HomeMy WebLinkAboutResolution - 2008-R0013 - Contract For Protective Bunker Gear - Daco Fire Equipment - 01_10_2008Resolution No. 2008-R0013
January 10, 2008
Item No. 5.19
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the City Council of the City of Lubbock hereby authorizes and directs the
Mayor of the City of Lubbock to execute a Contract by and between the City of Lubbock
and Daco Fire Equipment of Lubbock, Texas, for protective bunker gear per bid 08-010-
FO, which Contract and any associated documents, are attached hereto and made a part of
this Resolution for all intents and purposes.
Passed by the City Council this 10th day of January , 2008.
D•VI.• MILLER, MAYOR
ATTEST:
Garza, City
APPR ED ZO
CNTENT:
Rhea Cooper, Fir Chief
APPROVED A,§,TO FORM:
ffniNandi"Ver, Attorney of Cc
DDres/DacoFireEquip0gConRes
December 31, 2007
Resolution No. 2008—R0013
CITY OF LUBBOCK
CONTRACT
For
Protective Bunker Gear - Annual Pricing
Bid No. 08-010-FO
THIS CONTRACT, made and entered into this 10th day of January, 2008, pursuant to a resolution heretofore adopted by
the City of Lubbock, Texas, by and between the City of Lubbock ("City"), and Daco Fire Equipment, ("Contractor").
WITNESSETH:
WHEREAS, the City of Lubbock duly advertised for bids for Protective Bunker Gear - Annual Pricing and bids
were received and duly opened as required by law; and
WHEREAS, after careful consideration of the bid submitted by Contractor, the City of Lubbock has heretofore
adopted a resolution authorizing the acceptance of such bid, and the execution, in the name of the City of Lubbock a
contract with said Contractor covering the purchase and delivery of the said Protective Bunker Gear.
NOW, THEREFORE, in consideration of the mutual agreement contained herein, as well as the financial
consideration hereinafter referred to, the parties hereby covenant and agree as follows:
l . In accordance with City's specifications and Contractor's bid, copies of which specifications and bid are attached
hereto and made part hereof, Contractor will deliver to the City the Protective Bunker Gear specifically referred to
as Item(s) No. 1, 2, and 3 and more particularly described on the Bid Form submitted by the Contractor or in the
specifications attached hereto.
2. The City promises and agrees to employ, and does employ, the Contractor to cause to be done the work provided
for in this Contract and to complete and finish the same according to the attached specifications, offer, and terms
and conditions contained herein.
3. The Contractor shall perform the work according to the procedure outlined in the specifications and Invitation to
Bid attached hereto and incorporated herein. The contract shall be for a term of one-year, said date of term
beginning upon City Council date of formal approval. The City and Contractor may, upon written mutual consent,
extend the contract for two additional one-year periods. The rates may be adjusted upward or downward at this
time at a percentage not to exceed the effective change in the Consumer Price Index (CPI) or Product Price Index
(PPI), whichever is most appropriate for the specific contract for the previous 12-months. At the City's discretion,
the effective change rate shall be based on either the local or national index average rate for all items. If agreement
cannot be reached, the contract is terminated at the end of the current contract period.
4. Contractor shall at all times be an independent contractor and not an agent or representative of City with regard to
performance of the Services. Contractor shall not represent that it is, or hold itself out as, an agent or
representative of City. In no event shall Contractor be authorized to enter into any agreement or undertaking for or
on behalf of City.
5. Neither the City nor the Contractor shall assign, transfer or encumber any rights, duties or interests accruing from
this Contract without the written consent of the other.
6. This Contract consists of the following documents set forth herein; Invitation to Bid #08-010-F0, General
Conditions, Specifications, and the Bid Form.
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first above
written. Executed in triplicate.
CITY OF LUBBOCK
David A. Mil r, Mayor
ATTEST:
Rebec a Garza, City Seck-W�' �s
%APPROVED AS RM:
Assistant Ci'tq Attorney
CONTRACTOR
BY - ------
Authorized Representative
Address
APPR VED AS O CONTENT:
#41j,
RheS Cooper
Fire Chief
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
Resolution No. 2008-R0013
SUBMIT TO:
t T a
CITY OF LUBBOCK
CITY OF LUBBOCK, TEXAS
Purchasing & Contract
Management
1625 13`b Street, Rm. 204
AN EQUAL
INVITATION TO BID
Lubbock, TX 79401-3830
OPPORTUNITY
QQ
#08-01 UFO
CONTACT PERSON:
EMPLOYER
Felix Orta-Senior Buyer
INA
ORIG L
TEL: 806.775,2167
FAX: 806.775.2164
http://purchasing.ci.lubbock.tx.us
TITLE:
SUBMITTAL DEADLINE:
Protective Bunker Gear - Annual Pricing
December 13, 2007 @ 3:00 P.M. CST
PRE BID DATE, TIME AND LOCATION: Deleted
Any bids received after the time and date listed above,
regardless of the mode of delivery, shall be returned
unopened.
RESPONDENT NAME:
D A C O FIRE EQUIPMENT
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB
NUMBER, THE CLOSING DATE AND TIME, AND YOUR
MAILING ADDRESS:
COMPANY NAME AND ADDRESS.
PO BOX 5006
IF RETURNING AS A "NO BID", PLEASE COMPLETE AND
RETURN THE "STATEMENT OF NO BID".
CITY - STATE - ZIP:
THE CITY OF LUBBOCK RESERVES THE RIGHT TO ACCEPT OR
LUBBOCK, Tx 79408
REJECT ANY AND ALL BIDS IN WHOLE OR IN PART AND WAIVE
ANY INFORMALITY IN THE COMPETITIVE BID PROCESS.
TELEPHONE NO:
8 0 6- 7 6 3- 0 8 0 8
FURTHER, THE CITY RESERVES THE RIGHT TO ENTER INTO
ANY CONTRACT DEEMED TO BE IN THE BEST INTEREST OF
FAX NO:
806-763-9151
THE CITY.
IT IS THE INTENT AND PURPOSE OF THE CITY OF LUBBOCK
E-MAIL:
a r r e t t@ d a c o f i r e. c o m
THAT THIS REQUEST PERMITS COMPETITIVE BIDS. IT IS THE
BIDDER'S RESPONSIBILITY TO ADVISE THE CITY OF LUBBOCK
FEDERAL TAX ID NO, OR SOCIAL SECURITY
NO.
PURCHASING MANAGER IF ANY LANGUAGE, REQUIREMENTS,
7 5- 2 7 9 4 2 4 4
ETC., OR ANY COMBINATIONS THEREOF, INADVERTENTLY
RESTRICTS OR LIMITS THE REQUIREMENTS STATED IN THIS
ITB TO A SINGLE SOURCE. SUCH NOTIFICATION MUST BE
SUBMITTED IN WRITING AND MUST BE RECEIVED BY THE
PURCHASING MANAGER NO LATER THAN FIVE (5) BUSINESS
DAYS PRIOR TO THE ABOVE SUBMITTAL DEADLINE.
THE BIDDER HEREBY ACKNOWLEDGES RECEIPT OF AND AGREES ITS BID IS BASED ON ANY
ADDENDA POSTED ON RFPDEPOT.COM
The City of Lubbock Charter states that no officer or employee of the City can benefit from any contract, job, work or service for
the municipality or be interested in the sale to the City of any supplies, equipment, material or articles purchased. Will any officer
or employee of the City, or member of their immediate family, benefit from the award of this bid to the above firm?_ YES— NO
IN COMPLIANCE WITH THIS SOLICITATION, THE UNDERSIGNED BIDDER HAVING EXAMINED THE INVITATION
TO BID AND SPECIFICATIONS, AND BEING FAMILIAR WITH THE CONDITIONS TO BE MET, HEREBY SUBMITS
THE FOLLOWING BID FOR FURNISHING THE MATERIAL, EQUIPMENT, LABOR AND EVERYTHING NECESSARY
FOR PROVIDING THE ITEMS LISTED ON THE ATTACHED BID FORM AND AGREES TO DELIVER SAID ITEMS AT
THE LOCATIONS AND FOR THE PRICES SET FORTH ON THE BID FORM. AN INDIVIDUAL AUTHORIZED TO BIND
THE COMPANY MUST SIGN THE FOLLOWING SECTION. FAILURE TO EXECUTE THIS PORTION MAY RESULT IN
BID REJECTION.
ITB#08-010-FO.doc
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
By my signature I certify that this offer is made without prior understanding, agreement, or connection with any corporation, firm,
business entity, or person submitting an offer for the same materials, supplies, equipment, or service(s), and is in all respects fair
and without collusion or fraud. I fiuther agree that if the offer is accepted, the offeror will convey, sell, assign, or transfer to the
City of Lubbock all right, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws
4-the
d States and the State of Texas for price fixing relating to the particular commodity(s) or service (s) purchased or
' o ubbock. At the City's discretion, such assignment shall be made and become effective at the time the City
o the vendor.
SALES
Authorized Signature Title
GARRETT DOBMEIER 12-11-07
Print/Type Name
Date
THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR RESPONSE.
ITB#08-010-FO.doc 2
X e►
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
BID FORM
Protective Bunker Gear -Annual Pricing
CITY OF LUBBOCK, TEXAS
ITB #08-010-FO
In compliance with the Invitation to Bid #08-010-FO, the undersigned Bidder having examined the Invitation to Bid and
Specifications, and being familiar with the conditions to be met, hereby submits the following Bid for furnishing the material,
equipment, labor and everything necessary for providing the items listed below and agrees to deliver said items at the
locations and for the prices set forth on this form. The Invitation to Bid #08-010-FO is by reference incorporated in this
contract. The Bid Form must be completed in blue or black ink or by typewriter.
Appro
Unit Of
Unit Price*
Extended
Delivery
Item
QTY
Measure
Description
Bid
Cost
Days
a.
b
C.
d.
e.
f. = b x e
ARO**
60
Protective Coat, as specified herein.
1.
(More
EA
$
$
or
Less)
1,069.00
64,140.00
75—QO
60
Protective Trousers, as specified herein.
2
(More
EA
$
$
or
Less)
688.00
41,280.00
7 5 — 9 0
60
Protective Suspenders, as specified herein
3.
(More
EA
$
$
or
Less)
42.00
2,520.00
1A-71
Total
bid items
1, 2 and 3:
Total per set price.
$
$ 4
7 5 _ ca n
OPTION 1: Replacement Thermal Barrier/Moisture Barrier
Assembly
A
60
EA
Coat: Installed by Lubbock Fire
$
$
Department
405.00
2 4 0 10 0 n 0
7,;-Qn
B
60
EA
Pants: Installed by Lubbock Fire
$309.00
$ 18, 5A�.nn
75_on
Department
OPTION 2: Replacement Moisture Barrier on an existing Thermal Liner
A
60
EA
Coat: Installed by Manufacturer
$ 2 6 2.00
$ 19 7 2 n
B
60
EA
Pants: Installed by Manufacturer
$ 1 Q
$1 170
_ Q
*PRICE: F.O.B. Destination. Freight Pre -Paid and Allowed **Days
After Receint
of Order (ARO)
PAYMENT TERMS AND DISCOUNTS - Bidder offers a prompt payment discount of %, net _ calendar days.
Discounts will not be considered in determining low bid. Unless otherwise indicated on the Bid Form, payment terms will
be NET THIRTY DAYS. The City will pay the successful bidder within thirty days after the receipt of a correct invoice or
after the date of acceptance, whichever event occurs later. Discounts for prompt payment requiring payment by the City
within a stipulated number of days will be interpreted as applying within the stipulated number of calendar days after the
date of receipt by the City of a correct invoice or after the date of acceptance that meets contract requirements, whichever
event occurs later. Discounts for payment in less than ten days will not be considered.
MOST FAVOURED PRICING: The Bidder certifies that the price quoted is not in excess of the lowest price charged
anyone else, including its most favoured customer, for like quality and quantity of the products/services; does not include an
element of profit on the sale in excess of that normally obtained by the Bidder on the sale of products/services of like quality
and quantity; and does not include any provision for discounts to selling agents. If at any time during the contract period, the
supplier should sell or offer for sale to any other customer, an equal or less quantity of similar contract products of like or
better quality, at a lower net price(s) than provided herein, supplier agrees to notify the City and sell same product(s) at the
lower price(s) on all deliveries made during the period in which such lower price(s) is effective.
INTERLOCAL PURCHASING (optional): The City desires to make available to other local governmental entities of the
State of Texas, by mutual agreement with the successful bidder, and properly authorized interlocal purchasing agreements as
ITM8.010-FO.doc 3
to re '
ITB # OB-010-FO, Protective Bunker Gear -Annual Pricing
provided for by the Interlocal Cooperation Act (Chapter 701, Government Code), the right to purchase the same services, at
the prices quoted, for the period of this contract. Each bidder shall indicate on the Bid Form in the space provided below if
he/she will honor. Political Subdivision orders in addition to orders from the City of Lubbock. Should these other
governmental entities decide to participate in this contract, would you (the bidder) agree that all terms, conditions,
specifications, and pricing would apply?
Other governmental entities that might have interests in this contract are Frenship Independent School District,
Lubbock Housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock Independent School
District, South Plains Association of Governments, City of Texarkana, Texas Tech University, West Texas
Municipal Power Agency, Lynn County, and City of Wolfforth.
YES NO
• If you (the bidder) checked YES, the following will apply:
• Governmental entities utilizing Interlocal Agreements for Cooperative Purchasing with the City of Lubbock will be
eligible, but not obligated, to purchase materialslservices under the contract(s) awarded as a result of this
solicitation. All purchases by governmental entities other than the City of Lubbock will be billed directly to that
governmental entity and paid by that governmental entity. City of Lubbock will not be responsible for another
governmental entity's debts. Each governmental entity will order their own materials/service as needed.
THIS BID IS SUBMITTED BY n A c n F T R F. F. Q U T P MF N T a corporation organized under the
laws of the State of TEXAS , or a partnership consisting of
individual trading as
Firm: DACO FIRE EQUIPMENT, INC.
Address:2 0 1 A V E. R
City:
M
Firm
gy
LUBBOCK
of the City of
State: T X Zip 794 1 5
/WBE Woman Black American Native American
Hispanic American Asian Pacific American Other (Specify)
Authorized Representative - must sign by hand
Officer Name and Title: GARRETT DOBMEIER, SALES
Please Print
Business Telephone Number 8 0 6— 7 6 3— 0 8 0 8 FAX: 8 0 6— 7 6 3— 9 1 s 1
FOR CITY USE ONLY
Bid Form Item Number(s) Awarded to Above Named Firm/Individual:
Date of Award by City Council (for bids over $25,000): Date P.O./Contract Issued:
or an
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND TIME,
AND YOUR COMPANY NAME AND ADDRESS.
ITB#08-010-FO.doc 4
Authorized Representative - must sign by hand
Officer Name and Title: GARRETT DOBMEIER, SALES
Please Print
Business Telephone Number 8 0 6— 7 6 3— 0 8 0 8 FAX: 8 0 6— 7 6 3— 9 1 s 1
FOR CITY USE ONLY
Bid Form Item Number(s) Awarded to Above Named Firm/Individual:
Date of Award by City Council (for bids over $25,000): Date P.O./Contract Issued:
or an
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND TIME,
AND YOUR COMPANY NAME AND ADDRESS.
ITB#08-010-FO.doc 4
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
Protective Bunker Gear -Annual Pricing
CITY OF LUBBOCK, TEXAS
ITB #08-010-FO
THE CITY OF LUBBOCK APPRECIATES YOUR TIME AND EFFORT IN PREPARING YOUR BID. ALL
BIDDERS SHOULD FAMILIARIZE THEMSELVES WITH THE FOLLOWING INSTRUCTIONS TO BIDDERS,
GENERAL CONDITIONS, AND ATTACHED SPECIFICATIONS.
I. INSTRUCTIONS TO BIDDERS
BID DELIVERY, TIME & DATE
1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish Protective Bunker Gear -
Annual Pricing per the attached specifications. Sealed bids will be received no later than 3:00 P.M.
CST, December 13, 2007, if date/time stamped on or before 3:00 P.M. at the office listed below. Any bid
received after the date and hour specified will be rejected and returned unopened to the bidder. EACH
BID AND SUPPORTING DOCUMENTATION MUST BE IN A SEALED ENVELOPE OR
CONTAINER PLAINLY LABELED IN THE LOWER LEFT-HAND CORNER: "ITB #08-010-
FO, PROTECTIVE BUNKER GEAR -ANNUAL PRICING" AND THE BID OPENING DATE
AND TIME. BIDDERS MUST ALSO INCLUDE THEIR COMPANY NAME AND ADDRESS
ON THE OUTSIDE OF THE ENVELOPE OR CONTAINER. Bids must be addressed to:
Marta Alvarez, Purchasing Manager
City of Lubbock
1625 13th Street, Room 204
Lubbock, Texas 79401
1.2 Bidders are responsible for making certain bids are delivered to the Purchasing Department. Mailing of a
bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand
deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. The City of
Lubbock assumes no responsibility for errant delivery of bids, including those relegated to a courier agent
who fails to deliver in accordance with the time and receiving point specified.
1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier
service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic
transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. The Bid Form
must be completed in blue or black ink or by typewriter.
1.4 Bids may be withdrawn prior to the above scheduled time set for closing of the bids. Bids CANNOT be
withdrawn, altered or amended after bid closing. Alteration made before bid closing must be initiated by
bidder guaranteeing authenticity.
1.5 The City of Lubbock reserves the right to postpone the date and time for opening bids through an
addendum.
2 PRE -BID MEETING - DELETED
3 CLARIFICATION OF REQUIREMENTS
3.1 It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It is the
bidder's responsibility to advise the City of Lubbock Purchasing Manager if any language, requirements,
etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a
single source. Such notification must be submitted in writing and must be received by the Purchasing
Manager no later than five (5) business days prior to the bid closing date. A review of such notifications
will be made.
3.2 ALL REQUESTS P'OR ADDI O�Yr rINFORMATT01 Olt CLARIFICATIOP( CONCERNING
THIS INVITATION TO'BID PB),f4tiIST BE SUBMfTTED iN ' TINE NO LATER THAN
FIVE (S) BIiSINES$ DAYS PRIOR TO THE $10 CLOSING DATE AND ADDRESSED TO:
ITB#08-010-FO.doc 5
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
Felix Orta, Senior Buyer
City of Lubbock
1625 13'h Street
Lubbock, Texas 79401
Fax: (806) 775-2164
FOrta@mylubbock.us
RFPDepot: h"://www.RFPdei)ot.com
4 ADDENDA & MODIFICATIONS
4.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over
the Internet at http://www.RFPdepot.com. We strongly suggest that you check for any addenda a
minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT
INTERNET ACCESS may use computers available at most public libraries.
4.2 Any offeror in doubt as to the true meaning of any part of the ITB or other documents may request an
interpretation thereof from the Purchasing Department. At the request of the offeror, or in the event the
Purchasing Department deems the interpretation to be substantive, the interpretation will be made by
written addenda issued by the Purchasing Department. Such addenda issued by the Purchasing
Department will be available over the Internet at http://www.RFPdepot.com and will become part of the
proposal package having the same binding effect as provisions of the original ITB. No verbal explanations
or interpretations will be binding. In order to have a request for interpretation considered, the request must
be submitted in writing and must be received by the City of Lubbock.
4.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock
shall not be legally bound by any amendment or interpretation that is not in writing. Only information
supplied by the City in writing or in this ITB should be used in preparing bid responses. All contacts that
a bidder may have had before or after receipt of this ITB with any individuals, employees, or
representatives of the City and any information that may have been read in any news media or seen or
heard in any communication facility regarding this bid should be disregarded in preparing responses.
4.4 The City does not assume responsibility for the receipt of any addendum sent to bidders.
5 EXAMINATION OF DOCUMENTS AND REQUIREMENTS
5.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all
requirements prior to submitting a bid to ensure that the goods and/or services being bid meet the intent of
these specifications.
5.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations
that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to
Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to
comply, in every detail, with all provisions and requirements of the Invitation to Bid.
BID SUBMITTAL
6.1 BIDDERS MUST SUBMIT THE ORIGINAL AND TWO COPIES OF THE SEALED BID TO THE
PURCHASING DEPARTMENT PRIOR TO RESPONSE DUE DATE/TIME. FAILURE TO SUBMIT
THE ADDITIONAL COPIES MAY RESULT IN THE BID BEING DECLARED UNRESPONSIVE TO
SPECIFICATION AND MAY NOT BE FURTHER EVALUATED. The original must be clearly marked
"ORIGINAL" and the copies must be clearly marked "COPY".
6.2 Bids must be submitted on the Bid Form and the Bidder must sign and date their bid in the space
provided. Identify the item bid, including brand name and model number, if applicable. Enter unit price,
extended cost, and delivery days in the columns provided. In the event of discrepancies in extension, the
unit price shall govern. THE BID FORM MUST BE COMPLETED IN BLUE OR BLACK INK OR
BY TYPEWRITER.
