Loading...
HomeMy WebLinkAboutContracts & Agreements_126-2018CITY OF _D C A L I F O R N I A PO Box 3005 Redlands, CA 92373 Phone (909) 798-7525 FAX (909) 798-7522 TO: FMATTHEWS INTERNATIONAL CORPORATION P O BOX 536621 PITTSBURGH PA 15253-5908 Ve^ C�oY PURCHASE ORDER P.O. NUMBER P013471 DATE 07 24 18 VENDORLD. V00000356 DELIVERY DATE FOB REQUISITION NO 78100 OUR PURCHASE ORDER NUMBER MUST APPEAR ON ALL INVOICES, PACKING LIST AND CORRESPONDENCE. P013471 CEMETERY 1540 ALESSANDRO ROAD CITY OF REDLANDS REDLANDS CA 92373 ATTN ACCOUNTS PAYABLE P.O. BOX 3005 REDLANDS, CA 92373 ITEM DESCRIPTION QTY UNIT UNIT PRICEEXTENSION PURCHASE ORDER AS PER CITY COUNCIL APPROVAL DATED JULY 17 2018 AND PER ATTACHED QUOTE 0001 24 SEAT WALL COLUMBARIUM WALL 2 EA 5 850 00 11 700 00 NICHES 0002 6 OCTAGON COLUMBARIUM COLONIAL 1 EA 20 280 00 20 280 00 ROSE 0003 MEMORIAL BENCH ITEM RM -776 4 EA 770 00 3 080 00 COLONIAL ROSE, PEDESTAL 0004 PERSONAL ESTATE COLUMBARIA 4 2 EA 2 184 00 4 368 00 NICHE WITH ALCOVE COLONIAL ROSE 0005 PERSONAL ESTATE COLUMBARIA 2 2 EA 1 326 00 2 652 00 NICHE WITH ALCOVE COLONIAL ROSE 0006 GRANITE SLANT MONUMENT RM8208 7 EA 517 00 3 619 00 30 COLONIAL ROSE *** ED*** TOTAL Account Numbers: THE ARTICLES SPECIFIED ARE SUBJECT TO THE FOLLOWING CONDITIONS: 1. Goods other than those specified on this order must not be substituted or prices changed without authorization. 2. The right of cancellation in case of long delay in shipment Is reserved. 3. If the quantity shipped is short of the purchase order quantity, specify on the packing slip if that quantitv is on back order or cancelled. 4. Prepay shipping charges, If any, and add to invoice. S. Ship 'Open Account. No C.O.D.'s will be accepted. AUTHORIZED SIGNATURE I certify that the Articles and/or Services have been received and that same have been inspected and accepted as otherwise indicated hereon. Date: Signed: CITY OF s DI�ND C A L I F O R N I A PO Box 3005 Redlands, CA 92373 Phone (909) 798-7525 FAX(909)798-7522 TO:F—MATTHEWS INTERNATIONAL CORPORATION P O BOX 536621 PITTSBURGH PA 15253-5908 L I PURCHASE ORDER P.O. NUMBER P013471 DATE 07/24/18 VENDOR I.D. V00000356 DELIVERY DATE FOB REQUISITION NO 78100 OUR PURCHASE ORDER NUMBER MUST APPEAR ON ALL INVOICES, PACKING LIST AND CORRESPONDENCE. P013471 1540 ALESSANDRO ROAD CITY OF REDLANDS REDLANDS CA 92373 ATTN: ACCOUNTS PAYABLE P O. BOX 3005 REDLANDS, CA 92373 ITEM DESCRIPTION QTY UNIT UNITPRICE EXTENSION 0007 GRANITE SLANT MONUMENT RM8208 2 EA 829 00 1 658 00 48 COLONIAL ROSE 0008 GRANITE SLANT MONUMENT RM7607A 7 EA 517 00 3 619 00 30 COLONIAL ROSE 0009 GRANITE SLANT MONUMENT RM7607A 2 EA 829 00 1 658 00 48 COLONIAL ROSE 0010 FREIGHT 1 LOT 2 130 00 2 130 00 ATTENTION! REFERENCING PURCHASE ORDER NUMBER ON INVOICE WILL EXPEDITE PAYMENT SEE ATTACHED COPY OF THE TERMS AND CONDITIONS Tax 4,079.14 TOTAL 58 843 14 THE ARTICLES SPECIFIED ARE SUBJECT TO THE FOLLOWING CONDITIONS: 1. Goods other than those specified on this order must not be substituted or prices changed without authorization. 2. The right of cancellation in case of long delay In shipment is reserved. 3. If the quantity shipped Is short of the purchase order quantity, specify on the packing slip if that quantitv is on back order or cancelled. 4. Prepay shipping charges, If any, and add to invoice. S. Ship 'Open Account. No C.O.D.'s will be accepted. AUTHORIZED SIGNATURE I certify that the Articles and/or Services have been received and that same have been inspected and accepted as otherwise indicated hereon. Date: Signed: Sub -Total: $ 52,634.00 Setting/Install (Crane fees not included): $ 16,250.00 Freight (50,600 lbs.): $ 2,130.00 Total: $ 71,014.00 Description of Item A. B. *C. Item Qty. Price Per Total Price 24" SEAT %FALL COLUMBARIUM WALL NICHES Precast Niche Units— See Page 4 #6—Columbedum Seat Wall and Page 5 "F" #1 (2) Al 24' units S 5,850.00 $ 11,70D.00 Precast Niche Units 6 OCTAGON COLUMBARIUM 6' High Octagon Columbarium — Pre -assembled, 6 niches high with 72 or 96 single Niches (noted in box on page 5, section 1— pre -assembled columbarium). Niche shutter B1 options to be included (i.e. 1 shutter to cover every4 niches) 1 $ 20,280.00 $ 20,280.00 COLOR: Colonial Rose or Equivalent