Loading...
HomeMy WebLinkAboutResolution - 2025-R0285 - PO 23106030, With L. Howard Construction, Inc; Digesters 8 And 9 - 06/24/2025Resolution No. 2025-R0285 Item No. 6.22 June 24, 2025 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 Ordcr No. 23106030 by and between the City of Lubbock and L. Howard Construction Company for Chopper Pumps & Motors per ITB 25-18725-YB, 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 _�_� June 24, 2025 � ARK W. MCBRAYER, AYOR ATTEST: Courtney Paz, City Secretary APPROVED AS TO CONTENT: � �� Erik Rejino, Assistant City Manager APPROVEIYAS TO MiCchell Sa�ferwhi e, ' rst A�C n City Attorney ccdocs IIIRES.L Howard Construction-PurchaseOrd May 20, 2025 �►� City of Lubbock PURCHASE ORDER TExas TO: L HOWARD CONSTRUCTION COMP Y 380 FM 54 ABERNATHY TX 79311 Page - Date - 1 5/7/2025 Order Number 23106030 000 OP Branch/Plant SHIP TO: CITY OF LUBBOCK WATER RECLAMATION PLANT 3603 GUAVA AVENUE LUBBOCK TX 79403 INVOICE TO: CITY OF LUBBOCK ACCOUNTSPAYABLE P.O. BOX 2000 LUBBOCK, TX 79457 BY: Marta Alvarez, irector of Purchasing & CoMract Management Ordered 5/7/2025 Requested 8/15/2025 Delivery PER A ROSALES CONTRACT 18725 Y BUSBY If you have any questions contact Angelica Rosales: ARosales@mylubbock.us Phone 806-775-3221 Description/Supplier Item Ordered Unit Cost UM Extension Request Date Chopper Pumps 3.000 42,914.2800 EA 128,742.84 8/l5/2025 Motor 25 HP 3.000 28,091.4800 EA 84,274.44 8/15/2025 1170 RPM Factory Performance Installation Kits Labor Terms NET 30 2.000 5,625.0000 EA 2.000 8,805.1400 EA 50.000 300.0000 EA Total Order 11,250.00 8/15/2025 17,610.28 8/15/2025 15,000.00 8/15/2025 256,877.56 231 This purchase order encumbers funds in the amount of $256,877.56 awarded to L. Howard Construction Company of Abernathy, TX, on JunP 24 , 2025. The following is incorporated into and made part of this purchase order by reference: Bid from L. Howard Construction Company of Abernathy, TX, and Contract 18725. Resolution # 2025-R0285 CITY OF L[1 BOCK: - "�---�- rk McBrayer, Mayor Freight Taken By A EST: Courtney Paz, City Secretary �r►� ��Tyof Lubbock TfXAS PURCHASE URDER TO: L HOWARD CONSTRUCTION COM 380 FM 54 ABERNATHY TX 79311 Page - 2 Date - 5/7/2025 Order Number 23 l OS030 000 OP Branch/Plant 231 SHII' TO: CITY OF LUBBOCK WATER RECLAMATION PLANT 3603 GUAVA AVENUE LUBBOCK TX 79403 INVOICE TO: CITY OF LUBBOCK ACCOUNTSPAYABLE P.O. BOX 2000 LUBBOCK, TX 79457 BY: Marta Alvarez, uector of Pw+�hasing & Contract Management Ordered 5/7/2025 Requested 8/15/2025 Delivery PER A ROSALES Freight Taken By INSURANCE REQUIRED: Y BUSBY CONTRACT 18725 Commercial General Liability: Workers Comaensation and Emnlover Liabilitv: $1 M occurrence /$2M aggregate (can be combined with an Statutory. 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 professional Liability Requirements: activities and for completed operations. $1 M occurrence / $2M aggregate. Commercial General Liability to include Products — Completion/OP, Personal and Advertising Injury, Contractual Liability, Fire Damage (any one fire), and Medical Expenses (any one person). Automobile Liability: $1M occurrence is needed. *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. *Camer 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. Rev.3/2022 Seller and Buycr agree as follows: PURCHASE ORDER TERMS AND COIYDITIONS STANDARD TERMS AND CONDITIONS ACCEPTANCE OF THIS PURCHASE ORDER: CONTRACTOR ACKNOWLEDGES. bv suooivine anv Goods or Sm�ces that �he Contractor has rcad. fullv unders�ands. and will uc m full comoliance with all �ems arKl conditions and �he darnynve material c�ptamed hercm and anv additio�ul associated documents and Amendmrnts. The Ctiv diula�ms anv tmns and conditions orov�ded bv the Contractor unlas aereed uoon m wriline bv Ihe oartia. In the wrnt of conflia be�ween the Cirv's �rnrs and conditions and anv Irnns and wnditions provided by Ihe Contractor. the tem�s and conditions nrovided hercm shall orovail. The tems and condrtions orovided hae�n are the final tmns aereed uoon bv the parties. and anv yrior wn0inine �mns shall be of �ro force or effat. 