6.3 The City is exempt from Federal Excise, State Sales and Transportation taxes. TAX MUST NOT BE
INCLUDED IN BID. Tax exemption certificates will be executed by the Purchasing Manager upon
request.
ITB#08.010-FO.doc 6
ITB # OS-010-FO, Protective Bunker Gear -Annual Pricing
6.4 Any information regarding warranties and/or maintenance agreements pertaining to said bid item(s) are to
be included in the bid.
6.5 Bids will not be considered unless bid F.O.B. delivered and include all delivery and packaging costs. The
number of calendar days required to place the materials in the CiWs receiving point under normal
conditions must be shown on the Bid Form. DO NOT quote shipping dates. Failure to indicate delivery
days on the Bid Form will obligate Bidder to complete delivery in two weeks. A minimum of five days
better delivery will automatically break a tie bid. Unrealistically short or undue long delivery promises
may cause bid to be disregarded. Consistent failure of a bidder to meet delivery promises without a valid
reason may cause removal from the bid list.
6.6 Bid prices must be firm for a minimum period of sixty (60) days. Bids subject to price increases will not
be considered.
6.7 All bids, responses, inquiries, or correspondence relating to or in reference to this ITB, and all reports,
charts, and other documentation submitted by bidders shall become the property of the City of Lubbock
when received.
6.8 If there are any additional charges of any kind, other than those mentioned above, specified or
unspecified, offeror MUST indicate the items required and attendant costs or forfeit the right to payment
for such items.
6.9 LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING
DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS.
7 BID PREPARATION COSTS
7.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay My costs incurred in the
preparation and submission of a bid. Also, should a bidder bid an alternate, any test costs to prove
equality of product will be at the expense of the bidder, not the City of Lubbock.
7.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or
equipment.
7.3 All costs related to the preparation and submission of a bid shall be paid by the bidder.
8 TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION
ACT
8.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision,
including trade secrets and commercial or financial information, clearly identify those portions.
8.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to
release such information initially, but please note that the final determination of whether a particular
portion of your bid is in fact a trade secret or commercial or financial information that may be withheld
from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction.
In the event a public information request is received for a portion of your bid that you have marked as
being confidential information, you will be notified of such request and you will be required to justify
your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the
Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or
a court of competent jurisdiction that such information is in fact not privileged and confidential under
Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such
information will be made available to the requester.
8.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open
Records Act.
LICENSES, PERMITS, TAXES
9.1 The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder
is or may be required to pay.
IT13#08-M-FO.doc
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
10 HISTORICALLY UNDERUTILIZED BUSINESS (HUB) REQUIREMENTS
10.1 The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this
ITB, Historically Underutilized Businesses (HUB's) will be afforded equal opportunities to submit bids
and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in
consideration of an award.
10.2 A HUB is defined as a small business concern which is at least 51 % owned and controlled by one or more
socially and economically disadvantaged individuals, or in the case of any publicly owned business, at
least 51 % of the stock of which is owned by one ore more socially and economically disadvantaged
individuals. Socially and economically disadvantaged include Women, Black Americans, Hispanic
Americans, Native Americans, Asian -Pacific Americans, and Asian -Indian Americans.
11 CONFLICT OF INTEREST
11.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement
with any employee, official or agent of the City of Lubbock.
11.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not
offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of
special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any
other exercise of discretion concerning this bid.
12 AUTHORIZATION TO BIND SUBMITTER OF BID
12.1 Bids must show vendor name and address of bidder. Bids must be manually signed by an officer of the
company authorized to bind the submitter to its provisions. Person signing bid must show title or
AUTHORITY TO BIND THEIR FIRM IN A CONTRACT. Failure to manually sign bid will disqualify
it.
12.2 The bid submitted by the bidder shall become an integral part of the contract between the City and the
Bidder and the representations, covenants, and conditions therein contained shall be binding upon the
person, firm or corporation executing the same.
13 BID AWARD
13.1 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides goods
or services at the best value for the City of Lubbock. In determining the best value for the City of
Lubbock, the City may consider:
a) The purchase price;
b) The reputation of the of the bidder and of the bidder's goods or services;
c) The quality of the bidder's goods or services;
d) The extent to which the goods or services meet the City's needs;
e) The bidder's past relationship with the City;
f) The impact on the ability of the City to comply with laws and rules relating to contracting with
Historically Underutilized Businesses and non-profit organizations employing persons with
disabilities;
g) The total long-term cost to the City to acquire goods or services; and
h) Any relevant criteria specifically listed in the Invitation to Bid.
13.2 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to
waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole
discretion. Unless otherwise specified herein, the City may award the bid either item -by -item or on an all -
or -none basis for any item or group of items shown on the Bid Form.
13.3 All bids are evaluated for compliance with specifications before the bid price is considered. Failure to
comply with the listed General Conditions may result in disqualification of bid.
13A In case of fie bids, preference will be given to local bidders. Consistent and continued tie bidding on any
commodity could be cause for rejection of bids by the City of Lubbock and/or investigation by the
Attorney General to determine possible Anti -Trust violations.
ITB#08-010-FO.doc
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
13.5 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than
lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder
would be required to underbid the nonresident bidder in the nonresident bidders' home state.
13.6 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the
State of Texas and under the Iaws of the State of Texas. In connection with the performance of work, the
Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all
other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the
same maybe applicable.
13.7 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY
AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR
PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY
THE REQUIREMENTS OF THIS INVITATION TO BID.
13.8 Responsible Bidder Criteria: The City shall consider only responsible Bidders. Responsible Bidders are
those that have, in the sole judgment of the City, the financial ability, experience, resources, skills,
capability, reliability and business integrity necessary to perform the requirements of the contract. The
City may also consider references and financial stability in determining a responsible Bidder.
14 EQUAL EMPLOYMENT OPPORTUNITY
14.1 Bidder agrees that it will not discriminate in hiring, promotion, treatment, or other terms and conditions of
employment based on race, sex, national origin, age, disability, or in any way violative of Title VII of
1964 Civil Rights Act and amendments, except as permitted by said laws.
15 SPECIFICATIONS
15.1 Any catalog, brand name or manufacturer's reference in the specifications is descriptive and NOT
restrictive, and are used to indicate type and quality level desired. Bids on brands of like nature and
quality may be considered unless specifically excluded.
15.2 If bidding on other than reference or specifications, bid must show manufacturer, brand, trade name,
catalog and/or lot number, etc., on article offered and certify article offered is equivalent to specifications.
If other than specified brand of items are offered, specifications, catalog sheets, illustrations and complete
descriptive literature must be submitted with bid.
15.3 Minor deviations from written specifications shall not necessarily disqualify a vendor's bid. The City of
Lubbock specification committee will be the sole determiner of what constitutes a minor deviation.
15.4 The City may deem it necessary to specify Approved Brands after conclusive testing, prior to usage or
standardization. The City may test any sample(s), supplied free of charge, to qualify for the Approved
Brand list. Each sample must be marked with bidder's name and address. At bidder's request and
expense, the sample(s) not destroyed or used in examinations and testing will be returned.
15.5 When specifications call for samples to be submitted, samples shall be delivered by the bidder, at bidder's
expense, five days prior to the opening of bids. Each sample shall be clearly tagged to show bidder's name
and address and item number.
15.6 The City of Lubbock reserves the right to determine which specific items on any specification
requirements require strict adherence, or are most important, and those that are not, or requiring a lesser
degree of importance (i.e., the shade of paint is far less important than the horsepower of a motor). Such
determination can and will be a basis for evaluating, recommending and making award. The City will, at
its sole discretion, assess warranty offered, and utilize life -cycle costing and/or performance factors as the
evaluation method and basis for award. The low bid most closely meeting specifications is usually the bid
given the award, although delivery time is sometimes a necessary factor (i.e., a low bid that best meets
specifications will not do us much good if delivery is two years from now). Should a requested
specification sheet not be submitted with a bid, this is considered non -responsive and therefore may not be
considered. PLEASE READ AND RESPOND TO SPECIFICATION REQUIREMENTS CAREFULLY.
16 CONSIDERATION OF LOCATION OF BIDDER'S PRINCIPAL PLACE OF BUSINESS
16.1 Pursuant to Subchapter Z, Chapter 271, Texas Local Government Code, In purchasing under this title any
real property, personal property that is not affixed to real property, or services, if a municipality receives
ITIM18-010-FO.doc
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
one or more competitive sealed bids from a bidder whose principal place of business is in the municipality
and whose bid is within five percent of the lowest bid price received by the municipality from a'bidder
who is not a resident of the municipality, the municipality may enter into a contract with:
(1) the lowest bidder; or
(2) the bidder whose principal place of business is in the municipality if the governing body of the
municipality determines, in writing, that the local bidder offers the municipality the best combination
of contract price and additional economic development opportunities for the municipality created by
the contract award, including the employment of residents of the municipality and increased tax
revenues to the municipality.
16.2 This section does not apply to the purchase of telecommunications services or information services, as
those terms are defined by 47 U.S.C. Section 153.
16.3 In order to receive consideration, bidders must submit an Affidavit of Eligibility.
17 QUALIFICATIONS OF BIDDERS
17.1 The Bidder may be required before the award of any contract to show to the complete satisfaction of the
City of Lubbock that the Bidder or his Subcontractor has the necessary facilities, ability, and financial
resources to provide the service specified therein in a satisfactory manner. The Bidder may also be
required to give a past history and references in order to satisfy the City of Lubbock in regard to the
Bidder's or his Subcontractor's qualifications.
17.2 The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the
ability of the Bidder or his Subcontractor to perform the work, and the Bidder shall fumish to the City of
Lubbock all information for this purpose that may be requested. The City of Lubbock reserves the right to
reject any bid if the evidence submitted by, or investigation of, the Bidder fails to satisfy the City of
Lubbock that the Bidder or his Subcontractor is properly qualified to carry out the obligations of the
contract and to complete the work described therein. Evaluation of the Bidder's or his Subcontractor's
qualifications shall include:
a) The ability, capacity, skill, and financial resources to perform the work or provide the service
required;
b) The ability of the Bidder or his Subcontractor to perform the work or provide the service promptly or
within the time specified, without delay or interference;
c) The character, integrity, reputation, judgment, experience, and efficiency of the Bidder or his
Subcontractor;
d) The quality of performance of previous contracts or services.
18 ANTI -LOBBYING PROVISION
18.1 DURING THE PERIOD BETWEEN BID CLOSE DATE AND THE CONTRACT AWARD,
BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY
DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL
OR CITY STAFF EXCEPT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS,
INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY.
18.2 This provision is not meant to preclude bidders from discussing other matters with City Council members
or City staff. This policy is intended to create a level playing field for all potential bidders, assure that
contract decisions are made in public, and to protect the integrity of the bid process. Violation of this
provision may result in rejection of the bidder's bid.
ITB#08.010-FO.doc 10
ITB # 08-010-FO, Protedve Bunker Gear -Annual Pricing
19 UTILIZATION OF LOCAL BUSINESS RESOURCES
19.1 The City desires, as much, as practicable, to stimulate growth in all sectors of the local business
community. Bidders are strongly encouraged to explore and implement methods for the utilization of local
resources.
20 PROTEST
20.1 All protests regarding the bid solicitation process must be submitted in writing to the City Purchasing
Manager within five (5) business days following the opening of bids. This includes all protests relating to
advertising of bid notices, deadlines, bid opening, and all other related procedures under the Local
Government Code, as well as any protest relating to alleged improprieties with the bidding process.
This limitation does not include protests relating to staff recommendations as to award of this bid. Protests
relating to staff recommendations may be directed to the City Manager.
All staff recommendations will be made available for public review prior to consideration by the City
Council as allowed by law.
20.2 FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A WAIVER OF
ANY PROTEST.
21 BIDDING ITEMS WITH RECYCLED CONTENT
21.1 In addressing environmental concerns, the City of Lubbock encourages Bidders to submit bids or alternate
bids containing items with recycled content.
21.2 When submitting bids containing items with recycled content, Bidder shall provide documentation
adequate for the City to verify the recycled content. The City prefers packaging consisting of materials
that are degradable or able to be recycled.
22 CONTRACT TERM AND PRICING
22.1 The contract shall be for a term of one-year, said date of term beginning upon City Council date of formal
approval. The City and Contractor may, upon written mutual consent, extend the contract for two
additional one-year periods. The rates may be adjusted upward or downward at this time at a percentage
not to exceed the effective change in the Consumer Price Index (CPT) or Product Price Index (PPI),
whichever is most appropriate for the specific contract for the previous 12-months. At the City's
discretion, the effective change rate shall be based on either the local or national index average rate for all
items. If agreement cannot be reached, the contract is terminated at the end of the current contract period.
22.2 Listed quantities are estimates only. Actual quantities may vary dependent upon usage/requirement.
The City of Lubbock is aware of the time and effort you expend in preparing and submitting bids to the City. Please let us
know of any bid requirement causing you difficulty in responding to our Invitation to Bid. We want to facilitate your
participation so that all responsible vendors can compete for the City's business. Awards should be made approximately
two to six weeks after the opening date. If you have any questions, please contact the City of Lubbock Purchasing Manager
at (806) 775-2165.
ITB#08-010-FO.doc 11
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
H. GENERAL CONDITIONS
**** PLEASE READ CAREFULLY ****
These General Conditions apply to all bids and become a part of the terms and conditions of any bid submitted. The City
shall mean the City of Lubbock.
1Quantities: The quantities appearing in this Invitation to Bid are approximate only and the City reserves the right to
increase, decrease or delete any or all items. If the quantities of materials to be furnished are increased, such increase
shall be paid for according to the unit prices established for the item. In making its bid hereunder, the Seller expressly
recognizes the rights of the City provided herein, and further recognizes that the Seller shall have no claims against the
City for anticipated profits for the quantities called for, diminished or deleted.
Product Guarantee: Seller guarantees equipment or product offered will meet or exceed specifications identified in this
bid invitation. The Seller shall, upon request, replace any equipment or product proved to be defective and make any
and all adjustments necessary without any expense to the City. If at any time, the equipment or product cannot
satisfactorily meet the requirements of the specifications, the Seller shall upon written request from the City, promptly
remove such equipment or product without any further expense to the City. At the City's request, Seller will provide
evidence sufficient to demonstrate such equipment or product meets the foregoing.
Invoices: Seller shall submit separate invoices, in duplicate, on 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, shall be attached to the invoice. Mail to Accounts Payable, City of
Lubbock, P.O. Box 2000, Lubbock, Texas 79457. Payment shall not be due unless and until the Seller shall not be in
default under the terms of the contract, and until the above instruments are submitted after delivery. CITY MAY
MAKE PAYMENTS FOR PURCHASES UNDER THIS CONTRACT USING THE CITY'S MASTERCARD
PURCHASING CARD (PCARD). THE SELLER AGREES TO ACCEPT PCARD PAYMENTS WITHOUT ANY
ADDITIONS OR SURCHARGES.
4 Delivery Delay: When delivery delay can be foreseen, the Seller shall give prior notice to the Purchasing Manager, who
shall have the right to extend the delivery date if reasons for delay appear acceptable. The Seller must keep the
Purchasing Manager informed at all times of the status of the order. Default in any manner under the contract,
including, but not limited to default on promised delivery, without acceptable reasons, or failure to meet specifications
hereunder authorizes the Purchasing Manager to purchase goods elsewhere and charge any increase in cost and
handling to the defaulting Seller, and/or exercise any and all rights available to it by law, equity and/or under the terms
of the contract. Every effort will be made by the Purchasing Office to locate the goods at the same or better price as
than originally contracted.
No Warranty By The City Against Infringements: As part of the contract for sale, Seller agrees to ascertain whether
goods manufactured in accordance with the specifications attached to the contract will give rise to the rightful claim of
any third person by way of infringement of the like. The City 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 The City be liable to Seller for
indemnification in the event that Seller is sued on the grounds of infringement or the like. If Seller is of the opinion that
an infringement or the like will result, he will notify the City to this effect in writing within two weeks after the signing
of the contract. If the City does not receive notice and is subsequently held liable for the infringement or the like, Seller
will save The City 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.
Gratuities: The City may, by written notice to the Seller, cancel the contract or purchase order without liability to Seller
if it is determined by the City 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
toward 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 the Contract is canceled by the City
pursuant to this provision, the City 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 Warranty -Price: a. The price to be paid by the City shall be that contained in Seller's bid which Seller warrants to be no
higher than Seller's current prices on orders by other parties for products of the kind and specification covered by the
contract for similar quantities under similar or like conditions and methods of purchase. In the event Seller breaches
IT8#08-010-FO.doc 12
,. I
ITB # 08-010-F0, Protective Bunker Gear -Annual Pricing
this warranty, the prices of the items shall be reduced to the Seller's current prices on orders by other, or in the
alternative. The City may cancel the contract without liability to Seller for breach or Seller's actual expenses. b. The
Seller warrants that no person or selling agency has been employed or retained to solicit or secure the 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 or violation of this warranty the City shall have the right in addition to any other right or rights to cancel the
contract without liability and to deduct from the Contract price, or otherwise recover the full amount of such claimed
commission, percentage, brokerage, or contingent fee.
8 Cancellation: The City 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 and/or files
bankruptcy or has bankruptcy filed against it. Such right to cancellation is in addition to and not in lieu of any other
remedies which the City may have in law, equity or hereunder.
9 Material Safety Data Sheets: Seller shall provide the City of Lubbock with current Material Safety Data Sheets (MSDS)
for each chemical defined as hazardous under the Texas Hazard Communication Act (every chemical bearing any
manner of warning label on the container) to comply with provisions of the Texas Hazard Communication Act, Title 6,
Subchapter D, Chapter 502, Texas Health and Safety Code Ann. (This Act is corollary to OSHA Standard 29 CRF
1910.1200, which is generally known as the Right to Know Law.)
10 Termination: The contract or purchase order may be terminated in whole, or in part by the City. Termination hereunder
shall be effected by the delivery to the Seller of a "Notice of Termination" specifying the extent to which the contract or
purchase order is terminated and the date upon which such termination becomes effective. In the event of said
termination, in whole or in part, provided that Seller shall not be in default under the Contract, the Seller shall be
entitled to payment only for goods actually delivered, and/or services actually performed under and in compliance with
the terms of the contract or purchase order.
11 Force Majeure: Neither party shall be held responsible for losses or damages hereunder, if the fulfillment of any terms
of provisions of the contract is delayed or prevented by strike, walkouts, acts of God, or public enemy, fire, or flood.
12 Assignment -Delegation: No right or interest in the contract shall be assigned or delegation of any obligation made by
Seller without the written permission of the City. Any attempted assignment or delegation by Seller shall be wholly
void and totally ineffective for all purposes unless made in conformity with this paragraph.
13 Waiver: No claim or right arising out of a breach of the 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.
14 Interpretation -Parole Evidence: This writing, plus any specifications for bids and performance provided by the City in
its advertisement for bids and any other document provided by Seller as part of his bid, is intended by the parties as a
final expression of their agreement and is intended also as a complete and exclusive statement of the terms of their
agreement. Whenever a term defined by the Uniform Commercial Code is used in the contract, the definition contained
in the Code is to control.
15 Applicable Law: The Contract 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 the contract.
16 Right To Assurance: Whenever one party to the contract in good faith has reason to question the other parry's intent to
perform he may demand that the other party give written assurance of this 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.
17 Indemnification: Seller shall indemnify, defend, keep and save harmless the City, its agents, officials and employees,
against all injuries, deaths, loss, damages, claims, patent claims, suits, liabilities, judgments, costs and expenses, which
may in anywise arise or accrue against the City in consequence of the granting of the 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 subcontractor 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
ITB#08-010-FO.doc 13
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
or incurred in connection therewith, and, if any judgment shall be rendered against the City in any such action, the
Seller shall, at its own expenses, satisfy discharge the same. Seller expressly understands and agrees that any bond
required by the contract, or otherwise provided by Seller, shall in no way limit the responsibility to indemnify, keep and
save harmless and defend the City as herein provided.
18 Nonappropriation: All funds for payment by the City under this contract are subject to the availability of an annual
appropriation for this purpose by the City. In the event of nonappropriation of funds by the City Council of the City of
Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination
charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -
current year for the goods or services covered by this contract is spent, whichever event occurs first. If at 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.
19 Time: It is hereby expressly agreed and understood that time is of the essence for the performance of the contract, and
failure by Seller to meet the time specifications of the contract will cause Seller to be in default of the contract.
20 Silence of Specification: The apparent silence of specifications as to any detail, or the apparent omission from it of a
detailed description concerning any point, shall be regarded as meaning that only the best commercial products and
practices are to prevail and that only material and worlananship of the finest quality are to be used. All interpretations
of the specifications in this bid shall be made on the basis of this statement. The items furnished under this contract
shall be new, unused, of the latest product in production to commercial trade, and shall be of the highest quality as to
materials used and workmanship. Manufacturer furnishing these shall be experienced in design and construction of such
items and shall be an established supplier of the item bid.
