Description Ust Sell Ext Sell
to RBM WBB53126 Rubbermaid Silhouette Stainless Steel 13 Galion Trash S990.00 5792 00 S7.920.00
Can
Ext. Uat: 59.90o.00
Subtotal: t7.920.00
TR4 Qty Mfg Model No. Description Ust Sell Ext Sell
2 RBM H-1o46GR and Hx Rubbemia:d Brute 44 Gallon Trash Can with Dolly- $199 0O $159•20 +3i8.40
Grey
Ext Ust: $398.00
Subtotal: $118.40
TR5 Qty Mfg Model No. Description Ust Sell Ext Sell
6 RBM H2844GR Rubbermaid Slim Jim 23 Gallon Trash Can - Grey $105.00 $84 00 $504.00
Ext List: %3o.00
Subtotal: 5%04.00
1st Class S01utiQ11S 5121 69th Street, Lubbock. TX 794241806-771.48881 istclasssolutions.com
Page 8 of 4
Coretech-FREIGHT
V,025 00
$1,025.00
$1,025.00
ERG -FREIGHT
$49500
$495.00
$495.00
Concept Seating -FREIGHT
$425.00
$425.00
$425.00
Rubbermaid -FREIGHT
$1,050.00
$1,050.00
$1,050.00
Nucraft Fuel Surcharge
$2,950.00
$2,950.00
$2,950.00
Installation
$o.00
$65.380.45
$65.380.45
Total Ust: $7323W-42
Total Sell: $464,021.64
Quote i cludes 3o days of storage. Storage fees may be applied if storage term exceeds
3o days.
We take great care in selecting fabrics and fi •.ishes on all Of our fumiture. Please review
II fabri: and finish selections for accuracy Once fabrics and finishes are approvi7d,
please sign below and submit with PO.
tst Mass Solutions 5121 69th Street, Lubbock, TX N4241806.771.48881 tstclasssolutions.com
Page 4 of 4
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
lofl
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.
2016-61286
ErgoFlex Systems, Inc. dba Xybix Systems, Inc.
Littleton, CO United States
Date Filed:
05/24/2016
2 Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
ErgoFlex Systems, Inc. dba Xybix Systems, Inc.
Date Acknowledged:
07/01/2016
3
Provide the identification number used by the governmental entity or state agency to track or identify
description of the services, goods, or other property to be provided under the contract.
the contract, and provide a
84-1174133
Manufacture wood furniture, dispatch workstations furniture
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
I Intermediary
Carson, Kenneth
Littleton, CO United States
X
5
Check only if there is NO Interested Party. ❑
6
AFFIDAVIT I swear, or affirm, under penalty of perjury, that the
above disclosure is true and correct.
INGE R. MEYER
NOTARY PUBLIC
STATE OFID COLORADO
NOTARY ID COLORADO
MY COMMISSION EXPIRES NOVEMBER 25. 2024
Signature of authorized agent of contracting
business entity
AFFIX NOTARY STAMP / SEAL ABOVE
Sworn to and subscribed before me, by the said Kenneth R. Carson ,this the 1st day of November ,
20 22 to certify which, witness my hand and seal of office.
\
\ 1 \ �-L Inge R. Meyer
-ts4Q 1 \ 1 \ �-L Inge R. Meyer
Public Notary
Public Notary
�_.�_..
nature of officer administering oath Printed name of officer administering oath Title of officer administering oath
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.1021
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1 of 1
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.
2016-61286
ErgoFlex Systems, Inc. dba Xybix Systems, Inc.
Littleton, CO United States
Date Filed:
05/24/2016
2
Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
ErgoFlex Systems, Inc. dba Xybix Systems, Inc.
Date Acknowledged:
07/01/2016
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.
84-1174133
Manufacture wood furniture, dispatch workstations furniture
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermediary
Carson, Kenneth
Littleton, CO United States
X
5
Check only if there is NO Interested Party. ❑
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.ethics.state.tx.us Version V1.0.1021