1. SELLER TO PACKAGE GOODS. Sella wdl package gaods m accordance wilh good commefcial practice. Each sh�ppmg contamer shall be clearly and pemanemly marked as follows (a) Seller's name and addras, (b) Consignee's name, address and purchaze order or purchase release number and the supply agreement num6er if appliwble, (c) Container number and total number of contmners, e g 6ox I of 4 hoxa, and (d) the number of the wntainer bearing the packing sl�p Seller shall bear cos� af packagmg unlas othenvise provided Goods shall be suitably packed to saure lowa� tra�uporta�wn costs and W confortn wnh reqwrements of common camers and any applicable specifications Buyer�s count or we�ght shall be final and conclusive on shipments not accompamed by packing I�sts 2. SHIPMEM' UNDER RESERVATION PROHBITED Sella �s not authonzed to ship the gouds under resrna�ion and no rcnder of a bdl of ladmg wdl operate as a tender of goods 3. TITLE AND RISK OF LOSS. The lille and risk of loss of �he goods slull not pus to Bu�er until Buyer aclually receiva and laka possession of the goods az the pomt or pom�s of dehvery 4. NO REPLACEMENT OF DEFECTIV E TENDER Every tenda of delrvery of goods mus� Polly comply with all provisions of this contract az to time of delrvery, quality and the Idce If a tender is made wh�ch dos not fully conform, this shall contlitute a breach arid Seller shall not have the nght to subsliNle a confortnmg tenda, prov�ded, where �he �ime for performance has not yet exp�red, �he Sella may rcasonably nonfy Buyer of h�s mtmtwn �o cure and may then make a confofmmg �ender wrthm the conlract time bul not aRernard 5. INVOICES & PAYMENTS a S e I 1 e r shall submn uparate mvo�ces, m duphwte, one wch purchase order or purchase rcleate aRer wch dehvery. Invmces shall mdicate the purchate order or purchaze rcleaze number and the supply agreement number if applicable Imoices shall be nemized and transponatian charges, �f any, shall be listed separately A copy of the bill o( lading, and the freight waybdl when applicable, should be attached to the invoice. Mail To: Accounts Payable, City of Lubhock, P. O Box 2000, Lubbock, Texaz 79457. Payment shall not be due until �he above inthuments are submittcd afler delivery 6. GRATUITIES. The Buyer may, by writlrn notice to the Seller, cancel this comraa without liability to Seller if it is detmnined by Buyer that gratuitia, in Ihe folm of rnlMainment, gifls or othrnvise, were offered or given by the Seller, or any agent or rcprarntative of �he Seller, ro any offica or employtt of the City of Lubbock with a view ro securing a cont2ct or securing favorable trwtment with rapect to the awarding or ameiding, or the making of any de�rnninatioas with respect ro the per(ortning of such a comlact. In the event this wntraa is wncded by Buyer pursuant to Ihis provision, Buyn shall be entitled, in addition to any olher rights and rcmedia, to recova or withhold the amount of the cost incurrcd by Seller in providing such gra�uities. 7. SPECIAL TOOLS � TEST EQUIPMENT. If the price sta�ed on the Face hermf includes �he cos� of any special tooling or special �est equipment Fabriwled or requved by Sella for the puryou of filling tha older, such special tooling equipmmt and any process sheets rclated Ihereto shall baome the propeny of Ihe Buy+er and to Ihe extrnt kasible shall be identified by Ihe Seller as such. 8. WARRAM'Y-PRICE. a The price to be paid by Ihe Buyer shall be �hat contained in Seller's bid which Sella warrants to be no hightt than Seller's curtrnt pmcas on orders by others for pmducu of the kind and specification covercd by this agreement for similar quantitia w�der similar of like condilions a� methods of purchase. In the event Seller brcacha this wartanty, Ihe prica of the items shall be rcduced �o the Seller's curtenl prica on orders by others, or in the allemative. Buyer may cancel this contraa without liability ro Seller for brcach or Seller's actual expense. b. The Sella warranls Ihat no pason or selling agency haz ban employed or Mained �o solicit orsecurc this conlmct upon an agreement or u�erstanding Por commission, percentage, brokerage, or contingmt f« excepting bona fide employsa of bona fide established commercial or selling agencia maintained by the Sella (or the purpou of s«uring businas. For brcazh of vicialion of Ihis