21 Environmental Stewardship
The City of Lubbock is fully committed to environmental excellence. It is the policy of the City to demonstrate sound
environmental performance by controlling and mitigating the environmental impact of City activities, operations, and
services. This commitment extends to the procurement and contracting process. Contractors and suppliers selected to
provide services and materials to the City are required to uphold an equally high standard. To that end all contractors
and suppliers hired by the City agree to maintain full compliance with any and all applicable environmental regulations.
In addition, contractors and suppliers agree to implement whatever processes and procedures necessary to reduce and
eliminate pollution and wastes and conserve natural resources while under contract with the City. To the greatest extent
possible, while still delivering the highest quality service or material, City contractors and suppliers, as well as any sub-
contractors under their supervision, will:
• mtinimize waste and pollution generation;
• conserve natural resources and energy;
• minimize the use of hazardous materials by choosing the least toxic - yet effective - materials and
products;
• use the highest available post -consumer content materials and products;
• recycle and/or reuse as much as is possible, waste materials; and
• incorporate into project design energy efficient fixtures, appliances and mechanical equipment.
The City Right to Audit
At any time during the term of this 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 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 full amount of such overpayments within thirty (30) days of such audit
findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due
Contractor.
ITB#08-010-FO.doc 14
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
SUSPENSION AND DEBARMENT CERTIFICATION
Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or
malting sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended
or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and
all non -procurement transactions (e.g., sub -awards to sub -recipients).
Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its
principals are not suspended or debarred by a Federal agency.
Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are
not suspended or debarred by a Federal agency.
I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred
by a Federal agency.
COMPANY NAME: DACO FIRE EQUIPMENT. INC.
Signature of Company
Date Signed: 1 2— 1 1— 0 7
Printed name of company official signing above: G A R R E T T D O B M E I E R
ITBtt08-010-FO.doc
16
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
City of Lubbock
Consideration of Location of Bidder's Principal Place of Business
Affidavit of Eligibility
Pursuant to Subchapter Z, Chapter 271, Texas Local Government Code, In purchasing under this title any real property, personal
property that is not affixed to real property, or services, if a municipality receives one or more competitive sealed bids from a bidder
whose principal place of business is in the municipality and whose bid is within five percent of the lowest bid price received by the
municipality from a bidder who is not a resident of the municipality, the municipality may enter into a contract with:
(1) the lowest bidder; or
(2) the bidder whose principal place of business is in the municipality if the governing body of the municipality determines, in
writing, that the local bidder offers the municipality the best combination of contract price and additional economic
development opportunities for the municipality created by the contract award, including the employment of residents of the
municipality and increased tax revenues to the municipality.
This section does not apply to the purchase of telecommunications services or information services, as those terms are defined by 47
U.S.C. Section 153.
In order to receive consideration, bidders must submit this affidavit to:
Marta Alvarez, Purchasing Manager
City of Lubbock
1625 13`b Street, Room 204
Lubbock, TX 79401
Complete all areas below. Incomplete affidavits may be rejected.
Local Business Name: D A C O FIRE EQUIPMENT, INC.
Local Address (must be within the City limits):
201 AVE. R LUBBOCK, TX 79415
Address of the company's principal place of business within the United States: 2 0 1 AVE - R LUBBOCK, T X IQ 4 15
1. How many residents of the City of Lubbock are employed at the above business location? 4
2. Year your business was established in the City of Lubbock: 1 9 6 2
3. For transactions that require sales tax, provide the following Reseller information:
Reseller Permit Number: 17527942449
Company Name and Address (as it appears on permit):
DACO FIRE EQUIPMENT
90 1 AVE - R
LUBBOCK, TX 79415
4. Does your business have more than one office in the State of Texas? Yes X No
If Yes, identify the office location considered as the point -of sale credit for sales tax purposes:
5. Was the local business required to pay business and/or real property tax for the most recent tax year?
X Yes No
If Yes, did the local business pay any of this tax to the City of Lubbock? X_ Yes No
Under penalty of perjury, the undersigned states that the foregoing statements are true and correct. It is further acknowledged that any
person, firm, corporation or entity inten ' ally submitting false information to the City in an attempt to qualify for eligibility shall be
prohibited from bidding on City o ock d services for a period of one (1) year.
Authorized Signature: - Date:
12-11-07
Printed Name and Title: G A R R E T T D O B M E I E R, SALES
ITW8-010-FO.doc 17
b
ITB # 08.010-FO, Protective Bunker Gear -Annual Pricing
LUBBOCK FIRE DEPARTMENT
SPECIFICATIONS FOR
PROTECTIVE CLOTHING FOR STRUCTURAL FIRE FIGHTING
November 2007
INSTRUCTIONS TO BIDDERS — GENERAL REQUIREMENTS
It shall be each bidder's responsibility to be thoroughly familiar with these specifications before submitting their bid. Any
questions about these specifications must be submitted in waiting and must be received by the Purchasing Manager no later
than five (5) business days prior to the bid closing date. NOTE: No changes to the specifications will be trade unless issued
in writing in the form of an addendum.
The Lubbock Fire Department intends to establish a contract for the purchase of structural fire fighting protective coats and
trousers as well as replacement components (outer shells, thermal liner and moisture barrier assemblies, individual thermal
liners and individual moisture barriers). The contract shall be for twenty-four (24) months, and the department shall have
the option of renewing the contract for up to three (3) additional twelve (12) month periods under the same terms and
conditions, with the exception that renewal terms will incorporate any price increase agreed upon by the City of Lubbock
Purchasing Division and the Lubbock Fire Department. The maximum price increase that will be considered by the City at
renewal shall be limited to that documented by the manufacture's published price list.
The Department ESTIMATES that it will purchase between XX and XX sets of gear during each twelve (12) month period.
Bidders must understand this is only an estimate. Garments will be purchased at the department's discretion on an "as
needed" basis. The actual number of garments purchased may be less than or more than the estimated quantities.
The Department ESTIMATES that it will purchase the same number of replacement thermal barrier and moisture barrier
assemblies as the number of complete garments that are purchased on this contract. Bidders must understand this is only an
estimate. Replacement thermal barrier and moisture barrier assemblies will be purchased at the Department's discretion on
an "as needed" basis. The actual number of replacement thermal liner and moisture barrier assemblies purchased may be
less than or more than the estimated quantities.
The Department may choose to buy individual thermal liners or individual moisture barriers instead of complete thermal
liner/moister barrier assemblies. In this case it will be the manufacture's responsibility to install the individual thermal
liners or moisture barriers into the completed thermal liner/moisture barrier assembly; the Department will then install the
completed assembly into the outer shell. The Department cannot give an estimate of the number of individual thermal liners
or individual moisture barriers it will be purchasing. Individual thermal liners and/or individual moisture barriers will be
purchased on an "as needed" basis.
The Department may also choose to buy replacement outer shells. These replacement outer shells must be fully compatible
with the outer shells that they are replacing. The Department cannot Live an estimate of the number of replacement outer
shells it will be purchasing. Replacement outer shells will be purchased on an as needed basis.
The delivery of garments for all orders other than "Rush" orders shall be required within 80 days of the receipt of the order.
The Department shall reserve the right to order up to twenty (20) sets of gear during each contract period on an expedited
(rush) basis. The delivery of garments for all "Rush" orders shall be required within 45 days of the receipt of the order.
There shall be no additional charge or fee for a "Rush" order.
The Lubbock Fire Department will fax each order to the bidder/manufacturer during normal business hours. The date on
the fax confirmation printed by the Fire Department's fax machine shall serve as the documentation for determining
compliance with the delivery requirements. The calendar day immediately following the date of the fax confirmation shall
be the first day of the delivery period. All deliveries shall be made to the Lubbock Fire Department, Fire Administration
Complex, 1515 East Ursuline, Lubbock, TX 79403. Bidders must understand that adherence to the delivery schedule is
essential, and failure to comply with the delivery requirements will result in damage to the City of Lubbock. Therefore, the
successful bidder will pay the City five percent (5%) of the invoice price of each item received after the specified delivery
time, but within ten calendar days of the specified delivery time. For every calendar day over ten (10) that an item is late,
the bidder will pay the City an additional one percent (1 %) of the invoice price. Such sum may be deducted from payments
IT13#08.010-FO.doc 18
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
due or payments to become due to the bidder as liquidated damages. Such liquidated damage amounts are not to be
considered a penalty, but shall be deemed taken and treated as reasonable liquidated damages.
The bidder/manufacturer shall send a properly trained representative to measure personnel for each order, or provide
training on the proper measuring method for selected members of the Support Services Division. In either case, the
bidder/manufacturer shall be responsible for fit and shall alter garments as necessary to achieve a proper fit at no charge to
the Lubbock Fire Department. The bidder/manufacturer shall be responsible for all transportation costs incurred.
The bidder/manufacturer shall guarantee that the garments provided meet all of the requirements set forth in these
specifications. Should it be found that the garments do not meet the requirements of these specifications and/or any
alternatives accepted by the Lubbock Fire Department, the bidder/manufacturer shall be required to make any corrections at
no charge to the Lubbock Fire Department. The bidder/manufacturer shall be responsible for all transportation costs
incurred.
The bidder/manufacturer shall provide a limited lifetime warranty against material and workmanship defects in its products
when used by appropriately trained personnel following accepted procedures and when the products' warnings, use and care
instructions have been properly followed. Any defects in material or workmanship shall be corrected/repaired by the
manufacturer at no charge to the Lubbock Fire Department. The bidder/manufacturer shall be responsible for all
transportation costs incurred. Documentation confirming the warranty being provided shall be furnished with the bid.
The bidder/manufacturer shall provide training for one (1) to three (3) selected members of the Lubbock Fire Department on
the proper care, maintenance and inspection of garments. This should include all necessary information about acceptable
cleaning products and cleaning methods as well as comprehensive instructions on inspecting garments for signs of wear or
damage. This training shall be provided by an employee of the garment manufacturer who is well qualified to provide such
training.
This training may be conducted at the manufacturer's facilities or at the Lubbock Fire Department's facilities. In either
case, all expenses associated with providing this training (including travel, lodging, meals, etc.) shall be the sole
responsibility of the bidder.
NOTE: This training must be provided one time during the initial year of the contract. Any additional training will not be
the responsibility of the bidder/manufacturer.
The bidder/manufacturer shall have an in-house repair facility available to the Lubbock Fire Department for non -warranty
related repairs on a fee per repair basis or have a written agreement with a cleaning and repair service that authorizes the
cleaning and repair service to complete repairs on the manufacturer's garments. If repairs are to be handled by a cleaning
and repair service, documentation confirming the manufacturer's agreement with the cleaning and repair service shall be
furnished with the bid.
NOTE: Any cleaning and repair service that is used must be acceptable to both the manufacturer and the Department. If,
for any reason, the manufacturer or the Department objects to using a particular cleaning and repair service, a different
cleaning and repair service must be utilized. The manufacturer shall supply a list of cleaning and repair services that are
authorized to complete their repair work.
The Lubbock Fire Department will not consider "minor" design, style, and construction alternatives to some of these
specifications, however any proposed ALTERNATIVE shall be submitted in writing to the City of Lubbock,
XXXXXXXX_XXXXXX, Lubbock, Texas, no later than Month, Day, Year at Time. The envelope containing the alternate
must be identified with the bid number Bid Number and marked "ALTERNATE BID". Each alternative must be clearly
identified and explained. Adequate documentation must be submitted to show that the proposed alternative provides an
equivalent or enhanced level of performance to that specified. The Lubbock Fire Department will decide If an
alternative is acceptable and shall be the sole judge of which garments and/or alternatives best meet the needs of the
Department. The decision of the Lubbock Fire Department shall be final. If the proposed alternate is deemed
acceptable, an addendum will be issued. If the alternate is rejected, a written letter of explanation will be sent to the vendor.
The Lubbock Fire Department will issue responses by Day.Mouth, Day Year to the alternates submitted.
ITB#08.010•FO.doc 19
ITB # 08.010-FO, Protective Bunker Gear -Annual Pricing
The Lubbock Fire Department may, at their discretion, require the apparent successful bidder to submit a sample coat and
sample trousers manufactured to these specifications within 14-21 working days of notification. The sample will be
inspected for compliance with these specifications, compliance with NFPA standards, and quality of workmanship. The
sample will be disassembled as necessary to facilitate the inspection. If the sample passes inspection, it shall be repaired as
necessary by the bidder/manufacturer at no cost to the Lubbock Fire Department. The sample will then be accepted as the
first item, or items, of the order. If the sample does not pass inspection, the Lubbock Fire Department reserves the right to
return the sample to the manufacturer for corrections or to reject the sample, return it to the manufacturer, and contact the
next apparent best bidder.
NOTE: Should the apparent successful bidder be one with whom the Lubbock Fire Department has no recent experience,
the bidder will be required to submit a sample coat and trousers manufactured to these specifications within 14-21 working
days of notification for inspection. Failure to do so shall disqualify the bidder.
The awarding of this contract will be based on a Best Value Basis. The Lubbock Fire Department will be the sole and final
judge as to what is the best value for the department. The factors that will be taken into consideration when judging the best
value include, but are not limited to, the following items that are listed in order of importance:
1. The design, features, and performance offered for the coat and pants;
2. The cost of each coat, pants and suspenders;
3. The cost of replacement thermal liner and moisture barrier assemblies;
4. The cost of replacement thermal liners and replacement moisture barriers; and,
5. The cost of the options called for in these specifications.
ITB#08-010-FO.doc 20
ITB # OM10-FO, Protective Bunker Gear -Annual Pricing
LUBBOCK FIRE DEPARTMENT
SPECIFICATIONS FOR
PROTECTIVE CLOTHING FOR STRUCTURAL FIRE FIGHTING
GENERAL GARMENT REQUIREMENTS
1-1 The design, materials, workmanship, construction, and performance of these garments shall meet or exceed the requirements
of the most current Edition of NFPA 1971, Standard on Protective Ensemble for Structural Fire Fighting. Should there be a
conflict between the design criteria, performance requirements, materials, or construction methods in these specifications
and the NFPA Standard, the more stringent requirement shall apply.
1-2 The protective garments shall be coats and trousers that have been designed and constructed to provide adequate
coat/trouser overlap of all three layers (outer shell, moisture barrier, and thermal liner) to protect the wearer when bending,
crawling, or stretching as required by the current edition of NFPA 1500, Standard on Fire Department Occupational Safety
and Health Program.
1-3 Garments shall be third party tested, certified, and listed for compliance to the most current Edition of NFPA 1971 by SEI
(Safety Equipment Institute) or UL (Underwriters Laboratories). Documentation from a third party testing/certification
organization confirming that the garments bid are certified and listed shall be furnished with the bid.
1-4 Garments shall be of modular design so thermal liner/moisture barrier assemblies and outer shells of the same size are
interchangeable, allowing a barrier assembly or outer shell to be replaced without replacing the entire garment.
1-5 Neoprene coated needle punch and/or other neoprene -coated materials are not permitted unless called for by these
Wecifications. Exceptions: Neoprene -coated FR polyester/cotton binding tape may be used. Neoprene may be used to
waterproof the radio pocket. Neoprene may also be used to supplement the waterproofing in the knee area.
1-6 Garment composites (consisting of outer shell, moisture barrier, and thermal liner) shall exhibit a Thermal Protective
Performance (TPP) of not less than 38 when tested in accordance with the most current Edition of NFPA 1971.
Additionally, there shall be a "thermally enhanced zone" that shall have a TPP rating exceeding 38. Documentation
confirming the TPP rating of the garments and the "thermally enhanced zone" shall be provided by the third party
testing/certification organization or the manufacturing mill and furnished with the bid. The "thermally enhanced zone" is
defined in Coat Thermal Reinforced Yoke of these specifications. Garment composites (consisting of outer shell, moisture
barrier, and thermal liner) shall exhibit a Thermal Heat Loss (THL) of not less than 205 when tested in accordance with the
most current Edition of NFPA 1971. Documentation confirming the THL rating of the garments shall be provided by the
third party testing/certification organization or the manufacturing mill and furnished with the bid.
1-7 Nomex thread of a size and type sufficient to meet or exceed the requirements of the most current edition NFPA 1971 shall
be used in the construction of these garments.
1-8 All hook and loop material used in the construction of these garments shall be high quality, heavy duty and fire retardant.
Garments shall be designed, and all hook and loop material installed, in such a manner that the hook and loop is completely
covered when the garments are properly worn during fire fighting operations.
1-9 All stress points such as pockets, flaps, zippers, storm flap, tabs, and other areas requiring reinforcement shall be reinforced
using bar tacks. Rivets shall not be acceptable as reinforcements. '
1-10 All hardware attachments (hook and dees, snaps, rivets, etc.) shall be properly reinforced.
ITB4E-010-Fo.doc 21
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
JANESViLLE® V-FORCETM or EQUAL
PROTECTIVE CLOTHING SPECIFICATION
NFPA 1971, 2007 EDITION
SCOPE: The purpose of the clothing is to provide protection during structural fire fighting operations where there is a threat of
fire or when certain physical hazards are likely to be encountered, such as during non -fire -related rescue operations, emergency
medical operations, and victim extrication.
COMPLet IANT EXCEPTION
STANDARDS: All garments prod ced shall meor exceed the criteria set forth in the current edition of NFPA 1971
PROTECTIVE CLOTHING FOR STRUCTURAL FIRE FIGHTING, FED -OSHA CFR 1910, Subpart L, OHSA 29 CFR Part
1910.1030 and/or the requirements of CAL -OSHA title 8, Article 10.1, Para. 3406.
All components and composites used in the construction of garments shall be third party tested, certified and listed for
compliance to NFPA 1 71. The label of the third party tester shall denote certification.
COMPLIANT EXCEPTION
The manufacturer shall be registered to the ISO Standard 9001 to assure a satisfactory level of quality. . The manufacturer
shall not sub -contract the sewing of any garment component unless the sub -contractor is also certified to the requirements of
ISO 9001 and has been listed as a sub -contractor.
4COMPLIANT EXCEPTION
COMPOSITE PERFORMANCE: The garment composite, consisting of the outer shell, moisture barrier and thermal liner,
shall provide a Thermal Protective Performance (TPP) of not less than 38 when tested in accordance with NFPA 1971 standard.
COMPLIANT EXCEPTION
The garment composite, consisting of the outer shell, moisture barrier and thermal liner, shall provide a Total Heat Loss (THL)
of not lessp= 205 when tested in accordance with NFPA 1971 standard.
COMPLIANT EXCEPTION
The Heat Transfer Index rating shall be 25 seconds for the shoulder when measured at 2 psi (pounds per square inch) and 25
seconds for the knee when measured at 8 psi.
4COMPLIANT EXCEPTION
SEPARABLE OUTER SHELL MATERIAL: 7.5 oz/sq. yd 60% KEVLARG/20% NOMEX® III/20% Zylon® ripstop
weave with water/stain repellent finish. Color shall be dark gold. ADVANCE ULTRATm
�i COMPLIANT EXCEPTION
SEPARABLE MOISTURE BARRIER MATERIAL: NOMEX substrate laminated to a lightweight breathable,
CROSSTECHO (Type 2C), Teflon® membrane; weighing 5.0 oz./sq. yd.
COMPLIANT EXCEPTION
ITW8.010-FO.doc
22
Y
r r
ITB # 0"I0-Fo, Protedve Bunker Gear -Annual Pricing
SEPARABLE THERMAL LINER MATERIAL: 3.5 oz./sq. yd. G1ideTM (NOMEX® filament/spun) face cloth quilted to
one layer E-89TM spunlace aramid 850/oNOMEX®/15% KEVLAR® weighing approximately 2.3 ozlsq. yd. With a Teflon®
finish. And one layer of apertured (11-13 apertures/sq. inch) E-89TM spunlace aramid 85% NOMEX6/l5% KEVLAR®
weighing approximately 1.5 oz./sq. yd. With a Teflon® finish. (Total weight +/- 7.3 oz./sq. yd.) 0
ACOMPLIANT EXCEPTION
STRESS POINTS: All outer shell stress points, including top and bottom pocket corners, pocket flap comers, top and bottom
of storm flap/fly shall be reinforced using a 42 stitch minimum bar tack.
4—COMPLIANT EXCEPTION
REFLECTIVE TRIM: All trim shall be sewn with four rows lockstitch 301, minimum six stitches/inch for most secure trim
attachment. All trim shall be 3" Scotchlite m II (triple trim) of red/orange, for Chief Officers, or lime/yellow, for FF, EO, LT,
and CPT
Coat trim shall be applied as follows: Viz-a-V Pattern: One 3" strip shall be set full circumference at the bottom sweep of the
outer shell; one 3" strip shall be set around each sleeve approximately 2" above the cuff; one 3" strip shall be set around each
sleeve just above the elbow; one 3" strip shall be set full circumference at the chest; two 3" V shaped vertical strips shall be set
at an angle from hem trim to back chest trim of the coat. Additional strip shall be set vertical down flap of fallen man harness.
Pant trim shall be applied as follows: One strip set full circumference around the bottom of the cuff 2"/3" from the bottom cuff.