Niche Count: No less than 72 niches & No more than 96 MEMORIAL BENCH Cl Item # RM -776 (not RM -0219 as noted on Page 4, #10) 4 $ 770.00 $ 3,080.00 COLOR: Colonial Rose Style: Pedestal PERSONAL ESTATE COLUMBARIA E1 4 Niche with Alcove 2 $ 2,184.00 $ 4,368.00 COLOR: Colonial Rose or Equivalent PERSONAL ESTATE COLUMBARIA E2 2 Niche with Alcove 2 $ 1,326.00 $ 2,652.00 MANUFACTURER: Mathews COLOR: Colonial Rose GRANITE MONUMENTS Ft 7 $ 517.00 $ 3,619.00 Granite Slant Monument— RM62D8 (30 inches) COLOR: Colonial Rose F2 Granite Slant Monument—RMS208 (48 inches) COLOR: Colonial Rose 2 $ 829.00 $ 1,656.00 F3 Granite Slant Monument —RM7607A (30 inches) COLOR: Colonial Rose 7 S 517.00 $ 3,619.00 F4 Granite Slant Monument—RM7607A (48 inches) COLOR: Colonial Rose 2 $ 829.OD $ 1,658.00 Sub -Total: $ 52,634.00 Setting/Install (Crane fees not included): $ 16,250.00 Freight (50,600 lbs.): $ 2,130.00 Total: $ 71,014.00 CITY OF REDLANDS PURCHASE ORDER TERMS AND CONDITION 1. UNWOICES: Each purchase order is to be invoiced separately and all invoices shall be submitted to the billing address as shown on the front of the Purchase Order. All invoices, shipping documents, correspondence, and -related papers must have the purchase order number and consignee shown clearly in their face. 2. PACKAGING AND DRAYAGE. Unless so specified on the Purchase Order and evidenced by a copy of the freight bill attached to the invoice, there shall be no charge to the City for either packaging and/or drayage 3. INSPECTION: All materials and workmanship provided under the terms of the Purchase Order are subject to inspection and test by the City to ensure compliance with the requirements and specifications contained therein. In the event that the goods or services delivered are defective, or are not in conformity with the Purchase Order, the City shall have the right to either reject said goods or services, or require that they be corrected or otherwise brought into conformity with the terms set forth in the Purer ase order. 4. RESPONSIBILITIES: Unless otherwise specified in the Purchase Order, the supplier/contractor shall be responsible for all items covered in said Purchase Order until delivered at the designated delivery point and thereafter accepted by the City. Supplier/contractor shall bear all risks as the goods and services provided until they are finally accepted by the City. Upon the City's notice to supplier/contractor of its rejection of the goods or services provided or the need for the correction thereof All such defective goods or services shall be removed from City premises, and any and all expenses incurred in the removal and/or correction of such defective goods or services shall be home entirely by the supplier/contractor. 5. ACCEPTANCE. The City's final acceptance of the goods or services provided under the Purchase Order shall be conclusive except in those instances where a latent defect or fraud is subsequently discovered, or when a supplier/contractor has committed such gross mistakes that they are tantamount to a fraud. The City's failure to inspect and either accept or reject the goods or services delivered shall not relieve the supplier/contractor for the responsibility for strict compliance with the terms and specifications of the Purchase Order. 6. CHANGES: This Purchase Order may, at any time, be changed with regard to the materials or services to be furnished, the quantity ordered, the unit price, discount, delivery point or arrangements, terms or any other matters affecting a valid order. However, in order to be effective, any such change of amendment causes an increase or decrease in the cost of performance hereunder, an equitable adjustment shall be made to reflect the increase or the decrease in the cost thereof. Any such adjustment shall be subject to the written approval of the Purchasing Agent. No variation in the quality, quantity, or coat of any item called for by this Purchase Order Shall be acceptable by the City except in pursuance of a written Change Order approved by the Purchasing Agent 7 TERMINATION: This Purchase Order maybe terminated, in whole or in part, at any time, by written notice to the supplier/contractor. Such termination shall be effective with respect to the quantity, manner, and time specified in such notice. The City shall be liable at the stipulated price only for such materials and/or services as have been delivered and/or rendered and accepted as of the effective date of said written notice. The City shall not be liable for any excess cost arising out of such termination, and failure of the supplier/contractor to cease delivery and/or work upon receipt of such termination notice shall not occasion a claim for extra costs. 