wamanty the Buyer shall have Ihe righl in addition to any other right o( rights lo cancel this contract without Iiabihty and �o deduct from the wntract price, or o�hmvise recova wilhout liabilily and to dedua from the comraa price, or othrnviu rccova the full amount of such coimnission, percmtage, brokerage or contingent fee. 9. WARRAMY-PRODUCT. Seller shall not limit or exclude any implied warranties and any anempt to do w shall rcnda Ihis contract voidable at �he option of the Buyer. Sella wartants �hat Ihe goods fumished will conform to the specification, drawings, and descriptions listed in the bid invitation, and to �he sample(s) fumished by �he Seller, ifany. In the event of a wn0ict or between �he specifications, drawmgs, and descriplions, the specifiwtions shall govem. Nohvithstanding any provisions contained in Ihe wntractual agreemenl, the Sella rep2sents and warrants fault-Bce paf'omunce and fault-frce rcsull in Ihe procasing date and date related data (including, but not limi�ed to calculating, comparing and sequencing) of all hardware, software and firmware products delivaed and services provided under this Contract, individually or in combinatioq az the case may be (rom the effeclive date of Ihis Contract. The obligalions contained herein apply lo p�oducts and smica provided by the Seller, its sub Sella or any third party involved in �he crca�ion or dwelopmenl of the products and services to be delivaed to the City o( Lubbock unda this Conhaq. Failure �o comply with any of Ihe obligaliont contained herein, may result in Ihe City of Lubbock availing itself of any of its rights unda the law and under this Contract including, but not limited to, its right pMaining to taminalion or default. The wartantia contained herein are uparam and discrece from any other wartanties specified in this Contraa, and are not subjecl to any disclaima of warranty, implied or expressed, or limitation of the Seller's liability which may be specified in �his Conlract, its appmdices, its schedules, its annexa or any document incorpo2ted in �his Conhacl by rcference. 10. SAFETY WARRANTY. Seller warrants that Ihe pmdua sold lo the Buyer shall confom� a the standards promulgated by the U. S. Department of Labor unda the Occupatanal Safe�y and Health Act of 1970. In Ihe evenl the product does nol conform to OSHA standards, Buyer may rclum the produd for cortection or rcplacement al the Seller's expense. In Ihe went Seller fails �o make the appropriate cortection wilhin a reasonable time, cortection made by Buyer will be at �he Seller's expense. I 1. NO WARRANTY BY BUYER AGAINST INFRINGEMENfS. As pan of this contraa for sale Seller agrees lo auenain whether goodc manufacwred in accordance with the specifiw�ions anached lo Ihis agreemeM will give rise to the rightful claim of any third person by way ot infringemenl of the like. Buya maka no wananty Ihat Ihe production of goods according ro the specifica�ion will not give rise to such a claim, and in no wmt shall Buyer be liable lo Sella for indemnification in �he event �ha� Sella is sued on �he grounds of mGingement of the like. If Seller is of Ihe opinion that an inGingement or the like will resull, he will notdy Ihe Buyer to Ihis effect m�mung withm lwo wxks aRa the signing of this agrxmem. If Buya doa nol receive notice and is subsequently held �iable for the infiingement or the like, Seller will save Buyer hamJess. If Sella m good farth ascertains the produclion of �he goods in acwrdar�ce with Ihe specificatioas will rcsult in infringement or �he I�ke, Ihe conlraa shall be null and vo�d. 12. NON APPROPRIATION. All Ponds for payment by Ihe City under Ihis contract are sub�ttt lo the avadability ofan annual appropriation for �his puryose by lhe City. In the evrnt of nonappropnauon of funds by Ihe City Council of the City of Lubbock for the goods or servica provided under the contract, the Qty wJl tmnmate the contract, wnhout terminatan charge or other liability, on the last day of the �hm•curtent fival year or when the appropriauon made for �he thrn-curtent year for �he goodt or smices wvered by this contraa �s spent, whichever event occurs firs�. If a� any �ime funds are nol appmpriatcd tor Ihe continuance of �his