COMPLIANT EXCEPTION
SIZES: Coats shall be made available in even chest sizes with corresponding sleeve lengths available in short, regular, and
long. Pant sizes shall be made available in even waist sizes with inseam lengths available in extra short, short, regular and long.
Male and female sizing available.
COMPLIANT EXCEPTION
LABELING: Each garment shall have a garment label(s) permanently and conspicuously attached stating at least the following
language, as well as detailed warning instructions provided by the manufacturer.
Do Not Remove This Label
THIS STRUCTURAL FIREFIGHTING PROTECTIVE GARMENT MEETS THE GARMENT REQUIREMENTS
OF NFPA 1971, 2007 EDITION
MADE IN THE U.S.A.
4COMPLIANT EXCEPTION
TRACKING LABEL SYSTEM: There shall be a P1317417, two dimensional bar code label permanently affixed to each
garment for tracking purposes. The bar code shall contain a minimum of the following information:
a. unique serial number
b. item description (brand, model, material color)
C. lot information (date ofmfg., size, etc.)
d. material description
e. the standard to which the garment is compliant
The bar code shall be able to withstand customary wash and wear cycles. The PDF417 bar code must incorporate a
minimum of a 30% "error correction' capability.
COMPLIANT EXCEPTION
ITB#08-010-Fo.doc 23
Y
ITB # 08-010-FO. Protective Bunker Gear -Annual Pricing
USER INFORMATION GUIDE: Each garment shall include a User Information Guide with information required by NFPA
1971. This guide shall include:
(a) Pre -use information:
• Safety considerations.
• Limitations of use.
• Garment marking recommendations and restrictions.
• A statement that most performance properties of the garment cannot be tested by the user in the field.
• Warranty information.
(b) Preparation for use:
• Smng/adjustment.
• Recommended storage practices
(c) Inspection:
• Inspection frequency and details.
(d) Don/Doff.
• Donning and doffing procedures.
• Sizing and adjustment procedures.
• Interface issues.
(e) Use:
• Proper use consistent with NFPA 1500, Standard on Fire Department, Occupational Safety and Health Program, and 29
CFR 1910, 132.
(fl Maintenance and Cleaning:
• Cleaning instructions and precautions with a statement advising users not to use garments that are not thoroughly cleaned
and dried.
• Inspection details.
• Maintenance criteria and methods of repair where applicable.
• Decontamination procedures for both chemical and biological contamination.
(g) Retirement and disposal:
• Retirement and disposal criteria and considerations.
(h) Drag Rescue Device (DRD)
• Use, inspection, maintenance, cleaning and retirement of the DRD.
COMPLIANT EXCEPTION
WARRANTY: Each garment shall have a limited lifetime warranty against defects in material and workmanship which
should be registered using the internet address on the provided sticker with each garment.
COMPLIANT EXCEPTION
ITB#08-010-FO.doc 24
ITS # 0"10-FO, Protective Bunker Gear -Annual Pricing
V-FORCETM COAT OR EQUAL
COAT CONSTRUCTION: The coat is designed of a 3-panel construction in all layers of our innovative V-fit design for
optimum comfort and mobility. When measured at the center of the back from the collar seam to the hem bottom, the coat shall
measure - 32", or 35" long. (29" or 32" female) Sleeves shall be of raglan design.
COMPLIANT EXCEPTION
MOISTURE BARRIER/THERMAL LINER CONSTRUCTION: Design shall be compatible with the outer shell so that
the liner does not buckle, pull, or otherwise restrict body motion. The left and right fronts of the moisture barrier/thermal
liner shall be attached to the facings at the front closure of the outer shell. The neck of the moisture barrier/thermal liner
shall be secured to the neck of the outer shell collar such that when donning the coat an arm may not be accidentally caught
between the outer shell and its inner linings alongthe neck between the armholes. Liner shall have a 4" wide,
CROSSTECHO/NOMEX® pajama check extension sewn the full length of the neck with FR loop 3/4" wide sewn along
entire edge and on both sides at the end. There will also be a 4" wide, piece of Black NOMEX(with a 2" piece of self
material extension sewn the full length of the neck with FR hook 3/4" wide sewn along the entire edge of the Black
NOMEX® Five female snaps will be spaced along the edge of the self material for attachment to the outer collar.
COMPLIANT EXCEPTION
The liner shall have one (1) 8.5" x 8.5" internal pocket which shall be made of black outer shell material. The liner pocket
shall be located on the left side of coat liner.
Quilt Thermal Liner Construction: The CROSSTECHO/NOMEX® pajama check moisture barrier shall be com late
separable from the thermal liner at its perimeter by means of hook and loop and snaps. This allows for total inspection of the
moisture barrier and the replacement of only one component as needed without the expense of having to replace the entire liner
system. All moisture barrier seams shall be sealed as required by NFPA 1971. The moisture barrier/thermal liner shall finish
no more than 1" from the cuffs and 2" from the hem.
COMPLIANT EXCEPTION
MOISTURE BARRIEWrHERMAL LINER ATTACHMENT: Completely Removable: The moisture barrier/thermal
liner shall be completely detachable from the outer shell for ease of cleaning by the use of hook and loop, zippers, and snaps.
There shall be a brass zipper and two snaps down each front facing, hook and loop shall also be located around the entire
neck opening. In addition, there will be a snap for alignment along the bottom of the liner, and one snap and hook and loop
at each sleeve end.
COMPLIANT EXCEPTION
COLLAR: The collar shall be of three piece contoured 4-layer configuration such that when the collar is raised it shall remain
standing while providing continuous thermal and moisture protection around the neck and face. To ensure this protection, the
two layers of outer shell collar shall be fully lined with one layer of Gore RT7100Tm PTFE moisture barrier material and two
layers of 1.5 oz. apertured E-89Tm thermal liner. The collar shall provide proper interface with liner to insure no moisture
penetration through the collar seam to inside of coat.
The collar shall be contoured and shall completely cover the neck and throat area when in the raised position. Raised height
shall be approximately three inches with a contoured overlap at the front of the coat. Collar closure shall be provided by FR
hook and loop 1.5" x 4", with hook portion sewn on right side of collar, and loop portion sewn on left, set horizontal. Collar
shall be of such design so as not to interfere with SCBA facemasks, nor helmet. Collar shall close from right to left.
78#08-010-FO.doc 25
A
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
When examined prior to donning, the turned -up collar shall completely wrap around the front of the neck opening such that left
and right collars touch or overlap to maximize facial protection.
The three piece contoured 4-layer collar shall be sewn with a pleat on the innermost layer. Pleat shall have 3/4" FR hook sewn
on the underside to engage the moisture barrier extension on the liner.
COMPLIANT EXCEPTION
THROAT STRAP: The throat strap shall be of 4-layer configuration providing continuous thermal and moisture protection
around the neck and face. The throat strap shall be mounted to the outer shell collar to ensure that when the coat is closed
and the collar is raised, the throat strap shall prevent any opening between the left and right collar. To ensure this
protection, the inside of the throat strap shall be fully lined with one layer of Gore RT7100TM PTFE moisture barrier
material and two layers of 1.5oz apertured E-89TM thermal liner. The outer most layer of the throat strap shall be outer shell
material. The innermost layer facing the wearer's body shall be outer shell fabric.
The throat strap shall be mounted to the outer shell collar 3.5" back from the collar facing and shall be not less than 11"
long and 4" wide, contour shaped to be compatible with the SCBA facemask and secured in the stowed position with 2"x 2"
FR loop on the right outside of the collar. 2" x 2" FR hook shall be sewn to the end of the throat strap and 2"x 3"
corresponding FR loop shall be sewn to the outer shell material on the left side of the collar to provide maximum adjustment
when wearing an SCBA breathing apparatus mask. The throat strap will close from the right to the left.
COMPLIANT EXCEPTION
DRAG RESCUE DEVICE (DRD): The Fire Fighter Recovery HarnessTM shall be constructed of a one and one-half inch
wide KEVLARO strap that shall be installed between the outer shell and the thermal liner. This harness shall have a hand
loop (16" in circumference) that exits the outer shell through a 2" polymer coated aramid reinforced slot on the back of the
coat just below the collar and is held in place by means of a piece of 1.5" x 2" hook on the strap and a piece of 1" x 2" loop
attached to the outer shell. This strap is then secured under a 2.25" x 5,25" flap that is sewn in at the neck /collar area. Two
pieces 1" x 2" loop shall be set vertically on shell to align with two pieces of 1" x 2" hook set vertically to the underside of
the flap. The harness is also held in proper alignment by means of a 2" x 2" piece of loop placed on the inside of the outer
shell just above the chest trim that corresponds to a piece of 1.5"x 2" hook located on the harness. Two 1" x 3.5" self -fabric
straps with 1" x 2" hook on one end and 1" x 2" loop on other end shall be set to coat in the shoulder cap area to keep straps
in proper position for use.
PURPOSE OF THE HARNESS
Fire Fighter Recovery Harness (Harness) provides mechanical leverage for dragging a downed and incapacitated structural
firefighter from a life -threatening environment. The design of the Harness enables the rescuer to drag the downed firefighter
in line with the axis of the firefighter's skeletal frame, in order to decrease the risk of further injury. This product is only for
structural firefighting operations.
COMPLIANT EXCEPTION
HANGER LOOP: An external hanger loop constructed of a double layer of outer shell material and reinforced with two 42-
stitch bartacks shall be provided on the outside of the coat at the collar seam. It shall be designed to provide long service and
shall not tear or separate from the coat when the coat is hung by the hanger loop, loaded evenly with a weight of 80 lbs. and
allowed to hang for one minute.
COMPLIANT EXCEPTION
THERMAL REINFORCED YOKE: A layer of Semper Dri (3.0 oz./sq. yd. Teflon® treated Chambray (NOMEX® spun)
face cloth quilted to one layer E-89TM spunlace aramid 850/oNOMEX®/15% KEVLARO weighing approximately 2.3 oz./sq.
yd. with a Teflon® finish and one layer of apertured (11-13 apertures/sq. inch) E-89TM spunlace aramid 85% NOMEX®/15%
KEVLAR® weighing approximately 1.5 oz./sq. yd. with a Teflon(& finish (total weight +/- 6.8 oz./sq. yd.)) shall be positioned
between the moisture barrier and thermal liner for extra thermal protection in a high heat and compression area of the coat. It
shall be sewn to the inside of the upper back portion and raglan sleeve of the thermal liner across the upper back and shoulder
for approximately 7".
COMPLIANT EXCEPTION
1TM8-010-FO.doc 26
ITB # OM10-F0, Protective Bunker Gear -Annual Pricing
SHOULDER CAPS: A 4" wide area at the top of the shoulders extending 6" from the collar seam shall be capped with outer
shell material for abrasion resistance and thermal protection.
COMPLIANT EXCEPTION
V-FITrm ELBOW: The sleeve shall have an insert throughout all layers that shall provide a natural bend in the sleeve. This
elbow shall include cut outs, shaped pieces, and darts to create free movement with few restrictions.
The insert shall consist ofpolymer coated aramid, gold in color, for abrasion resistance and thermal protection
COMPLIANT EXCEPTION
SLEEVE WELL/WRISTLET MOUNTING: A combination Semper DriTM (3.0 oz./sq. yd. Teflon® treated Chambray
(NOMEX® spun) face cloth quilted to one layer E-89Tu spunlace aramid 851/oNOMEX®/15% KEVLAR® weighing
approximately 2.3 oz./sq. yd. with a Teflon® finish and one layer of apertured (11-13 apertures/sq. inch) E-89TM spunlace
aramid 85% NOMEX0/l5% KEVLAR® weighing approximately 1.5 oz./sq. yd. with a Teflon® finish. (Total weight +/- 6.8
oz./sq. yd.)). One layer of breathable CROSSTECHO (Type 2C) moisture barrier leader shall be sewn no more than 1 " back
from the combination liner sleeve end to form a sleeve well. One male snap and one .75"wide strip of FR loop shall be sewn full
circumference to the end of the thermal liner/CROSSTECH® (Type 2C) moisture barrier leader to help secure the combination
liner to the outer shell. This sleeve well shall prevent water and hazardous materials from entering the sleeve when arms are in
a raised position.
The combination liner sleeve ends shall be inserted into the outer shell sleeve ends by means of lining up the male snap then
attaching the FR loop fastener of the combination liner sleeve end with the female snap and FR hook fastener of the outer shell
cuff. This method of combination liner attachment shall prevent any gaps from occurring between the combination liner and
sleeve well during a full range of motion. The combination liner shall extend to within I" of the sleeve end.
4— COMPLIANT EXCEPTION
WRISTLETS: An internal wristlet shall consist of a 2-ply KEVLAR® / NOMEX® / Spandex® construction knitted not less
than 8" extending completely over the palm with a thumbhole preventing the wristlet from sliding back. Wristlets shall be
double stitched and bound to the moisture barrier/thermal liner providing extended thermal and slash protection.
COMPLIANT EXCEPTION
CUFFS: The extended cuff of the sleeve shall be reinforced with a binding of outer shell material not less than 3" in total width
for abrasion resistance and thermal protection. One leather tab with female snap fastener shall be set in the cuff to attach outer
shell to liner.
COMPLIANT EXCEPTION
THERMAL FRONT PANEL CONSTRUCTION: There shall be continuous thermal and moisture protection around the
entire torso including the storm flap. To ensure this protection, as well as reduce potential for wicking moisture to inside of
liner, both right and left inside front facings of the coat outer shell shall incorporate outer shell fabric extending from collar to
hem.
COMPLIANT EXCEPTION
COAT FRONT CLOSURE DESIGN: The complete outer shell coat front closure design shall consist of a FRONT
CLOSURE SYSTEM completely protected by an OUTSIDE STORM FLAP which shall have its own, independent STORM
FLAP CLOSURE SYSTEM.
COMPLIANT EXCEPTION
ITB#08.010•FO.dac 27
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
STORM FLAP: A storm flap measuring not less than 2.5" wide, nor less than 22" in length shall be set on the outside of the
right side of the coat opening for maximum thermal protection and clear drainage. The inner lining of the storm flap shall be
Gore RT7100TM PTFE moisture barrier meeting all requirements for moisture barriers sandwiched between two layers of outer
shell fabric.
COMPLIANT EXCEPTION
FRONT/STORM FLAP CLOSURES: The front closure shall consist of a #9 brass zipper with a 1 3/4" polymer coated
aramid tab added to left bottom for fast closure and exit. The storm flap closure shall consist of 1" wide FR hook and loop
attachment with FR hook fastener sewn on the left front of the coat, and corresponding FR loop fastener sewn on the inner side
of the outer storm flap. The hook and loop closure shall extend the frill length of the outer storm flap eliminating all exposed
frontal hardware.
-X-COMPLIANT EXCEPTION
FLASHLIGHT ATTACHMENT: There shall be (1) 5N3"1-laver self -fabric patch attached to coat on the RIGHT chest
at the same height as the radio pocket. A utility snap hook shall be attached to a 5"x3" 1-layer self -fabric patch. Utility snan
shall be securely riveted with (3) leather reinforced rivets.
A 1" x 2.5" triple layer self fabric strawshall be bartacked on each end and to be centered between the utility snap and the
flashlight tie two straR.
FLASHLIGHT STRAP: lx10" 2 layers self fabric flashlight strap X-stitched to shell with I piece lx3" hook & I female
logo on one end, 1 piece lx3" loop & 1 male snap on opposite end. Shall be located on right chest 4" down from the
bottom of the MF003 utility snap hook
COMPLIANT EXCEPTION
RADIO POCKET: One 4" wide x 8" deep full bellows radio pocket that expands by means of side and front gussets to a
thickness of 2" in front and back shall be located on LEFT chest.. Pocket and flap shall be set with stitch 301, seam Ssb-2
with the top and bottom pocket corners and top corners of flap reinforced with a minimum 42-stitch bar tack. A brass eyelet
shall provide drainage of moisture.
Pocket flaps shall be 4.5"x 5". Pocket shall be fully lined all 3 sides inside pocket with polycotton lining. Pocket flap shall
close to the pocket top using I piece of 1 "x 2" loop on pocket horizontally and 1 piece of I "x 2" hook on flap vertically.
MIC TAB: There shall be a I" X 3" triple layer self -fabric mic tab attached with bar tacks on each side. Bar tacks shall be
a minimum 42-stitch bar tack shall be located on the left chest above radio pocket
COMPLIANT EXCEPTION
IDENTIFICATION PATCHE: There shall be (1) 1" x 5" self fabric letter patch with Velcro attachment located on the
radio pocket flap. Using black thread fire fighter's name shall be spelled using 1" initial last name in''/z" block letters.
COMPLIANT EXCEPTION
_V
ITB#08-010-FO.doc 28
ITB # 08-010-FO. Protective Bunker Gear -Annual Pricing
EMBLEMS:
There shall be a 2.5"x 4.25" American Flag patch, with stars in the upper left corner, sewn to the coat RIGHT sleeve.
There shall be a 2.5" x 4.25" Texas State Flag emblem sewn to the coat LEFT sleeve.
COMPLIANT EXCEPTION
NAME LETTERING PATCHES: There shall be (1) 5"xl5" contoured I -layer self -fabric one -line Letter Patch attached
to hang from back hem. There shall be (1) male snap at each top corner of hanging letter patch (total of 2 male snaps) and
(2) female non -logo snaps on the inside of the shell to align with the male snaps. Hook & loop shall also be used to attach
patch to coat.
There shall be 2" time yellow sew -on Scotchlite letters, sewn on the patch spelling the fire fighter's name using I't initial
and last name for all fire fighters, equipment operators, lieutenants, and captains.
There shall be 2" red orange sew -on Scotchlite letters, sewn on the patch spelling the fire fighters name using I' initial and
last name for all chiefs.
4—COMPLIANT EXCEPTION
TURN -OUT POCKETS: Two 9" x 9" Semi -bellow and handwarmer pocket combination that expands by means of side
and bottom gussets to a thickness of 2" in back only and 0" in front. The pocket shall be set at the bottom of the coat hem
and reflective trim shall be set on each pocket.
There shall be a 6" opening on the rear side of the bellow of the pocket Pocket shall be lined inside with Semper Dri"4
thermal liner material and have a KEVLAR® twill backer.
Pocket and flap shall be set with stitch 301, seam Ssb-2 with each corner of pocket opening and top corners of flap
reinforced with bar tacks for additional strength. Drainage of moisture to be provided by brass eyelets.
Each pocket flap shall measure 10" wide by 3" high in front and 5" high in rear. Each flap shall incorporate a V by 2"
polymer coated aramid pull tab for easy opening. The corner under this tab shall be reinforced with two layers of Lite-N-
DriTM for stability.
A hook and loop closure system shall be set with two pieces of 1.5" x 3" loop fastener set horizontally on the outside edge
of the pocket opening with corresponding 1.5" x 3" hook fastener set vertically on the underside of the flap.
_)(—COMPLIANT EXCEPTION
IT13#08.010-FO.doc 29
rrB # OM10-FO, Protective Bunker Gear -Annual Pricing
V-FORCETM HIGH -BACK PANT OR EQUAL
PANT CONSTRUCTION: The pant shall have a low rise waist V-FitTM design with five inch high back panel with hook and
loop for support panel of Lion V-Back suspenders (required with these pants).
COMPLIANT EXCEPTION
EXTENDED BACK PANEL: A back panel shall be constructed of two layers of outer shell material, one middle layer of
moisture barrier material and one layer of thermal liner material. One piece self fabric flap 9" wide x 5" high with 9" x 5" hook
to attach suspenders. This panel shall be stitched to the perimeter of the outer shell and shall measure 10" across the top, 19"
across the bottom (being graded for waist size), and extend 5" above the pant waist with 9" x 5" loop. See V-BackTM suspender
specification. ).
4—COMPLIANT EXCEPTION
SEPARABLE MOISTURE BARRIER/THERMAL LINER CONSTRUCTION: Design shall be compatible with the
outer shell so that the liner does not buckle, pull, or otherwise restrict body motion. To deter the wicking of moisture up the
thermal liner leg the bottom nine inches of each thermal leg shall be constructed of Semper Dri (3.0 oz./sq. yd. Teflon® treated
Chambray (NOMEX® spun) face cloth quilted to one layer E-89TM spunlace aramid 851'/oNOMEXV/15% KEVLAR®
weighing approximately 2.3 oz./sq. yd. with a Teflon® finish and one layer of apertured (11-13 apertures/sq. inch) E-89TM
spunlace aramid 85% NOMEX®/15% KEVLAR® weighing approximately 1.5 oz./sq. yd. with a Teflon(& finish. (Total
weight +/- 6.8 oz./sq. yd.)). The waist of the moisture barrier/thermal liner shall be secured to the waist of the outer shell such
that when donning the pant a leg may not be accidentally caught between the outer shell and its inner linings along the waist and
between the legs of the pant. For added thennal protection to the knee, an additional layer of 1/8" thick, fire retardant closed -
cell foam shall be positioned between the moisture barrier and thermal liner at the knee.
