Loading...
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