contraa, cancellation shall be accepted by the Selltt on thirty (30) days prior writlrn no�ice, but failurc to give such no�ice shall be of no efTecl and the C�ly slull not be obligaled under this conhact be}rond �he date of trnninatioa 13. RIGHT OF MSPECTION. Buyer shall have the right to inspect the goods at delivery be(orc accepting them 14. CANCELLATION. Buyer shall have �he righl to cancel for default all or any part of �he undelrvercd ponion of this order if Seller brcacha any of the lema hercof including wartantia of Seller or �f the Seller becomes insolvent or wmmits acts o(bankruptcy. Such right of cancellation is in addiuon �o and no� m lieu of any other rcmedia wh�ch Buy+er may have in law or equity. I5. TERMMATION. The performance of wodc under this order may be tetm�nated m whole, or m part by the Buya in accordance with this provision. Tertnina�ion of �vork hereundn'shall be effected by the delivcry of Ihe Seller of a"Notme of Tmnmanon" specifying the exlent lo which performance of wodc u�der the order is terminated and the date upon whrch such �rnnination becoma effective. Such right or trnnma�ion a m addition to and no� m lieu of the rights of Buyer se1 fonh in Clause 14, hereia 16. FORCE MAIEURE. Neither party shall be held raponsible for lossa, rcsulling if the Polfillment o( any temts of provisions ot Ihis wniract is delayed or prcvmted by any wuse not wrthin the contml of �he party whose per(ormance is intafered with, and which by the exercise of reuonable diligence said party is unable to prcvent. 17. ASSIGNMENT-DELEGATION. No righ� or interest in this contract shall be acsigned or delegation of any obligation made by Seller withow �he wriurn pertnission of the Buyer. Any attempted assignmenl or delegalion by Seller shall be wholly void and totally ineffective for all putpose unlas made in conformitywith this paragraph. 18. WAIV ER. No claim or righl arising oul of a brcach of Ihis contratl can be d�scharged in whole or in pan by a waiver or renunciation o! Ihe claim or right unlas the waiver or renunciation is supported by concideration and is �n writing signed by the aggrieved party. 19. INTERPRETATION•PAROLE EVmENCE. This wriling, plus any specificauons for bids and perfom�ance provided by Buyer in its advertisemenl for bids, and any other documents prov�ded by Seller az part of his bid, is intended by the parties as a final expression of �he'v agreement and intrnded also as a complete and exclusive s�aremem of the tmns of �he'v agrxmem. Whenever a trnn defined by the Uniform Commercial Code is used in Ihis agreement, the definition wntained in the Code is to contml. 20. APPLICABLE LAW. This agreemem shall be govemed by the Uniform Commercial Code. Whaever �he �erm "Uniform Commercial Code" is used, it shall be construed as meaning �he Unifortn Commercial Code as adopted m Ihe Slate of Texas as effative and in force on the da�e of �his agreement. 21. RIGHT TO ASSURANCE. Whenever one party to this contraq in good failh has reason to quation the other pany's intrnt to perform he may denund �hat Ihe otha party give writtrn assura�e of his intenl ro perfortn. In �he event that a demand is made and �ro assurance is given within five (S) days, the demanding parry may trw� this Fadure az an anticipatory rcpudia�ion of �he contract. 22. INDEMN[FICATION. Seller shall indemnify, keep and uve hartnlas Ihe Buya, its agrnts, o�cials and employea, against all injuria, dwtlts, loss, damaga, claims, patrnt claims, suits, liabilities, judgmems, costs and ezpensa, which may in anywise accrue againct the Buyer in consequeMe of the ganting of this Contraa or which may anywise rcsuh therefrom, whelher or not it shall be allcged or detmnmed that the act was wused �hrough negligence or omission of the Sella or ils employees, or of Ihe subSeller or ass�gnee or i�s employea, if any, and �he Sella shall, at hi� own expense, appear, defend and pay all charges of attomrys and all costs and otha expenses arising thercfinm of incurted in wnnection �hemvith, and, if anyjudgmem shall be rendercd against the Buyer in any such aawq �he Seller shall, a� its own expenses, satisfy and discharge the ume Sella expressly understands and agrea �hat any bond requ'ved by �his contrac�, or o�hmvise prcvided by Selltt, shall in no way limit the responsibility to indemnify, keep and uve harmlas and defend �he Buyer as herein provided. ?3. T�fE. It is hereby exprasly agreed and understood tha� time is of the essence kr the perfarmance of this contrsa, and failurc by contact �o mcet the time specifiwtions of this agrcement will cause Seller to be in defaul� of this agreement. 