Quilt Thermal Liner Construction: The CROSSTECH&NOMEX® pajama check moisture barrier shall be completely
separable from the thermal liner at its perimeter by means of hook and loop. In addition there shall be snaps along the waist
and bottom leg opening for alignment. This allows for total inspection of the moisture barrier and the replacement of only one
component as needed without the expense of having to replace the entire liner system All moisture barrier seams shall be sealed
as required by NFPA 1971. The moisture barrier/thermal liner shall finish no more than 3" from the cuffs.
COMPLIANT EXCEPTION
MOISTURE BARRIER/THERMAL LINER ATTACHMENT: Completely Removable: The moisture barrier/thermal
liner shall be completely detachable from the outer shell for ease of cleaning by using snaps and hook and loop. Eight evenly
spaced snaps shall secure the liner to the integral waistband; two snaps shall be set in leather leg tabs at each leg end and hook
and loop on each side of fly facing.
____COMPLIANT EXCEPTION
STORM FLY/CLOSURE: The outer shell shall have a sewn on overlapping fly front running the full length of the fly on the
left side. The flap shall not be less than 2.5" wide at the waistband. The bottom of the fly shall be reinforced with a 42 stitch
bartack.
The storm fly shall be held closed along its length by means of a hook and loop fastener closure 1.5" minimum width, along the
leading edge for a distance of not less than 6" from the bottom of the fly closure to the waist area for proper alignment and
secure closure. Additionally, (1) snap shall be positioned at the inside top of the fly. Pant closure shall be provided,by #9 brass
zipper.
The storm fly shall be outer shell material, lined with a 4." strip of CROSSTECH® (Type 2C) moisture barrier material and
Semper Dri TMto prevent wicking.
ITWS-010-Fo.doc 30
r N.�
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
TAKE UP STRAP: There shall be a hook and dee ring shall be used for a quick one -motion closure. The hook shall be 2.5"
in length, made of a zinc non-ferrous metal alloy and weigh 1.2 oz. +5%. It shall be securely fastened to the pant by means of a
5/8" wide, treated leather take-up strap looped through the rear of the buckle and triple riveted to the pant shell. The dee shall
be made of a non-ferrous metal alloy 2" long x 1 1/16" wide and riveted to the fly flap with two rivets.
COMPLIANT EXCEPTION
THERMAL FLY ASSEMBLY: A 3/4" wide x 9" long loop fastener shall be sewn to the moisture barrier/thermal liner to
engage corresponding hook fastener on the underside of the outside stone fly and facing.
COMPLIANT EXCEPTION
WAISTBAND: The waist of the pants shall be reinforced on the inside with 1- ply of outer shell material not less than 1.5" in
width. The pant waist shall be contour shaped for better comfort and hemmed to provide strength with the independent
waistband, which shall then be double stitched to the outer shell.
Two-2" wide self -material suspender tabs with snaps shall be attached to waist front for suspender attachment.
4—COMPLIANT EXCEPTION
EXTERNAL TAKE-UPS: Two waist straps shall be sewn and bar tacked V down from the top of the waistband. One strap
shall be installed on the right side and one on the left side and constructed of one piece of shell material folded to two layers and
sewn to form a 1/2" wide strap. The back strap shall be a minimum of 8'/a" in length and shall be affixed to the pant by means
of two barracks approximately 1/2" apart. The front take-up strap shall have a 5/8" nickel plated postman style slide buckle
which shall be threaded through the six inch in length strap folded to form two layers and affixed by means of two bartacks 1/2"
apart. The strap is sewn to form an attachment strap approximately three inches in length designed for quick take-up
adjustment.
__(_COMPLIANT EXCEPTION
V-FIT m KNEE: The knee shall have an insert throughout all layers that shall provide a natural bend in the leg. This knee
shall include cut outs, shaped pieces, and darts to create free movement with few restrictions. The insert shall consist of gold
polymer coated aramid for abrasion resistance and thermal protection. For added thermal protection, an additional layer of 1/8"
thick, fire retardant closed -cell foam shall be positioned between the moisture barrier and thermal liner.
In addition to reinforcement, knees shall be padded using 1 /8" thick, fire retardant closed -cell foam This reinforcement
material shall be oriented between the outer shell and knee insert reinforcement..
COMPLIANT EXCEPTION
CUFFS: The cuff area of the pant shall be reinforced with a binding of polymer coated KEVLAR® (Gold) not less than 2" in
total width for greater strength, abrasion resistance, and thermal protection.
COMPLIANT EXCEPTION
BOOT CUT CUFF: The back portion of the cuff will gradually curve upward from each side seam to a maximum of 2" at the
center back of the pant leg to prevent wear on the back of the cuff
COMPLIANT EXCEPTION
LEG TABS: 2 Leather leg tabs 3/4" wide x 1 3/4" long with female snaps. Bartacked 2" up from bottom edge on inside. (1 on
inseam I on outseam)
COMPLIANT EXCEPTION
RECORDS ID POCKET: There shall be (1) 3.5x5.5"black outer shell liner pocket with flap, 2 pieces lxl" loop on pocket
corners and 2 pieces 1 x 1 hook on flap corners sewn to the inside of of the thermal liner on the right side.
/` COMPLIANT EXCEPTION
IT13#08.010-FO.doc 31
ITB # 08 010-F0, Protective Bunker Gear -Annual Pricing
TURN OUT POCKETS: Right thigh tool pocket. One 9" wide x 10" high, deep outside full bellows pockets that expand by
means of side and bottom gussets to a thickness of 2" in front and back -
Pockets shall be fully lined with KEVLAR® twill on all 4 sides inside of pocket, (2) layers self -fabric on shell inside pocket.
First layer 6.5" high, second layer 4.5" high. Both layers stitched in 3" increments to create (6) tool compartments.
Pocket and flap shall be set with stitch 301, seam Ssb-2 with the top and bottom pocket corners and top corners of flap
reinforced with bar tacks for additional strength. Drainage of moisture to be provided by brass eyelets.
Pocket flaps shall be 5" x 10". A hook and loop fastener closure system shall be set with 2" x 9" loop fastener horizontally on
the pocket and (3) pieces of 1.5" x 3" hook fastener vertically on the underside of the flap.
Left thigh split bellow. One 10" wide x 10" deep outside full bellows pockets that expand by means of side and bottom gussets
to a thickness of 2" in front and back. Pocket shall be split 6" front and 4" back inside pocket with a KEVLAR® twill divider.
Pockets shall be fully lined all 3 sides inside pocket with Kevlar® twill. Pockets and flaps shall be set with stitch 301, seam Ssb-
2 with the top and bottom pocket comers and top corners of flap reinforced with bar tacks for additional strength. Drainage of
moisture to be provided by brass eyelets.
Pocket flaps shall be 11 "x 5. A hook and loop fastener closure system shall be set with 1.5" x 10" loop fastener horizontally on
the pocket and (2) pieces of 1.5" x 2.7 " hook fastener set vertically on the underside of the flap.
COMPLIANT EXCEPTION
ITB#08-010-FO.doc 32
-fir - #,r
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
MASTER SPECIFICATIONS
V-BACKrm QUICK ADJUST H-BACK SUSPENDERS WITH SNAP TAB ATTACHMENTS
MODEL NO SR840-00(SR836-00, SR845-00)
SCOPE
A highly engineered 40" red suspender designed for greater range of mobility and reduced stress allowing for three points of
attachment to V-ForceTm Highback pants with hook and loop in back and snap attachment in front.
DESIGN
Two 12" front pull straps shall be constructed as follows: 2" wide elastic polyester webbing shall be fed through 2" metal
loops and secured with a two -needle lock -stitch at one end. A black military finish steel double dee ring shall be fed through
the webbing. The other end of the webbing shall be fed through a 2" wide thermo-plastic dee ring and secured with a two -
needle lock -stitch. The dee ring shall function as a pull strap for easily adjusting the suspenders for proper fit.
Two 1" shoulder straps shall be constructed as follows: 2" wide elastic polyester webbing shall be fed through the top
half of the steel double dee ring and secured with a two -needle lock -stitch. The top of each strap shall be secured to the V-
shaped shoulder pad with two -needle lock -stitch and one 42-stitch bartack. Two 6" back straps made of 2" wide elastic
webbing shall be joined with box and x-stitch at the bottom of each V-shaped shoulder pad. The end of each back strap
shall be single -needle lock -stitch to a 8" wide by 4" high hook and loop panel for securing to V-Force back panel.
V-SHAPED SHOULDER PADS
Shoulder pads shall be constructed of two layers of 1/8" thick, fire retardant closed -cell foam encapsulated in 7.5 oz. Black
NOMEX& Each shoulder pad shall be 3" wide and 15" long ending in a 5" high back reinforcement pad. Each shoulder
pad shall have an embroidered Lion Head Logo.
LIFETIME WARRANTY
All products shall be warranted against defects in materials and workmanship for the useful life of the product.
—A—COMPLIANT EXCEPTION
8 — BIDDER QUESTIONNAIRE
8-1 The bidder questionnaire that accompanies these specifications must be completed in full and returned with your bid for
your bid to be considered.
8-2 Bidders are encouraged to bid an optional (defined as Option 1 on the bid form) thermal liner material. This Option 1
material is to be constructed of Glide II, with an approximate finish weight of 7.0 oz. per sq. yd. It will have two (2) layers
of E-89 substrate with an approximate weight of 1.5 oz. per sq. yd., and 1.5 oz. per sq. yd. each. The substrates will be
quilted to a slick Nomex twill facecloth constructed from filament and spun yarns.
ITBN08-010-FO.doc 33
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
BIDDER QUESTIONNAIRE
Protective clothing dealer: DACO FIRE EQUIPMENT, INC.
Dealer's telephone number and contact person: G A R R E T T D O B M E I E R 8 0 6— 7 6 3- 0 8 0 8
Protective clothing manufacturer: LION APPAREL
Manufacturer's telephone number and contact person: 8 0 0— 5 4 8— 6 6 14
JERRY LORAN, REGIONAL SALES MANAGER 360-829-1476
Protective clothing model bid: JANESVILLE V-FORCE COAT AND HIGHBACK PANT
Name of third party testing/certification organization:
UNDERWRITERS LABORATORIES INC
(Documentation from the third party testing/certification organization confirming that the garments bid are certified and listed must
be attached to this questionnaire.)
Describe the warranty claim process:
CONTACT DACO FIRE EQUIPMENT WITH PROBLEM, SUPPLYING THE RE 4, XAC NAME,
ADDRESS TO PICK GEAR UP AT. DACO )ITAINS A RA NUMBER AND ARRANGES FOR
LION APPAREL TO PICK GEAR UP. GEAR IS SENT TO TOTAL CARE FACILITY FOR REPA
What is the "typical" length of time in calendar days for a warranty repair? 1 0 — 1 4 DAYS
(From when the garment is received at the repair facility until it is returned to Lubbock.)
Does the manufacturer have an in-house repair facility available to the Lubbock Fire Department for non -warranty related repairs?
Yes X No
Describe the non -warranty repair process: CONTACT DACO FIRE EQUIPMENT
What is the "typical" length of time in calendar days for anon -warranty repair? 1 0 — 1 4 DAYS
(From when the garment is received at the repair facility until it is returned to Lubbock.)
OUTER SHELL MATERIAL
The outer shell material is manufactured byS 0 U T H E RN MILLS ; it is marketed as
" A n y A N C F 11 T. T R A"—. The fabric weight is 7 • 5 oz. per sq. yd., and the water/stain treatment
utilized is SUPER SHELLTITE
ENSEMBLE WITH THE STANDARD THERMAL LINER
ITB#08-010-FO.doc 34
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
Weight of coat bid: TO BE DETERMINED
Weight of trousers bid: -TO BE DETERMINED
TPP of the body of the coat bid: 41 . 7 TPP of trousers bid: 4 1 . 7
(Documentation from the third party testing/certification organization or mill, confirming the TPP rating must be attached to this
questionnaire.)
THL of coat bid: 2 6 8 . 21 THL of trousers bid: 2 6 8. 2 1
Note: THL values for coat and pants are requested (if available) for information purposes only. This data is not required to satisfy
the requirements of these specifications. However, THL values must meet minimum requirements of the most current Edition of
NFPA 1971.
TPP of coat in the area as defined in Coat Thermal Yoke Reinforcement: G R F A T F. R T H A N G 1 . 7
(Documentation from the third party testing/certification organization or mill, confirming the TPP rating, must be attached to this
questionnaire.)
Does the manufacturer have a written agreement with cleaning and repair service authorizing them to complete repairs on the
manufacturer's garments? Yes X No
(If yes, documentation confirming the manufacturer agreement with the cleaning and repair service must be attached to this
questionnaire.) Please list all cleaning and repair services that the manufacturer has a written agreement with.
List of Repair/Cleaning Services authorized to conduct repairs for the manufacturer:
1. Name ofService: LION TOTAL CARE - DALLAS CENTER
Address: 2025 IRVING BLVD. , SUITE 204
City: DALLAS , State: TX Zip/Postal Code: 75207
Phone Number: 8 6 6- 7 4 2- 6 15 6
2. NameofService: LION TOTAL CARE - HOUSTON CENTER
Address: 8484 GULF FREEWAY
City: HOUSTON State: T X Zip/Postal Code: 7 7 0 17
Phone Number: 8 0 0- 2 5 3- 2 6 9 0
3. NameofService: LION TOTAL CARE - HOUSTON CENTER
Address: 6000 BERRY BROOK
City: H O U S T O N , State: T X Zip/Postal Code: 7 7 0 1 7
Phone Number: 8 0 0— '3 9 1— 8 0 0 3
4. Name of Service:
Address:
City: , State: Zip/Postal Code:
Phone Number:
Questionnaire Completed and Submitted by:
(Name of company)
(Print Name and Title) (Signature)
ITBN08-010-FO.doc 35
Resolution No. 2008—R0013
ITB # 08-010-FO, Protectye Bunker Gear -Annual Pricing
THIS BID FORM MUST BE THE LAST PAGE OF YOUR ORIGINAL BID AND COPY!
BID FORM
CITY OF LUBBOCK, BID #XXXXXXX
PROTECTIVE CLOTHING FOR STRUCTURAL FIRE FIGHTING
Note: All prices quoted must be freight on board (F.O.B.); no additional shipping charges will be paid.
DESCRIPTION PRICE WITH OPTION
Protective Coat (Each) $ 1, 069.00 $
Protective Trousers (Each) $ 688.00 $
Total (Per Set)
Replacement Thermal Barrier/Moisture Barrier Assembly
Coat (Each) Installed by Lubbock Fire Department
Pants (Each) Installed by Lubbock Fire Department
Replacement Thermal Barrier
Coat (Each) Installed by Lubbock Fire Department
Pants (Each) Installed by Lubbock Fire Department
Replacement Moisture Barrier
Coat (Each) Installed by Lubbock Fire Department
Pants (Each) Installed by Lubbock Fire Department
$ 1,757.00 $
$ 405.00 $
$ 309.00
$ 141.00
$ 113.00
$ 969-Oa—
$ 19.5 00
The undersigned hereby certifies that he/she understands the specifications has read the document in its entirety, and that the bid
prices contained in this bid have been carefully reviewed and are submitted as correct and final. Bidder further certifies and agrees
to furnish any or all products/services upon which prices are extended at the price offered and upon conditions contained in the
specifications of the Invitation to Bid.
Bidder further declares and affirms that no person or officer in this Sole Proprietorship, Partnership, Corporation or Board has or will
have during the term of this contract a Prohibited Interest as defined in the City Charter Section XXXXX and the City's Code of
Conduct.
Bidder further understands and acknowledges that the existence of a Prohibited Interest at any time during the term of this contract
will render the contract null and void.
ITWS-010-Fo.doc 36
ITB # 08-010-F0, Protective Bunker Gear -Annual Pricing
The following information must be filled out in its entirety for your bid to be considered:
COMPANYNAME: DACO FIRE EQUIPMENT, INC.
ADDRESS OF PRINCIPAL PLACE OF BUSINESS: 2 0 1 AVE. R
LUBBOCK, TX 79415
PHONE/FAX OF PRINCIPAL PLACE OF BUSINESS: 8 0 6- 7 6 3- 0 8 0 8 / 8 0 6- 7 6 3- Q 1 5 1
ADDRESS, PHONE/FAX NUMBER OF MAJORITY
OWNER PRINCIPAL PLACE OF BUSINESS: SAME
ATIVE: GARRETT DOBMEIER, SALES
(Please Print Name/Title)
12-11-07
(Signature) (Date)
Acknowledgement of Addenda: 1 2 3 45
rrB#08.010•FO.doc 37
Y
CITY OF LUBBOCK
♦ � O
p � r►
PURCHASE ORDER
TCQACO FIRE SAFETY EQUIPMENT
PO BOX 5006
LUBBOCK TX 79408 5006
Page - 1
Date - 2111108
Order No. - 325110 000 OP
Brn/Plt - 3511
SHIP TO:
CITY OF LUBBOCK
CENTRAL FIRE STATION COMPLEX
RAUL SALAZAR
1515 EAST URSULINE
LUBBOCK TX 79401
INVOICE TO: C1TY OF WBBOM
ACCOUNTS PAYABLE
P.O. BOX 2000
WBBOCV, TX 7%57 BY.
Ordered 02/07/08 Freight - FOB Destination Frt Prepaid
Requested 02/07/08 Taken By - ROBIN HOLDER
Delivery PER R SALAZAR REQ# 29704 ITB08-010-FO Annual Pricing
--------------------------------------------------------------------------
Description / Supplier Ite
Ordered
UM
Unit Cost
UM
Extension
Req. Dt
Bunker Coats
14.000
EA
1,069.0000
EA
14,966.00
03/07/08
Bunker Pants
Suspenders
14.000
EA
688.0000
EA
9,632.00
03/07/08
14.000
EA
42.0000
EA
588.00
03/07/08
This purchase order encumbers funds in the amount of $25,186.00, for a bid awarded to DACO Fire Safety
Equipment, of Lubbock, TX on January 10, 2008 in accordance with Resolution No. 2008-R0013. The following
are incorporated into and made part of this purchase order by letter of ratification of Resolution No. 2008-R0013..
CITY OF LUBBOC6,ATTEST:
David A. Miller, ayor +Ree- a Garza, City Secret
Total Order
------------------------------------------------ --
Terms NET 30 25,186.00
5
C5
8
K R
oil
• q, � g g 3
q = 8 rnq��, .8 � - 8 8• � � � �� �• mill
l
g
e.�•� y, �' .S q a_ g r q �,� q � .�� �,�� � � R �" A' � R� �t � 3
it
I lit
ark r 8 „� .� E+ b S
It
y fibs
�R q 511:1
n str. ' �p
o 2.g 88 q
el
R,q-- 16
lit n!
s q cfO 70
it1 Ile y
r
�O
Z
g it
g .a
el ,�' q � 3' g�
s s g st q st p, P t, s. jS� �A
$ p d cg > 9'�� in > _ ra �$ �q ° 9 ii8 it
it It IT
p1k HIrggg
A' �� ° �'n P: r s•$ �t' °•�� : gz r'� � w8• lf' � 046
8 R � g s• g � � R° Is H
lilts
yIt4r S $ B r sIt
it
$ rq ! 16
S
_ r� s
9 B @ gsk� �� °•gy p �y W
Ir
g g
wt
It L r q
Mir R it
1 Y O
P U R C H A S E
TO'ACO FIRE SAFETY EQUIPMENT
PO BOX 5006
LUBBOCK TX 79408 5006
CITY OF LUBBOCK
ORDER
Page 1
Date 2/26/08
Order No. - 326069 000 OP
Brn/Plt - 3511
SHIP TO:
CITY OF LUBBOCK
CENTRAL FIRE STATION COMPLEX
RAUL SALAZAR
1515 EAST URSULINE
LUBBOCK TX 79401
INVOICE TO: CITY OF LUBBOCK
ACCOUNTS PAYABLE
P.O. BOX 2000
LUBBOCK, TX 79437 BY: l � -
Ordered - 02/26/08 Freight - FOB Destination Frt Prepaid
Requested - 02/26/08 Taken By - ROBIN HOLDER
Delivery - PER R SALAZAR REQ#30459 ITB#08-010-FO
Description / Supplier Ite
Ordered
-----------
UM
--
Unit Cost
...........
UM
.. ............
Extension
Req. Dt
--------
----------------------------
Bunker Coats
14.000
EA
1,069.0000
EA
14,966.00
03/26/08
Bunker Pants
14.000
EA
688.0000
EA
9,632.00
03/26/08
Suspenders
14.000
EA
42.0000
EA
588.00
03/26/08
This purchase order encumbers funds in the amount of $25,186.00, fora bid awarded to DACO Fire Safety
Equipment, of Lubbock, TX on January 10, 2008 in accordance with Resolution No. 2008-R0013. The following
are incorporated into and made part of this purchase order by letter of ratification of Resolution No. 2008-R0013.