8. TIME IS OF THE ESSENCE. In the event that the supplier/contractor fails to perform this Purchase Order within the time specified, the Purchasing Agent may, by written notice, order the supplier/contractor to cease further deliveries and may hold the supplier/contractor liable for any damages caused to the City by reason of such delay If no time is specified, itis expected that the supplier/contractor shall begin performance within a reasonable time after placement of the order. The City may extend periods of performance if the facts as to the cause of the delay, in sole opinion of the Purchasing Agent, justify such an extension. 9. LLABH.TIY The suppliedcontractor shall defend, indemnify and hold harmless the City, its elected officials, officers, employees, and agents from all claims, losses, damages, costs, expenses and suits, in law or in equity, because of personal injury, property damage, or alleged or actual patent infringements, based on the performance of this Purchase Order or asserted against it Further, supplier/contractor warrants that the City shall not be responsible for any damages that may be claimed by reason or death injury of the person of the supplier/contractor's officer, agents, employees, invitees or licensees or for damage to any property of the supplier/contractor or any other damage that may arise or result at anytime because of personal injury or damage to property sustained by any other person or persons, which may have been caused or contributed by proximately or otherwise by reason of or in course of, carrying out this Purchase Order. 10. DISPUTES: All disputes conceming questions of fact which may arise under this Purchase Order under this Purchase Order, and not disposed of by mutual agreement and/or consent, shall be decided by the sole discretion of the Purchasing Agent. All disputes concerning questions of law, which may arise under this Purchase Order, shall be decided under applicable laws of the State of California. 11. PAYMENTS: Payments shall be made upon submission of an itemized invoice, presented in duplicate of the prices stipulated in the Purchase Order and within 30 days of becoming due for supplies delivered and accepted or services rendered and accepted, less deductions if any. When requested by the supplier/contractor, payment on partial deliveries maybe made whenever, in the sole discretion of the Purchasing Agent, the surrounding circumstances warrant such partial payment. In the event and, if for any reason, an overpayment is made; the City requires prompt refund of said overpayment by way of supplier/contactor's properly referenced check. 12. LICENSOR: All supplier/contractors who perform work within the City, must have on file at the Redlands City Revenue Office, a current and valid city business license. 13. CONFORMITY WITH SAFETY ORDERS: The goods and/or services covered by this Purchase Order or contract must conform to the safety order of OSHA, CAL -OSHA, and/or NIOSHA and any and all applicable material safety data sheets (MSDS). 14. PREVAILING WAGES: When applicable. the City is subject to the State of California prevailing wage laws as set forth in California Labor Code Section 1770 et seq. The contractor is responsible for determining the appropriate Department of Industrial Relations (DIR) classification for the various employees and subcontractors used for a particular project or service. The rates for each classification are posted on the DIR website at httn:/h;avw.dir.ca.eov/DlRdatabases.html. All contractors performing work for the City are responsible for abiding by all applicable prevailing wage laws, and must furnish the City with Certified Payroll Records upon request.