24. MBE The City of Lubhock htteby frotifia all bidders that in rcgard to any contract rntered into pursuant to this requat, mi�writy and women business rnteryrises will be atTorded equal opponunitia to submit bids in raponse to this invitation and will no� be discriminated agaiast on �he grounds of race, color, ux or natural origin in considerauon for an award. 25. NON-ARBITRATION. The City resrna the right a exercae any right or remedy to i� by Iaw, contrac�, equity, or othmviu, including without limitation, the right to seek any and all formc o( rel�ef in a coun of wmpetrnt jurisdictioa Funher, �he City shall �rot be subject ro any arbitration process pnor ro ezercising its unreslric�ed right lo seek judicial rcmedy. The remedia set fonh hercin are cumulative and not exclusive, and may be exercised concurremly To the exunt oCany conFlict betwan this provision and anotherpmvision in, or rclated �o, �his documrnt, this prov�sion shall contml. 26. R1GHT TO AUDIT. A� any �ime during �he term of the contraa, or thercaRer, Ihe City, or a duly authoriud audil rcprarntative of the Ciry or the S�are of Texaz, at its expense a� al rcasonable tima, rcsmes the righ� �o audil Contractors records and books rclevant to all srnica provided lo the City unda this Contraa. In �he wrnt such an audit by Ihe Cilymeals any errors or overpayments by the City, Contractor shall rcPo�d �he City the full arnomt of such ovapayments aithin Ihirty (30) days of such audit findings, or Ihe City, al its option, rames the righl to deducl such amounts owing the City from any payments due Contraaor 27. The Contraaor shall not assign or suble� the contraa, or any ponion of the wntract, witlwut writlrn conunt from the D'vector of Purchasing and Contrac� Managemrnt 28. Contracls with Compania Engaged in Busmas wrth lan, Sudan. or Foreign Trnorisl Ofgani�a�ion Prohibited Pursuant lo SMion 2252.152 of Ihe Texas Govemment Code, proh�b�ts Ihe Crty from entering into a mntract with a vendor Ihal is idenlified by The Comphnlltt as a company known to have conhacts with or pmvide supplia or srnice with Iran, Sudan or a foreign �emorist organvanon 29. Texas Govemment Code. Section 2252.908 requaes a businas rntiry entmng inro cmain wntracts wilh a govemmental emiry orsta�e agrncy lo file with the govemmrntal rnhty ors�ate agrncy a disclosurc ofintaated parties at Ihe lime Ihe businas enlity submits the vgned contract to the govemmental rntity or stale agrncy. Instructions for completing Form 1295 arc ava�lable at. ii�,t��.;;mrw.ci.kUL•M�.la.�dpya..:._mal- websites/depanmenls/purchazing/vendor-mfortnalion 30. No Boycott of IsrneL Pursuant lo Section 2271 002 of the Texas Govemment Code, Respondent certifies �hat either (i) it meets an ezemption tti�eria under Sec�ion 2271 002, or (ii) il doa not boycott Israel and will not boycon Israel during the tmn of �he contraa raulung Gom this whcitauon Respondent shall state any facts Ihat make it exempt &om �he 6oycott certification in its Response. 31. No Boycotl of Energy Companies. Pursuant to Sa�wn 2?14 of the Texas Govemment Code, Respondrnt eMifia thal tilher (i) it meets an exemption rntena under Sation ?274.002, or (ii) it does irol boycoa Energy Companies and will not boycou Energy Compama dunng the �ertn of �he contran raulting fiom Iha wlicitation. Rapondent shall stale any hcts that make rt ezempt Gom the boycott eMificalion in ils Raponse. 32. No Boycot� of a Fircarm Entity or Firealm T2de Assoaalion Pursuant to SMion 2274 of the Texas Govemment Code, Rapondmt certifia �hat either (�) n meets an exempuon cnteria under Section 2274.002; or (ii) n doa nol boycott a F'vearm Entity or F'vearm Trzde Aswc�anon and will not boycott a F'vearm Entity or F'vearm Trzde Associa�ion during the term of the conlract iesulting (rom th�s so6cnanon. Rapondem shall state any facts Ihal make n exempt from the boywn ceNifiwtion in its Responce. 