CITY OF LUBBO ATTEST:
r
David A. Miller Mayor Rebecc Garza, City SecretXFF
Total Order
-------------------------------------------------------------------------------------
Terms NET 30 DAYS 25,186.00
CITY OF LUBBOCK
PURCHASE ORDER
TODACO FIRE SAFETY EQUIPMENT
PO BOX 5006
LUBBOCK TX 79408 5006
Page -
Date -
Order No. -
Brn/Plt
1
5/29/08
330553 000 OP
3511
SHIP TO:
CITY OF LUBBOCK
CENTRAL FIRE STATION COMPLEX
RAUL SALAZAR
1515 EAST URSULINE
LUBBOCK TX 79401
INVOICE TO: CITY OF LUBBOCK
ACCOUNTS PAYABLE
P.O. BOX 2000
LUBBOM TX 79457 BY: V11
---------------------------------------------------------------------------
Ordered - 05/29/08 Freight - FOB Destination Frt Prepaid
Requested - 05/29/08 Taken B - ROBIN HOLDER
Delivery - PER R SALAZAR REQ# 30954 ITB# 08-010-FO
Description / Supplier Ite
Ordered
UM
Unit Cost
UM
Extension
Req. Dt
Protective Coat
35.000
EA
1,069.0000
EA
37,415.00
06/30/08
Protective Trousers
35.000
EA
688.0000
EA
24,080.00
06/30/08
Suspenders
35.000
EA
42.0000
EA
1,470.00
06/30/08
This purchase order encumbers funds in the amount of $62,965.00, for a bid awarded to DACO Fire Safety
Equipment, of Lubbock, Texas on January 10, 2008, in accordance with Resolution No. 2008-R0013. The following
is incorporated into and made pant of this purchase order by letter of ratification of Resolution No. 2008-R0013.
CITY OF LUBBOCK'"
Tom Martin, Mayor
ATTEST:
ec a Garza, City Secretary
Total Order
Terms NET 30 DAYS 62,965.00
TERMS AND CONDITIONS
IMPORTANT: REM CAREFULLY
STANDARD TERMS AND CONDITIONS
CITY OF LUBBOCK, TEXAS
Seller and Buyer agree as follows:
1. SELLER TO PACKAGE GOODS. Seller will package goods in accordance with good
con mil practice. Each shipping container sham be clearly and permanently marked as
follows (a) Seller's canna and address (b) Consignee's name, address and purchase order or
purchase relate number and the supply agreement number if applicable, (c) Container number
and total number of oattainem e.g. box 1 of 4 boxes, and (d) the number of the oaatsmer
beating the packing slip. Sella shall bear coat of pockiti Ing unless otherwise provided Goods
shall be suitably packed to secure lowest transportation costs and to conform with
requirements of oommoa caniaa and nay applicable specifications. Buyer's count or weight
shall be fuel and cmekom onsbWmems na accanpwwd by pw*in lists.
2. SHIPMENT UNDER RESERVATION PROHIBITED. Seller is not authorized to ship the
goods under reservation and no fend= of a bill of lading win open' as s terhder of goods.
3. TITLE AND RISK OF LOSS. The title and risk of bat of the goat shall not pass to Buyer
until Buyer actually receives and takes possession of the goods at the point or pouts of
&+Very.
4. NO REPLACEMENT OF DEFECTIVE TENDER. Every tinder of delivery of goods oust
dully comply with all provisions of this contract as to time of delivery. quality and the lie. Ifs
tender is made which does net filly conform, this shall constitute a breed and Sella shall not
have the right to subsumixi a confarmimg tender. provided, where the time for performance has
and yet akpbvd, the Sella may reasonably notify Buyer ofbis intention mane and may then
make a conforming tender within doe contract time but not afterward.
S. INVOICES a PAYMENTS.
a. Seller shad submit separate imvomm In duplicaez, sae each purchase order or purchase
sekne all= card delivery. invoices shad indicate the purchase order or pmsfiase relem
number and the apply agreement in, if applicable:. Invoices shall he burb d and
transportation charges, if any, shall be listed separately. A copy of the ball of lading, and the
freight waybill when applicable, should be attached to the invoice, Mail To: Accounts
Payable. City of Lubbock. P. O. Box 2000, Lubbock, Texas 79457, Payment shall ant be dot
until the above instruments are submitted after delivery.
6. GRATUITIES. The Buyer may, by writes notice to the Sena, cancel this contract without
liability to Sella if it is determined by Buyer that gduitim In the form of entertainment, girls
or olhawim. were offered or given by the Seller, or any agent or representative of the Seller.
to soy ofrta or employee of the City of Lubbock with a view to securing a contract; or
seating favorable treatment with respect to the awarding or amending, or the making of any
determinationswith reapat to the palto S of ouch a erxasrost Ice dne evert this contract is
canceled by Buyer pursuant to this provision, Buys shall be entitled, as addition to any odra
rights end remedies, to recover or withhold the amount of the teat incurred by Sella in
providing such gratuities.
7. SPECIAL TOOLS a TEST EQUIPMENT. If the pine stated on the face hereof Inchnhdes the
cost of army special tooling or special feat ewipnat fibricarod or requaed by Seller for the
purpose of fining this order, ouch special tmolmg equipment and any process sheets missed
thereto shall become the peopaty of the Buyer and to the extent feasible shall be identified by
the Seller as ouci.
8. WARRANTY -PRICE
a. The pies to be paid by the Buyer shall be that eontaired in Sella's bid which Sella
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 orme
conditions and methods of purchase. In the event Sella breaches this warranty, the piers of
the items shall be reduced to the Seller's current prigs on larders by others, or in the
akamtive. Buya may anal this contact without liability to Seller for breach or Seller's
actual expense.
Is. The Seller warrants chat no perm or selling agency has been employed or retained to
solicit or sectne dds contract upon an agreement or understanding for commission, percentage,
brckasge, or cantiagent fse excepting boa fide employees of boos fide established
commercial or selling agenda mountal se i by the Seller for the purpose of serauiog bmimess.
For beach of vitiation of this warranty the Buyer shall have the right in addition to any other
right of rights to cancel this convect without liability and to deduu from the contract price, or
otherwise recover without liability and to deduct from the contract price, or otherwise recover
the full amount of soh commission, percentage, brokerage or contingent fee.
9. WARRANTY.PRODUCT. Seller dell no limit or exclude any implied warranties and any
attempt to do so shall rends this contract voidable at the option of the Buyer. Sella wartanu
than the goods fiaoished will coofam to the specifieadoa, drawings. and descriptions listed In
the bid invitation, and to the sample(m) fianidhed by the Seller, if army. In the event of a conflict
or between the specifications, drawings, and descriptions, the specifications shall govern.
Notwithstanding any provisions contained in the contractual agreement the Sella represents
and warrant fauh-free performance and fault-fra result in the processing date and date relaud
data (Inchrdmg, but not limited to calculating, comparing and sequencing) of all hardware,
software and firmware products delivered and services provided under this Contract,
individually or m combination. n the cue may be from the effective doe of this Contract.
Also, the Seller warrants the year2000 calculations Off be recognized and accommodated and
will cot, in any way, result in hardware, software orfirmware failure. The City of Lubbock, at
its sole option, may require the Sella, at any time, to demonstrate the procedures it intends to
follow is orkier to comply with all the obligations "ermined herein. 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. Failme to comply witb any of tlic obligtiaa 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, is right -pertaining to termination or default.
The warranties contained herein are separate mod discrete from any other warranties specified
in this Contract, and are not abject to any disclaimer of warranty. implied or expressed, or
limitation of the Sella's liability which may be specified in this Contract, its appendices, its
selheduk % its armexes or any document incorporated in this Contact 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 Ad of 1970. la the event the product does not conform to OSHA sumdrdL Buyer
my return the product for correction or replacement at the Seller's expense. in the event
Sella fails to make the appropriate corn eu m within a reasonable- tim& correction made by
Buyer will be at the Seller's expense.
If. NO WARRANTY BY BUYER AGAINST iNFRINGEMENTS. As part of this contract for
safe Seller agrees to ascatom whether goods matabdu ed in accordance with the
speciftatiaus atnhched to this agreement will give rise to the rightful claim of any third pawn
by way of mtrmgement 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 indctmification In the event that Sella is sued on the grounds of
i afimgement of the mike. If Sena is of the opinion that an mf tMement or the like will rent
he will aoudy the Buy= to this effect in writing within two weeks after the sngrning of tbs
agmement. if Buyer does not receive matte and is subsequently held liable for the
in8iagrment or the Il¢. Sella will am Soya harmless, if Sella an good SAh ascertain the
production of the goods in aaudarree with the specifications will result in infimWascmt or the
like, the contract shall be man and void.
12. RiGHT OF INSPECTION. Buyer sha8 love the right to inspect the goods at delivery before
accepting them.
13, CANCELLATION. Buyer shall have the right to canal for defiuk ail or my part of the
undelivered portion of this order if Sena breaches any of the terms hereof Including warranties
of Seller or if the Sella becomes insolvent or commits sets of bankruptcy. Seth rigis of
cancellation is o addition to and nor in lieu of any other remedies which Buyer my have in
law or oquey.
14. TERMINATION. The performance of work under this order may be terminated in whole, or in
part by the Buyer Inaccordoce with this provision. Termination of work hereunder shad 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 term naked and the date upon which snit
termination becomes effective. Such right or termination is in addition to and not m lieu of the
rights of Buyer set forth in Clause 13, hereto
15. FORCE MAJEURE. Neither party shall be beta responsible for losses, resulting if the
fulfillmeas of may berms of provisions of this contract is delayed or prevented by any cause not
wthm the armol of the party whose performance is isterfered with, and which by the exercise
of tearonable diligence said parry is unable to prevent
16. ASSIGNMENT -DELEGATION. No right or Interco In this contact shall be "Vied or
delegation of any obligation made by Sena without the written permission of the Buyer. Any
attempted assignment or delegation by Seller shall be wholly void and toally mefiect ve for all
purpose unless made In conformity with this paragraph.
17. WAIVER No claim or right rising out of s breach of this contras cat be discharged in whole
or in part by a waiver or renunciation of the claim or right unim the waives or rmuaxistiaa is
supported by considaasiun and is ht writing awed by the aggrieved pay.
18. INTERPRETATION -PAROLE EVIDENCE. This writing, phis any specifications forbids and
performance provided by Buyer In its advertisement for bids, and my otter documarts
provided by Sella as part of his bid, is intended by the parties as a foal expression of their
agreement and founded also as a complete and exclusive statement of the lams of their
agreement. Whenever a term defined by the Uniform Commercial Code is used In this
agreement the definition contained in the Code is to control.
19. APPLICABLE LAW. This agreement shall be governed by the Uniform Commercial Code.
Whew ever the tam "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 farce on the
date of" agreement.
20. RIGHT TO ASSURANCE. Whenever am party to this contract In good faith has reason to
question me other party's infant to perform he may demand that the other party yve writW
assurance of his Intent to perform in the event that a demand is made and ao asai ance is
given wtl6in five (5) days, the demanding lmU' may treat this failure u an anticipstay
repudiation of the tonua -
21. INDEMNIFICATION. Sella shall idemm . keep and save harmless the Buyer, is agents,
offtish and employees, against all injuries, deaths loss, daragts, claims, patent clams, sues,
Itabilities, jndg meets, coos and expenses, which rosy in anywise accrue agaimt the Buyer in
consequence of due grating of this Contract or which may anywise result therefromh, whet4
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 cull, at his own expense, appear, defend and pry all charges of attorneys and an costs
and other expenses rising therefrom of incurred In connection tlreseweh send, i6my jmdpmeot
shall be rendered sgaIno the Buyer in any such action. the Seller dial!, at iti owe expenses,
satisfy and discharge the same Sella expressly understands and agrees that any bond requined
by this cantraet. or otherwise provided by Sella, shall in no way limit the responsibility to
Indemnify, keep and am hormkss and defend the Buyer as her. provided
22. 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
agreeram will cause Sella to be in default of this agreement
23. MBE. The City of Lubbock hereby notifies all bidden that in regard to any eoutracs entered
into pursuant to this ram, minority and woman 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 await
Rev. 08/2005
♦ Y O
G � �
11
TO:
PURCHASE ORDER
DACO FIRE SAFETY EQUIPMENT
PO BOX 5006
LUBBOCK TX 79408 5006
ACCOUNTS PAYABLE
P.O. BOX 2000
LUBBOCK, TX 79457
Page - 1
Date - 7/11/08
Order No. - 332773 000 OP
Brn/Plt - 3511
SHIP TO:
CITY OF LUBBOCK
CENTRAL FIRE STATION COMPLEX
RAUL SALAZAR
1515 EAST URSULINE
BY: V2
-------------------------------------------------------
fir------------------.
Ordered - 07/11/08 Freight - FOB Destination Frt Prepaid
Requested - 07/11/08 Taken By - ROBIN HOLDER
Delivery - PER R SALAZAR REQ# 31218 ITB# 08-010-FO
---------------------------------------.......................................
Description / Supplier Ite
----------------------------
Ordered
-----------
UM
--
Unit Cost
...........
UM
Extension
------------
Req. Dt
--------
Bunker Coats
28.000
EA
1,069.0000
--
EA
29,932.00
08/11/08
Bunker Pants
28.000
EA
688.0000
EA
19,264.00
08/11/08
Suspenders
28.000
EA
42.0000
EA
1,176.00
08/11/08
This purchase order encumbers funds in the amount of $50,372.00, for a bid awarded to DACO Fire Safety
Equipment, of Lubbock, Texas on January 10, 2008, in accordance with Resolution No. 2008-110013. The following
is incorporated into and made part of this purchase order by letter of ratification -of Resolution No. 2008-110013.
CITY OF LUBBOCK
Tom Martin, Mayor
ATTEST:
Rebe ca Garza, City Secre�ry '
Total Order
-------------------------------------------------------------------------------------
Terms NET 30 DAYS 50,372.00
TERMS AND CONDMONS
IMPORTANT: READ CAREFULLY
STAMDARD TERMS AND CONDITIONS
CITY OF LUBBOCK, TEXAS
Seller and Buyer apse as follows:
1. SELLER TO PACKAGE GOODS. Seller will pakage goods is accerdgew with pod
commercial practice. Each IhVpmg sauna shall be cry and pamrseally method as
follows (a) Seller's name end address. (b) Comipsee's nam address and pmeiam order or
purohme s A., comber and to supply apeemmt rsmnI if sppliabe. (c) Container number
and told cumber of contalers. e.g, box 1 of I boxes, end (d) the sousba of to centaiser
beorma Ike padting slip. Seller shaU bees` eat of p &erg* mean otherwise provided. Goods
dealt be suioWy pocked to sees- lowest transportation emu and to coaiim with
"nements of cosanoo con in and my apow*k specifications. Buyer's swam or weight
shall be float and ceschrive on shipments act accompanied by packing lists.
2. SHIPMENT UNDER RESERVATION PROHIBITED. Seller is pot adhorired to ship the
goods soda reo rvatian and no Baader of s bill of lodisg will operate u e leader of foods.
3. TITLE AND RISK OF LASS. The We and risk often of Bu goods surd sot pas to Buyer
snit Boyer adusly receives and tale's possession of dw pods a toe poi t w points of
delivery.
4. NO REPLACEMENT OF DEFECTIVE TENDER:, Every roodar,of dolivary orpode mast
edy cow* with all provisions of the eostract is I'time of ddll , qunijty and the'llla Ifs
sender is erase which does sot Addy confarn this shall consflhae a binich cod Seller Ott to
ism Ube eaglet to srboosob a colermim leader, provided, what the time bpafoemance hm
not yet espied the Stier my reasonably am* Buyer ofbi intention rouse and may dies
make a cookrm&g tender will& theaxoetrad tame but sot afterward
J. INVOICES & PAYMIWTS.
a Sagas "=bait ceps om &voices, in dupliak, sae each purchase order or pneosu
nkme seer such delivery. Invokes than bdtase the pea' ardor or pro' aaease
min w aad Ube sappy apwmo m mba if q*Ucabk. iswicas shad be b dmd and
trmspaetation chorges,1f say, son be Usoed nkperably. A copy of to bill of &ding, and the
freillia waybill when sppiiable, should be atrached to Ube isvolos Mall To: Accamsh
Psyabe, City of Lubbock P. O. Boo 20A Lubbock, Tam 7907. Payment doff riot be due
until Tee above instruments as submitted aller delivery.
6. GRATUITIES, The Sew may. by written nodoe to the Seiler. cancel this contract without
ft"ity to Sella Wit is determined by Bayer that pawkies, in lee Tom ofessuotaimsmq riffs
or - d - be6 ware ofEand a gives by the Seller, army spoor teptmmlrive of the Selha,
to any offkw a esgloyte of due City of Iabbodk wit a view ioeowrimla axon - -or
securing lbvcs badman! wile rgsd In the awardMg /r eaerdiag, or the making of say
ddamtmlioen with tndped o Ube peefirdss" of ssch n es— ' ice is erect dds aostract is
canceled by Buyer I - to ids provision Buyer shall be angled, in addition to sip other
rig" and tserdies to sacesm or withhold Ube among of to swot boned by Seller is
povi ft each ggdidm
7. SPECIAL TOOLS t TEST EQUIPMENT. If the price stated ca the hce hereof iaclodes tie
can of any special doling or special hot ap*u mt fabricated or tequhed by Seller for die
propose of ttlUeg tab order. such spxW molimg aaapipmest end any paocas deteb reused
theraro Ad become to property of the Buyer and to the aaw hosisie shop be identified by
the Sena m "ch.
g. WARRANTY -PRICE.
n The prig to be paid by the Bayer shall be tst contained in Seller's bid which Seller
warrants to be no Wow than Saaller's sanrmt pacers an an I by star for products of tie
kind and specifiealloa coveted by thin speeemt for thollr quandtieo under similar of like
conditions and melbods of pur hme. Is the event Seller I this wartmay, the prices of
the issues "be reduced to the Seller's astral priced on orders by others, or in the
alternative. Buyer any used dais awawaq without liability so Seller far brosch or Seller's
acuw aspsuse
Is. Tbo Saner wrrrm that no prson or nhUisg agency ben beam employed or retained to
solick or an = this corral ups an spm m or understanding for commission, paoesbge,
brokaye, or coodagmt he aosptiog base fide employees of hoer fide established
mdaiercial a sel ft apedes moid&ed by theSeller fbr the prpase o(ancrios bm&ess. 20. Rk7lff TO ASSURANCE. Wbmem me partyso ibis eosbatet in good faith hr remm to
For breads of vkiaea of tin warranty the Boyer doll have the tight is addition to my other question, to algae party's ialont o pa- I he may demand that the other party llivc wrlan
right of h#u to cacd this contract without B"ity and to deduct lam tie cosb'W price, or aanvsoa ofbs ilea( to yesf x in the event tat a demand it made and son assurance is
$50,372.0 era �e t'i amcipsay'
i�"io`r"ale
10. SAFETY WARRAVTY. Seller warmth than the poked sold to the Buyer "conform o
the standards pomdpeed by the U. S. Depmmuou of labor under the Ouupatiomi Ssfaty
and HoM Ad of 1970. In the ovent the product does not e, I to OSHA standards. Bayer
my return the product for corrachno or replacemestt at tie Seller's expense. In the eve q
Sella fd4 to make the appropriate correction within a rrascoabie time, correction shade by
Buyer will be al the Seller's expense.
It. NO WARRANTY BY BUYER AGAINST INFRINGEMENTS. As part of this awobact for
saleSeft epees to sse ettob o 1whev got* ma areeureil is accordance with the
tpedficaieru ssnhe l to tins at:eemeot will give rise to due rWirl elaisu of my third penal
byway of in" - em of the like. Boa makes no warrrty to the pa I Hon of goods
according to the specification will not give An to such a daim. and in no evaaa doll Buyer be
Roble to Seller for id=Wfir on is die evert due Seller is sued a the grounds of
!frlpmsut ofde like. IfSetlar is othere apiins test an ktkpmmt or tie like will result,
be will notify die Sew to this effect in wrung wit! two weeks Sher the Aplg of Ibis
agreement If Buyer does ad adve bocce and is anbagpm* held Bnble fiat the
"wpemmt or lino lee, Seller will am Buys haesrlow if Seller is pod hits mcsdhes the
production of the pods in accordance with Bu olo dRaliom will gawk in "ingeaent or the
Tice, the swatted shall be snit and void.
12. RIGHT OF INSPECTION. Baetr shoo have the digit to impact the prods at delivery befare
accepoig tea
13. CANCELLATION. Bayer dog have the right to eased for defask all or my part of to
mdelivaed posting of this order ff Sutler branches all of the term hereof iehdig warranties
aa(Shca a if to Sella bocoma bsdvat ar comes ads of hmfmkpky. Smh runt of
ancellati o his addition to and not in Man of nay other nmedin which Buyer any have in
&w oragdty.