33. Contracts with Compania Engaged in Business wi�h Iran, Sudan, or Foreign Tertorist Organva�ion Prohibi�ed. Pursuant to Section 2252.152 of the Texas Govemmrnt Code, prohibils the City from entering into a contraa wi�h a vendor that it identifitd by The Compholler as a company known lo have conhacts w�lh or pmvide supplies or srn�ce with Iran, Sudan or a foreign temorist organization 34 TEXAS PUBLIC INFORMATION ACT. The requircments of Subchap�er 1, Chapter 552, Govemment Code, may apply ro this wntract and �he wntraaor or vendor asrea that �he contract can be trnninated if Ihe contracror or ve�or knowingly or inlrn�ionally fails to comply with a requiremem of �ha� subchapter. 3S Pwsuant �o Section 552301(c) of the Texas Govemment Code, the City of Lub6ock hac daignated �he following ema�l addrcss for which public infofmation requats may be made by an emailed rcquest: omamvEu6botk.us. Pleaze send th�s requat to this email addras for it ro be procaud REV. 32022 City of Lubbuck ITR 25-18725-1'B Chopper Pump Replacements L. Howard ConstrucNon, Inc. Location Abernathy, TX Total Cosl S 256,877.56 QuanHty Unit Total Descriptlon Required UOM Price Coat #1-I Supply and Install Chopper Pumps - Per Specifications. 3 Each 42,914.28 128,742.84 �' -- #2-1 25 HP, I 170 RPM, 230 460 3 60, I.I S SF C Flanged - Per Specifications. 3 Each 28,091.48 84,274.44 ,� #3'� Factory Performance, Factory Hydrostatic, Wet Run Vibration Testing, Routine Motorand Impeller- Per Specifications. 2 Each 5,625.00 11,250.00 ��`sp.;: . . � _ #4-� Kits to Include Pipe and Fittings - Per Specifications 2 Each 8,805.14 17,610.28 :;Y I :' +!� . . _ _ " "' ' '— #5' � Installation and Testing - Per Specifications. 50 Hours 300.00 I5,000.00 CERTIFICATE OF INTERESTED PARTIES FORnn 1295 1 of 1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. l, 2, 3, 5, and 6 it there are no interested parties. CERTIFICATION OF FiLING 1 Name of business entity flling form, and the city, state and country of the business entity's place Certificate Number: of business. 2025-1297044 L. Howard Construction, Inc. Shallowater, TX United States Date Filed: 2 Name o governmenta ent ty or state agency t at s a party to t e contract or w c t e orm is 04/16/2025 being filed. Cily of Lubbock Date Acknowledged: g Provide the identiflcation number used by the governmental entity or state agency to track or identity the contract, and provide a description of the services, goods, or other property to be provided under the contract. 25-18725-YB Installing new chopper pumps at the Southeast Water Reclamation Plant. Nature of interest 4 Name of Interested Pa Ci State Count lace of business check a Ilcable �'�y �Y� � rY (P ) i 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 „ � �� � I ' ' � � _ , �, �� ��, �5 �. (street) (city) (state) (zip code) (country) I declare under penalry of pery'ury that the foregoing is true and correct. Executed in / fi[�Y�� Counry, State of , on th�day of 2�. (month (year) ignature of authorized agent of contracting business entity (Declarant) Forms orovided bv Texas Ethics Commission www.ethics.state.Uc.us Version V4.1.O.e02d6221 CERTIFICATE OF INTERESTED PARTIES FORnn 1295 lofl Complete Nos. 1- a and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1, 2, 3, 5, and 6 if there aze no interested parties. CERTIFICATION OF FILING i Name of business entity filing form, and the city, state and country of the business entity's place Certificate Number: of business. 2025-1297044 L. Howard Construction, inc. Shallowater, TX United States �ate Filed: 2 Name o governmen entity or state agency t at is a parry to t e contract for w ich t e form is 04/16/2025 being filed. Ciry of Lubbock Date Acknowledged: 05/29/2025 g 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. 25-18725-YB Installing new chopper pumps at the Southeast Water Reclamation Plant. Nature of interest 4 Name of Interested Party Ciry, State, Country (place of business) (check applicable) 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 entiry (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.bc.us Version V4.1.O.e02d6221