14. TERMINATION. The perfamusce of web under this ardor m4• be' is whole, or it
part by the Benw in a000nhow with this provision. Tormistine of work hereunder shall be
effected by the delivery of Ube Seller ors "Notice ofTerm&stim" specify!" to extent to
which pafamena of work under the order is terminated and the date spas which such
samienHoa becomes eNbdive. Such dillat or termination Is in addition to and not in ties of the
right of Buys art fist i t". erne 13, herein.
13. FORCE MAJEURE. Nekher party sholl be held responsible fbr loges, resulting if the
1h1Blrmt army tams of provisions ofthi. eeatract In deyyad or presented by my erase ad
within ' I the conol oftbe party whose perioamsoce isiser I with, end which by the eradse
of rensdpipa uid party i wee to prsvant
16. ASSIONMENT-DFIEOATION. No right or interest in this contract "be mNpasl or
deleplior ofa y oblipfisu made by Seller without the wribsx permission ofth Buyer. Any
atremp ad antp mew or deleptior by Seger still be wholly void and todly ieelredive for all
osepauI sodas made in cou6omdty with this pirapoph.
17. WAIVER No eeim or right ailg out of s brmeh of this a assma an be dbcbw ed in whole
or in part by a waiver or a suncistim of den a:Wm or right mless the waiver or renunciation Is
sopposted by consideration and Is in wrilio" siped by the 4pk-.vd 1>any.
18. INTERPRETATION -PAROLE EVIDENCE. Thin wkiti & per my specifications for bids and
Pet Pa'"d by Buyer in its advertisement for bids, and say other documera
provided by Seller an pit o(his bid, is intended by the pates as a iml expreasicn of their
sgrashent and &lmded aho ao s congimsad aacWw obleamt of tip germs of dwi
agrtemeat Whenever a serm defiled by the Uniform Commercial Code is used in this
agteeahert the dehsiioe contained in the Code is to cosbol.
19. APPLICABLE LAW. This agreement ohol be governed by ds Uniform Commercial Code.
Where ever the lem "lhifam Commercial Code" i mad. it Ad be eonsrued an mean!" to
L%dbm CommercW Code a adopted in to Sims aaf Tan no effective and in Cara ins the
date ofthi npamtmt.
derby letteIrtiI31111 IIIr e
drat dw goods irafAw wain costars, to the spec iota saw&p and I Ited .. Buyer,
the bid invitation. ad to to a) t rai od by the Sena, iray. in to esaht der conflict
eoagpnssce ofdw gram!" of dti Coosa or which may anywise result tsere6om, whether
C I FYea a 1 % i� j(dhawip and dgaidlioes io apediutioas shall goveta. ATTEST:
a sot N shall be allepd a determined that to ad was trued trough aceipe ce a amines
NotwitufmdinIt my pexamined t ed o coo,Wbnl or -mad, Bu Stier represents
oftbe Sailor or Its employees, a of the sbSellar or maipee or is employees, Wany, and the
and wrrrra fob-hee performance and huk-fisie'romit !the procelm" able ad date related
Sella shall, a his ark expense. appear, dead and pay At cl rpm of a someya and all was
dats (lclhdisg. but sot limited to cdamlattirtt, compo ins and seetuou it) of all hmdware.
and other eoxpema arisi n therefrom of lwhrred comection &aewth. dad, if dy judpnen
T ! r aloe cane may he 0. to eRk{etive roe serf thin Canard. Rebecca Gal
ter dolt. at d ows axpenum
Otairp Seller es pe sly understands and yeas that my hoed nquwd
Alan. the Seiler wrrab the yer2000 calculations be rompind and �
a otawise provided by Sutler. shall hw way Unit to responsibility b
will no in m way,
ray '4',
, resbha n hardware, software
ime. to demonstrate � pow is intends
he
a
y, kegs and save harnhkg and defend dta Bayer as Imam& provided
�i*, keep
follow in color to comply with all the Obligamana cootaaoed herein. The Obiugatiosn awnfaiad 22.
TIME. It is Busy abPmlY agtedd and understood that time is of the essence for the
here! apply ucb and services provided by to Seller. ib sub -Seller or soy third party
to pod
peafonnsecc of this contract and failure by eoatraet o used the time specifications of this
involved in the creation or development of to products and services to be delivered to the City
areementwill cause Seller to be in defouk of this aspecrow.
of Lubbock under tin Contract. Failure to comply with my of the obligations contained 23.
MBE. TbeCity of Lubbock hereby oMiesall bidders thath reprd o ay contract entered
bail, may result in the City of Lubbock milling itself of ay of its rig" under the law and
into pursnsat to this request, minority and women business enterprises will be afforded expel
under this Contract includtog. but not landed to. its right pan&!" 10 tavminwsu or default.
opportunities to submit bids in spoon to this invitation and will not be discriminated aping
The wrrossm contained here& are separate and discrete Son any other warrantees specified
on the grounds of race. color. sec or natural arig& in cousidowan for an award.
in this Comeacr, and are net subject to any disclaimer of warranty, implied or expressed, or
limirioo of the Sellers liability which may be opeciied is this Contiva is oppeadices, its
adsedulm its geneses or any documen incorporated in this Ca o&w by teknace.
Rev. 08r2005
t 1 j O
�� 11
TO:
PURCHASE ORDER
DACO FIRE SAFETY EQUIPMENT
PO BOX 5006
LUBBOCK TX 79408 5006
Page - 1
Date - 8/26/08
Order No. - 335057 000 OP
Brn/Plt - 3511
SHIP TO:
CITY OF LUBBOCK
CENTRAL FIRE STATION COMPLEX
RAUL SALAZAR
1515 EAST URSULINE
INVOICE TO: CITY OF LUBBOCK
ACCOUNTS PAYABLE
P.O. BOX 2000
LUBBOCK, TX 79457 BY: vuen-
Ordered - 08/26/08 Freight - FOB Destination Frt Prepaid
Requested - 08/26/08 Taken By - ROBIN HOLDER
Delivery PER R SALAZAR REQ# 31395 ITB# 08-010-FO
Description / Supplier Ite
Ordered
UM
--
Unit Cost
-----------
UM
--
Extension
------------
Req. Dt
--------
----------------------------
Bunker Coats
-----------
37.000
EA
1,069.0000
EA
39,553.00
09/26/08
Bunker Pants
37.000
EA
688.0000
EA
25,456.00
09/26/08
Suspenders
37.000
EA
42.0000
EA
1,554.00
09/26/08
This purchase order encumbers funds in the amount of $66,563.00, for a bid awarded to DACO Fire Safety
Equipment, of Lubbock, Texas on January 10, 2008, In accordance with Resolution No. 2008-R0013. The following
is incorporated into and made part of this purchase order by letter of ratification of Resolution No. 2008-110013.
CITY OF LUBBOCK
J
/rirr /'Y/ir�3�
Tom Martin, Mayor
ATTEST:
ebec a Garza, City Secretary '
Total Order
-
Terms NET 30 DAYS 66,563.00
TERMS AND CONDITIONS
IMPORTANT: READ CAREFULLY
STANDARD TERMS AND CONDITIONS
CITY OF LUBBOCK, TEXAS
Seller and Buyer agree as follows:
1. SELLER TO PACKAGE GOODS. Seller will package goods in accordance with good
commercial practice. Each shipping container shall be cleeerly 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 iuppiv agreement number of applicable, (e) Container number
ated total number of containers, e.g. box I of 4 boxes, and (J) the number of the container
bc:ving the packing slip. Seller shall bear cost of packaging unless otherwise pnwided. Goads
shall be sutably packed to secure lowest transportation owls and to conform with requirements
of common carvers and any applicable specifications. Buyer's eu ent 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
„axis under resenation and no tenderof a hill of holing wilt operate as a fender of goods.
3. TITLE AND RISK OF LOSS. The title and risk oftoss of the goods shall not pass to Buyer
until Buyer actually receives and takes possession of the good ,t the point or points of
delivery.
d. NO REPLACEMENT OF DEFECTIVE TENDER. Every tender ot'delivery of goods must
fully comply with all provisions of this contract as to lime of delivery, quality and the like. Ira
tender is mule which does not filly conform, this shall constdute a breach and Seller shall not
have the right to substitute a conforming tender, provided, where the time for performance his
not yet expired, the Seller may reasonably notify Buyer of his intention to cure and may then
make a cmnforining tender within the contract time but not afterward.
5. INVOICES & PAYMENTS.
a. Seller shall submit separate invoices. in duplicate, one each purchase order or purchase
releaseafter 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 oFthe bill of Lading, and the
freight waybill when applicable, should be attached to the invdnce. Mail TO: Accounts
Payable. City of Lubbock, P. O. Box 2000. Lubbock, Texas 79457. Paymentshall not be due
until the above instruments are submitted alter delivery.
& 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 font of entertainment, gills
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 at 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 Buyerpursunl to this provision. Buyer shall he 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 R 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 fouling 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. WARRANT' -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 specificalion covered by this agreement fur similar quantities under similar of like
conditions aril melbas ofpurchase. In the event Seller preaches 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 thw contract without liability to Seller for breach or Seller's
actual expense.
It. Tf tie Seller warrants that riceperson or selling agency has been employed or retained to solicit
or secure this contract upon anagreement or understanding for commission, percentage,
brokerage, or contingent fee excepting bona fide employees of bona fide established
commercial or selfing agencies maintained by the Seller for the purpose of securing business.
For breach of viciation of this warranty the Buyer shall have the. right in ,addition to am 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 frrn the contract price, or otherwise recover
the full amount of such commission, percentage, brokerage or contingent fee.
9. WARRANTY -PRODUCT. Seller shall not limit orexclude any implied wirranties and,vry
attempt to do w shall render this contract voidable at the option of the Buyer. Seller warrants
that the yard furnished will conform to the specification, drawings, and descriptions listed in
the bid invitation, and to the sample(s) f rnished by the Seiler,. i f arty. In. the event of a conflict
or between the specifications, drawings, :uxl Jtacnplius, the specifications shall gmern
Notwilhstanding airy provisions contained in the contractual agreement, the Seller represents
;tied warrants fault -free performance and fault=free result in the processing date and date related
data (including, but not limited to calculating, companng and sequencing) of all hardware,
software and f"ware products debvcreel atiJ services provided under this Contract,
irdividiwlly or it combination. As the case may he from the effectsa state of this C'onlract.
.V<o. the Svller wan -ants the ye:v'_000 ealcmlataieVI wilt he raogntzed arnf-accnrr!mo>,hted sons'
%kill not, in any %%ay, result in hardware, software or firmware fiailure. The City of Lubbock, at
if; may require the siellec. at arc, time. to demonstrate the procedures it intends to
follow tit order to comply waball the obfigano(iscoitamed herein. The obhgahons conlamed
herein apple to products and services provided by the Seller, its sub.Seller or am• third party
�nvot%ed ;orthe vaahon or development ufthe products and servicesto he delivered to the City
„f Lubbock under this Contract. Failure to comply with any of the ohligahons contamed
herein, may result in the Cdy of Lubbock matfing alself of any of its rights under the law And
finder+is Contract including. but not limited to, its right perfaimng to ter minahon or def,uft.
The warranties contained herein are aeparale and discrete from .any rther •.war.mties specified
:re this Cuntract, .nd are not subject to any disclaimer of warranty, implied or expressed, or
lnnitation of the Seller's liability which may be specified in Ibis C'ontrict. its appendices, ;ts
.,chedulc%. its annexes or any document me rporafed 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 went the product does not conform to OSHA standards, Buyer may
veto m the product for correction or replacement at the Seller's espouse, tit the event Seller
fails to make the appropriate correction within a reasonable time, eorecoxt made by Buyer
wdl be at the Seller's expense.
I 1 NO WARR.kNTY BY BLYER AGAINST INFRINGFMFNTS 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 am• thva person
by way of infringement of the like. Buyer makes no %%arranty that the production ofgo,xd
according to the specification will not give rise to such a cktim, Arid act no event shall Buyer he
liable to Seller for iokmmfication in the event that Seller issued on the gronds of
mfnngement of the like. If Seller is of the opinion that an infringement or the like+veil result.
he will moldy 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
infringement or the like, Seller will save Buyer harmless. If Seller in good faith scertaires the
production of the goods in accordance with the speoficatione; well result in infringement or the
like, the contract stall be null and void.
12. RIGHT OF INSPECTION. Buyer shall have the right to inspect the goods at deh%ery Ferrate
accepting them.
13. CANCELLATION, Buver shalt have the right to cancel for default all or any part of the
undelivered portion of this order d'Seller breaches any of the terms hereof mcludin_ 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.
IJ. TERMINATION. The performance of work tinder this order may be terminated in whole, or in
part by the Buyer in accordance with this provision. Termination of work hereunder shall be
effected by the delivery of the Seller of a "Notice of Termination" specifying the extent to
which performance of work under the order is terminated and the date upon which such
termination becomes effective. Such right or termination is in addition to and not in lieu of the
rights of Buyer set forth in Clause 13, herein.
15. FORCE MAJEl3RE. Neither patty shall be held responsible fur losses, resulting ifthe
filfillment 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 reasonably diligence said party is unable to prevent.
16. ASSIGNMENT -DELEGATION. No right or interest in this contract shall he assigned or
delegation ornery, obligation made by Seller without the written permission of the Hover Any
attempted assignment or delegation by Seller shall be wholly void and totally ineffective for all
purpose unless made in conformity with this paragraph.
17. WAIVER. No claim or right arising aut of a breach of this contmet can he discharged in whole
or in part by a waiver or renunciation of the claim or right unlesi the waver or renunciation is
supported by consideration and is in writing signed by the aggrieved party.
18. INTERPRETATION -PAROLE EVIDENCE. This %writing, plus any specifications for buds and
performance provided by Buyer in its advertisement for bids, raid any other documents
provided by Seller as part of his bid, is intended by the parties as a final expressio t of their
agreement and intended also as a complete ;aid eschsive italement of the tenor of their
agreement. Whenever a term defined try the 1,'nifirm Commercial Carle is iced in this
agrcerent, the defimlion contained in the Code is to control.
19, APPLICABLE LAW, This agreement shall he govnmed by the Uniform Commercial Code.
Where ever the term "Uniform Commercial Coolie" 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.
20. RIGHT TO ASSURANCE. Whenever one party to this contract in good faith has reason to
., question the other patty'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) Jays, the demanding party may treat this failure as an anticipatory
repudiation of the contract.
21. INDEMNIFICATION. Seller shul) indemnify, keep and save h,anniess the Buyer. its agents,
officials And employees, against all injuries, deaths, loss, damages, elauns. pai.•nt datinv, swls,
tiabilities,judgments, costs and expenses, which may in anywise accrue against tke Haler it.
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 thnxigh negligence ,ni
of the Seller or its employees, or of the suhSel ler or assignee or its employees, it ant- ,aid the
Seller shall, at his own expense, appear, defend and pay all charges of.thooreys ,vac! all exits
sail other expenses arising therefrom of incurred in connection thereovith, and, if ai'r judgment
,hall be rendered against the Buyer in any such action, the Seller shall, at its own expenses,
:satisfy and discharge the same Seller expressly undetita cti Arid Aires that any txmd rxjuued
!•v this contr,ct or otherwise provided by Seller, shall in no wav !cud the responsuhihty to
mdeirnify, keep cord save harmless and defend the Bayeras herein provided.
12. 1'IME it is hereby e%pressly 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 caue Seller to be m default of this agreement.
23, SIBE. The (try of l.ubhoek hereby mihhes all bidders !hat it ,:yard to ariv.:ortric! crcre d
into pursuant to !bus request, minority and %woimere business enterprises sdf he .afi'i . 1-d equal
opportunities to ,ohma bids m r•_sponse to this invitation and will not he discriminated against
on the grounds oft ace, color. sex or natwal origin in consideration for in awaid.
Rev. 0812005
Y a
103
PURCHASE ORDER
DACO FIRE SAFETY EQUIPMENT
PO BOX 5006
LUBBOCK TX 79408 5006
Page - 1
Date - 10/28/08
Order No. - 338408 000 OP
Brn/Plt - 3511
SHIP TO:
CITY OF LUBBOCK
CENTRAL FIRE STATION COMPLEX
RAUL SALAZAR
1515 EAST URSULINE
LUBBOCK TX 79401
INVOICE TO: CITY OF LUBBOCK
ACCOUNTS PAYABLE
P.O. BOX 2000 f/ ,
LUBBOCK, TX 79457 BY:
Ordered - 10/28/08 Freight - FOB Destination Frt Prepaid
Requested - 10/28/08 Taken B - ROBIN HOLDER
Delivery - PER R SALAZAR REU 31779 ITB#08-010-FO
Description / Supplier Ite
Ordered
UM
..
Unit Cost
...........
UM
--------------
Extension
Req. Dt
........
----------------------------
Bunker Coats
...........
43.000
EA
1,069.0000
EA
45,967.00
11/28/08
Bunker Pants
43.000
EA
688.0000
EA
29,584.00
11/28/08
Suspenders
43.000
EA
42.0000
EA
1,806.00
11/28/08
Bunker Coats
7.000
EA
1,069.0000
EA
7,483.00
11/28/08
Bunker Pants
7.000
EA
688,0000
EA
4,816.00
11/28/08
Suspenders
7.000
EA
42.0000
EA
294.00
11/28/08
This purchase order encumbers funds in the amount of $89,950.00, for a bid awarded to DACO Fire Safety
Equipment, of Lubbock, Texas on January 10, 2008, in accordance with Resolution No. 2008-R0013. The following
is incorporated into and made part of this purchase order by letter of ratification of Resolution No. 2008-R0013.
CITY OF�„UBBOCK ATTEST:
��0
Tom Martin. Mayor Rebe oca Garza, City ecretary
Total Order
-------------------------------------------------------------------------------------
Terms NET 30 DAYS 89,950.00
TERMS AND CONDITIONS
IMPORTANT: READ CAREFULLY
STANDARD TERMS AND CONDITIONS
CITY OF LUBBOCK, TEXAS
Seller and Buyer agree as follows:
I SF LLE R I'll Is WK WE GIVOIS Seiler %%41 package goods maccordance %,,,ill good
ceirn-orc-al practice Lich .0irr'11%
I-W: h, :!eirlv .Ind peararently .-Add A
(.I) letter's Jill C,'Sret'l name, address: rid purcNilat orderer
and uu.-.1 number of catiminerse g Nix I or 4 boles, vd tjftht rummer if the cot-lat nr
the- picking Cioods
t.tab!% ti.icl,ej tosec,xc iovwst co^ and to, confirm %ioth requirements
m orcorice, err ol,,inj ift jpph,cabie ipec&c.too, it Utyer*,; count or. •w,bht shall IV final
,,d on Ji,patent% rol alxrard lit- Pickillit, fists.
siliPME %T Lill RFSF RVAT10% PROHIWITD. Seller•inM,mdhon:edtoshipthe
X, is ix&r --csto :non oral to lc! -der or., hill il`T,iI,nV %,,11 operito ali I tender of6wilh.
3, TITLE .%%.I) RISK OF LOSS Me title and r.4 ofIrqs .1fil't goods shall e4pass its Buyer
tirito lluyerxlu,ill.v icceittia-A taken pe_csilin irthe Koodsal the pouitorpouits of
'el"ej
t \OREPL.\CE%,IEN'raFaErECTIVE*rE?ZDER.
tilliv co-ritr %v1111 .111 in Inhere ofLilth,cr.y. pulity and the like. Ira,
radewhich ,kits net 6dly cortrorn ti,, hill conilittele.1 breach .nerd Seller vhqll not
Ell, e the right her sub,ftftlfe .1 cor lllffrmg ten -ter. where the time for perronnarce has
rer )ei er:rt%k ill,- Seiler may --c-,sorahly at hry Oliver of his Intention to cure and may then
1%,ke.1 contorniag tondur within the contract tune but notallenvard.
Aill wparite oi,mcei, n.lutilwAll.are each piirch.mooider or purchase
relcLew.lijer each doji%ery. bl%ouict, ihill iiijuito the put -chase order tie purchase rcftu+e
rti,iifwand The >iipply,il&r%vrnentriii)ibLtif.ipplic-lble Invoices shall beftemizedand
cjl.wI;es.,r.my. hall N 1, tad.,ep.trately. A ropy of the bill of lading, and the
fivtghl vaybill e-him.1pplicahle. Juuld beall.ict!ej to the mvmce. MmITo: Accounis
Payment shall nut bedue
-pit: I thealtictv trultrument, are uhninediller Jdirvry.
6. Git,vrLITIES. The Birver may, by vm lien notice fit the Seller, cancel this contract ividiout
Lability to Seller -fit jitictermineJ by Buyer that tjraloifie.s, mthe form ofentortainment. gifts
or offgr%vi'e, were offerell Kit en by the Seller, to
,Irli, uly1cererempkilveofthe city or Lubbock *4 a vitiv to wcuring.tcontract orliticuring
ra-orlble Ire.itmerd with m-,Pect to The artimirehas or amending, or the making orally
lictermlil.Ltion.j with rc>poct to the rerforriting of.,tich a contracl. lit lite event this contract is
canceled by Boyar liw.,iiial fit this pinvi,ijen. Buyer.:hall be entitled. in.uldihan Mary other
ripliti,and remedies. to recover or withhold the .amount of the cost lictreed by Seller in
firo"dingswit y0alustes
7 SPUCIAL FWLS & TEST EQVIPMENT If the price staled on the rice herecifinclultri; the
co,t of.1113 ilmial 1mhlls,x specal test equipment 1*.Lbricated or required by Seller for the
punt". It W filling this urilor,such special hailing ciptipmollit and anyprocess heirts related
11:vreto;.h.111 become the property of the Boyer mid it) the e%tont feasible shalt be identified by
the Seller is mach.
8 WARRANTY -PRICE,
It *"W price to be paid by it* Bayer shall he flut cankilined in Seller's bid which Seller
warrants to he no higher than Seller's current proce,%v tin orders by others for products, of the
Liod.dati pecificattin covered b) this agreement for similar quantities order similar onlike
In the .-,cnl Seller breach" this %arranty, the prices of
Ilse ,terns Omit !v reduced in the Seller's cirrent r. nces on rder; by thers. or in the
ah.-i-mitive. Buyer may cancel thitj contract tvaltilut Ital.-iNly to Seiler ror breach orSuller'i
astral vilpcn,".
b 11:C Seller 'Affarim that lilt per%Lv.,r ellivy agency li,t% been employed tie retained to ,olicit
tie ..ecure this context upon an .tar cement or understanding loir comanission, percentage-
h- Aerage. orcot,tmjurit reecieePlitl; I-otin fide emplovelts of bona ride c,tabitshed
otmetierciii Ile by the Seller file the purposoof,ccurtrij litestitests.
Fr, breach oNcoilin,41his ,arranty the Buyer hall have the.r-ght ai,idditian In arty other
'I tFr frights fin cancel this ecininict l,jlhout It thdily.ind todeduct fr.,m the evnirtct price, ix
•,lhcv%isr rmmcr without hihliry.rod to deduct from the contrail price. or othervil recover
the r,.Il orivqrt of -uch commissivii, percert.ige. brokerage tit contingent fee.
W %RRANIN-11RODUT Seller hall rag lumt lie Nei le .my I -plied -varranf!t, .,rd,any
iterript to it, 41 hjj,-crJer this correct rouble at the option of the 13,yer. Stile. % irrants,
That nix go,rls (wrx4ej will oulform to the pecification, leacti in
t!•c hil n, l.lt!or.,:r,I t, rbe roj.,.)" Ii.e., l'y the %offer. I r,my Mthe evert of,tomflict
or'.Vewtn the spec 6czlwrk the pec- 111c.11141n, wl, den
,!ala iwI,Wx;L fti.1 r,,4 j.j-1jed to equenc!ngi of Lill ltardw.trc.
wl,,.,re w,i rrrr-• are tw4tict, del %Qr,,d jad ,&%?ces prot .,led ender ll-:s Girtr,10,
C-osr.tct
41-t.ue �o j*,obae the Clyof I -jN1lw1,.,I1
:,c,ew
1*or-,'i.;iItl% ti'mAoct." J.-J tej, <,., pro :led ri i;�ie ScIlit, its yob-Selleroraoy +,rd ;arty, !- l.,j ., ji•c. re.q.in,, le, clopr-crir. 1',I*c 1:,;Oien ird I.en lev, Io `ii 'ctl,,,-r,d ro the Cay
r! Ailllti, 1"iler,to, 0%,-Inct I.;dI.rii wc. mplN ,h .,nv .-wcd
;*..-,e I. *-.it' N',;f 11 P 'H-ock -d K ,.:.lei:. ir %ik rd
.04.:r ll'A ("'Arict !1111 "'ded to. Ise.01 pl:rt.1,11 1'r it) 11"ll 1.del 'tuff
and, 41, . d ;H',cr li.w% h J, x�r,l*-s jrrwls
or-ly Seiler';' .11) 1,:-, sec f.,J lit Ih., Gx(: wo its q.*twdices. •ts
10. S til"M WARRANTY
the •tjrdarli% promulaW by the L S Department -iftalxv i.-Jer File il-tir-t-leal S-lfclv .!od
Health Actof 1070 In the exert the VrLdkWI does not W"fOr'" to ()SHA 'I'lodardil. B.'Wr May
wturn the product for cerrecti.on tie ripl.verent at 1!te e%pc,-se Inthe c'ems0ict,
.11 beat IN Seller's le%pmse.
,.tie the
'peciric.ittim.inached to 1I,-i4.remant •%Ili gpvo ,,;e to the r,ghtFif cl.iijr tiled ;Nw,ov
by %4y I'lur LIu)tr nation Ito k%arrarq that the freloct i,i rf.gcetli
according it) the ^revifcalwn %.It neli%v r::;c to',nich a cl.orn. ,,I :n !u, !it
hAic to Seiler fit itulemnilleahon :n the event ftu Seiler iisutd,n the fro lads of
IfSellor Is of the opinion that an infemscriscrittit, the Ats will result.
be %%AI,u)tlfj the Buyer to this effect eIritinilt within two i%eehsafler the s,ip*,n.. of the
jWeeitterl ifffilyof LIOCS rto recer,te rialice and Is inbsequmly beld:,Able 4,,- the
tit rro-gerrivillor the like, Seller will save Buyer hrmlen
rrrorgtnriwtorthe
I -Le, the contraict hall be full and vL*J
12 11101-IT OF INSPLCTION. BUSH ,hall hate the r-.Jil to iiFtlivict the ;rid, at,tehvn) I:cfore
accepting them.
13 CA WELI.,%,rION ni tyer hall have the right in cancel r4derath .111 o,,im t orthe
muklit ered portion of the: order If Seiler brexhiesiny of the icnits ilercof -rclw,.!A t% I. rarities
of Seller or if the Seller becomes i rtsolveril or commas acts of litinlins;1c)
c.cricellabon ismaelchbort to and not in lieu ofany other remedies whirl: Buyer m.ty li.k%e to
lj,v,v c%lu,ty,
14. TERMINATION. 'file perAirmanceotwork under this order may lie formulated in whole, or In
part by the Buyer this provisitim. Tormtriattion of work Nmrintmicr shillf IV
elTecicd by thodclivery or the Npecifymu the citent in
which performance or%vl under the enter I.% terminalted arA the tivell upon which .such
Such right or temifuhnn is Ili aJdthun toand not in lieu or the
rights of Buyer sit teaft in Clatese 13. hereto,
15. fORCEMMEURE. Neither party shall be held rc,,ponvble fir IoKsa, resulting I r the
fultill Iment of any forms or pro, Insults of this contract in ddii)od or preveried by any calate not
within [lie cointrol of the party ,hose performance I, inwiervid %vith..ind which by the
orrowriable diligence said party is urmble to prevent.
16. ASSIGNMENT-DELEGxrION, No right or interest in this contract shalf he&signed or
delegation of any obligation mitdc by Seller %wilhoul the kvritten, permission of the Buyer Any
or delegailion by Seller AlAl be wholly 'old mill totally inelyiective fix 411
purpose unless made tit conformity with this paragraph.
17 WAVER. Nn el um or right arising ail of a hrtach of this contract can he JL.eh.rp eel m vMik
,urporfuld by corstiderinon and is in wohnipiHiled by the attgnevLA pit".
13. INTrAPRETATION-PAROLE EVIDENCE. This wrdnng. plus .my spear ic,itions for bicisanid
pert icalance provided b) Buyer in ilsadvalisensent fer-bials..ind -my tither docuantinto
provided by Seller as part of his hid, ij inherm by the rartle, as .1 flea,
.k4revrreritand intended also its a compliale.vid umchisiv,.- ,latement of the teoni, oftlicir
alovement.
agreeincrit the definition contained in the Code into control.
1.0. APPIA'ABLE. LAW. This agreement shall he Acivemed by ' the Un,lolrm colrMt,-CIjf 1
Where ever the term "Unplorm commercial (*,-do" is,i.wl it ahall be cor.,trued L% nicamo;4 file
1. vullorin Cormenial Code maduptedii the State of rtmatias ofloctive and sit force on the
date ofthis agreement.
20 RIGHT TO ASSURANCE. Whenever one rxuty to this centract in good faith her e4son to
'Ite'ticil the other puly"s anent to perforrn he ir,ty deirarid that the other party,.4ive ivritten
ssnrance of fits nitenl to perform: In the event iltal.idemand ismade .and no m%urmtce lit
t;I.erl within 0%ef5)cLtys, Illedernandins party may twit this Ittiltur isinaethicipatory
repudiation cifthtcontract.
21 I%DEM%IHcxnON.
orric sfls jrdorriplo.yets• igavr,f all tr;or!eq,,knth,, [-,,damages. c 1.11 lrq. 11.,tellt .:.1: 111, 0%,
c,,,,ogjuence order grtot; ng or:his Con I r.ic I it -thich way m! �Nssc re,ult &erermir, 0terber
r Ibe Seller of!t, ernple,
14e;1.-r hall. al t,,s pay .ill
.-rd,11imeverises insir-.4 therefrom ofmcittrod in correction tPeretw1h. .;od. dam )u.! ' 'went
,hall !,e rerJered Ili.! Bwer n any;�l icli-ir. flit ^,mn , piett.,ei,
ni; iii, I'm r the w-
1ir:ej,%7.1 ,*,I1-'�.1;1,J t,i-e , M'*,, 11 ", i _,'.
.:,wtz let..11"i KWitre`y e. rfr.wt ww,et :1 , e fore this
W .,&,!:,1 11i'JAX lc,p"w I-, th,% Iry lattin.,rd ,11 oot:V &,,u,tr,,atod Ig.t ra
Rev 1.3/2,:05
W
RESOLUTION
Resolution No. 2008-R0013
January 10, 2008
Item No. 5.19
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the City Council of the City of Lubbock hereby authorizes and directs the
Mayor of the City of Lubbock to execute a Contract by and between the City of Lubbock
and Daco Fire Equipment of Lubbock, Texas, for protective bunker gear per bid 08-010-
FO, which Contract and any associated documents, are attached hereto and made a part of
this Resolution for all intents and purposes.
Passed by the City Council this loth day of January , 2008.
DAVID A. MILLER, MAYOR
ATTEST:
Garza, City
APPR ED A O CONTENT:
Rhea Cooper, Fir/Chief
APPROVED AS. ,TO FORM:
Vandiver, Attorney of Counsel
DDres/DacoFireEquipWonRes
December 31, 2007
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first above
written. Executed in triplicate.
CITY OF LUBBOCK
David A. Mil r, Mayor
ATTEST:
Rebec a Garza, City Seci;�c
APPROVED AS T RM:
;X m rN
Assistant Ci Attorney
CONTRACTOR
BY
Authorized Representative
Address
APPR VED AS O CONTENT:
4�4
Rhea Cooper IV
Fire Chief
Resolution No. 2008—R0013
CITY OF LUBBOCK
CONTRACT
For
Protective Bunker Gear - Annual Pricing
Bid No. 08-010-FO
THIS CONTRACT, made and entered into this 10th day of January, 2008, pursuant to a resolution heretofore adopted by
the City of Lubbock, Texas, by and between the City of Lubbock ("City"), and Daco Fire Equipment, ("Contractor").
WITNESSETH:
WHEREAS, the City of Lubbock duly advertised for bids for Protective Bunker Gear - Annual Pricing and bids
were received and duly opened as required by law; and
WHEREAS, after careful consideration of the bid submitted by Contractor, the City of Lubbock has heretofore
adopted a resolution authorizing the acceptance of such bid, and the execution, in the name of the City of Lubbock a
contract with said Contractor covering the purchase and delivery of the said Protective Bunker Gear.
NOW, THEREFORE, in consideration of the mutual agreement contained herein, as well as the financial
consideration hereinafter referred to, the parties hereby covenant and agree as follows:
1. In accordance with City's specifications and Contractor's bid, copies of which specifications and bid are attached
hereto and made part hereof, Contractor will deliver to the City the Protective Bunker Gear specifically referred to
as Item(s) No. 1, 2, and 3 and more particularly described on the Bid Form submitted by the Contractor or in the
specifications attached hereto.
2. The City promises and agrees to employ, and does employ, the Contractor to cause to be done the work provided
for in this Contract and to complete and finish the same according to the attached specifications, offer, and terms
and conditions contained herein.
3. The Contractor shall perform the work according to the procedure outlined in the specifications and Invitation to
Bid attached hereto and incorporated herein. The contract shall be for a term of one-year, said date of tern
beginning upon City Council date of formal approval. The City and Contractor may, upon written mutual consent,
extend the contract for two additional one-year periods. The rates may be adjusted upward or downward at this
time at a percentage not to exceed the effective change in the Consumer Price Index (CPI) or Product Price Index
(PPI), whichever is most appropriate for the specific contract for the previous 12-months. At the City's discretion,
the effective change rate shall be based on either the local or national index average rate for all items. If agreement
cannot be reached, the contract is terminated at the end of the current contract period.
4. Contractor shall at all times be an independent contractor and not an agent or representative of City with regard to
performance of the Services. Contractor shall not represent that it is, or hold itself out as, an agent or
representative of City. In no event shall Contractor be authorized to enter into any agreement or undertaking for or
on behalf of City.
5. Neither the City nor the Contractor shall assign, transfer or encumber any rights, duties or interests accruing from
this Contract without the written consent of the other.
6. This Contract consists of the following documents set forth herein; Invitation to Bid #08-010-FO, General
Conditions, Specifications, and the Bid Form.
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
Resolution No. 2008-R0013
SUBMIT TO:
T T o
CITY OF LUBBOCK
CITY OF LUBBOCK, TEXAS
Purchasing 8i: Contract
1
Management
1625 13th Street, Rm. 204
INVITATION TO BID
AN EQUAL
Lubbock, TX 79401-3830
OPPORTUNITY
EMPLOYER
QQ
#OO-U 1 O-FO
CONTACT PERSON:
Felix Orta-Senior Buyer
ORIGINAL
TEL: 806.775.2167
FAX: 806.775.2164
http://purchasing.ci.lubbock.tx.us
TITLE:
SUBMITTAL DEADLINE:
Protective Bunker Gear - Annual Pricing
December 13, 2007 @ 3:00 P.M. CST
PRE BID DATE, TIME AND LOCATION: Deleted
Any bids received after the time and date listed above,
regardless of the mode of delivery, shall be returned
unopened.
RESPONDENT NAME:
D A C 0 FIRE EQUIPMENT
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB
NUMBER, THE CLOSING DATE AND TIME, AND YOUR
MAILING ADDRESS:
COMPANY NAME AND ADDRESS.
PO BOX 5006
IF RETURNING AS A "NO BID", PLEASE COMPLETE AND
RETURN THE "STATEMENT OF NO BID".
CITY - STATE - ZIP:
THE CITY OF LUBBOCK RESERVES THE RIGHT TO ACCEPT OR
LUBBOCK, TX 79408
REJECT ANY AND ALL BIDS IN WHOLE OR IN PART AND WAIVE
ANY INFORMALITY IN THE COMPETITIVE BID PROCESS.
TELEPHONE NO:
8 0 6- 7 6 3- 0 8 0 8
FURTHER, THE CITY RESERVES THE RIGHT TO ENTER INTO
ANY CONTRACT DEEMED TO BE IN THE BEST INTEREST OF
FAX NO:
806-763-9151
THE CITY.
IT IS THE INTENT AND PURPOSE OF THE CITY OF LUBBOCK
E-MAIL:
garrett@dacofire.com
THAT THIS REQUEST PERMITS COMPETITIVE BIDS. IT IS THE
BIDDER'S RESPONSIBILITY TO ADVISE THE CITY OF LUBBOCK
FEDERAL TAX ID NO. OR SOCIAL SECURITY
NO.
PURCHASING MANAGER IF ANY LANGUAGE, REQUIREMENTS,
7 5- 2 7 9 4 2 4 4
ETC., OR ANY COMBINATIONS THEREOF, INADVERTENTLY
RESTRICTS OR LIMITS THE REQUIREMENTS STATED IN THIS
ITB TO A SINGLE SOURCE. SUCH NOTIFICATION MUST BE
SUBMITTED IN WRITING AND MUST BE RECEIVED BY THE
-
PURCHASING MANAGER NO LATER THAN FIVE (5) BUSINESS
DAYS PRIOR TO THE ABOVE SUBMITTAL DEADLINE.
THE BIDDER HEREBY ACKNOWLEDGES RECEIPT OF AND AGREES ITS BID IS BASED ON ANY
ADDENDA POSTED ON RFPDEPOT.COM
The City of Lubbock Charter states that no officer or employee of the City can benefit from any contract, job, work or service for
the municipality or be interested in the sale to the City of any supplies, equipment, material or articles purchased. Will any officer
or employee of the City, or member of their immediate family, benefit from the award of this bid to the above firm?— YES_ NO
IN COMPLIANCE WITH THIS SOLICITATION, THE UNDERSIGNED BIDDER HAVING EXAMINED THE INVITATION
TO BID AND SPECIFICATIONS, AND BEING FAMILIAR WITH THE CONDITIONS TO BE MET, HEREBY SUBMITS
THE FOLLOWING BID FOR FURNISHING THE MATERIAL, EQUIPMENT, LABOR AND EVERYTHING NECESSARY
FOR PROVIDING THE ITEMS LISTED ON THE ATTACHED BID FORM AND AGREES TO DELIVER SAID ITEMS AT
THE LOCATIONS AND FOR THE PRICES SET FORTH ON THE BID FORM. AN INDIVIDUAL AUTHORIZED TO BIND
THE COMPANY MUST SIGN THE FOLLOWING SECTION. FAILURE TO EXECUTE THIS PORTION MAY RESULT IN
BID REJECTION.
71349-010-FO.doc
ITS # 08-010-F0, Protective Bunker Gear -Annual Pricing
By my signature I certify that this offer is made without prior understanding, agreement, or connection with any corporation, firm,
business entity, or person submitting an offer for the same materials, supplies, equipment, or service(s), and is in all respects fair
and without collusion or fraud. I further agree that if the offer is accepted, the offeror will convey, sell, assign, or transfer to the
City of Lubbock all right, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws
of the Unit d States and the State of Texas for price fixing relating to the particular commodity(s) or service (s) purchased or
acquir the o ubbock. At the City's discretion, such assignment shall be made and become effective at the time the City
to the vendor.
SALES
Authorized Signature Title
GARRETT DOBMEIER
Print/Type Name
12-11-07
Date
THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR RESPONSE.
ITB#08.010•FO.doc
- ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
AM FORM
Protective Bunker Gear -Annual Pricing
CITY OF LUBBOCK, TEXAS
ITB #08-010-FO
In compliance with the Invitation to Bid #08-010-FO, the undersigned Bidder having examined the Invitation to Bid and
Specifications, and being familiar with the conditions to be met, hereby submits the following Bid for furnishing the material,
equipment, labor and everything necessary for providing the items listed below and agrees to deliver said items at the
locations and for the prices set forth on this form. The Invitation to Bid #08-010-FO is by reference incorporated in this
contract. The Bid Form must be completed in blue or black ink or by typewriter.
Appro
Unit Of
Unit Price*
Extended
Delivery
Item
XI.Y
Qb
Measure
Description
Bid
Cost
Days
a.
C.
d.
e.
f. = b x e
ARO**
60
Protective Coat, as specified herein.
1.
(More
EA
$
$
or
Less
1,069.00
64,140.00
75-QO
60
Protective Trousers, as specified herein.
2
(More
EA
$
$
or
Less
688.00
41,280.00
75-90
60
Protective Suspenders, as specified herein
3.
(More
EA
$
$
or
Less)
42.00
2,520.00
111-71
Total
bid items
1 2 and 3:
Total per set price.
$
$ a
7 5 - Q n
OPTION 1: Replacement Thermal Barrier/Moisture Barrier
Assembl
A
60
EA
Coat: Installed by Lubbock Fire
$
$
Department
n
5- Q n
B
60
EA
Pants: Installed by Lubbock Fire
$ 3 0 Q. 0 0
$ 1 8, 5 G n, n n
7 4_ a (IDepartment
OPTION 2: Re lacement Moisture Barrier on an existing Thermal Liner
A J 60 1 EA ICoat: Installed by Manufacturer
$ 2 6 2. 0 0 $ 1 5, 720 7 5_ o n
B
60
EA
Pants: Installed by Manufacturer
$ o
$
_ a
*PRICE: F.O.B. Destination, Freight Pre -Paid and Allowed **Days After Receipt of Order (ARO)
PAYMENT TERMS AND DISCOUNTS - Bidder offers a prompt payment discount of %, net _ calendar days.
Discounts will not be considered in determining low bid. Unless otherwise indicated on the Bid Form, payment terms will
be NET THIRTY DAYS. The City will pay the successful bidder within thirty days after the receipt of a correct invoice or
after the date of acceptance, whichever event occurs later. Discounts for prompt payment requiring payment by the City
within a stipulated number of days will be interpreted as applying within the stipulated number of calendar days after the
date of receipt by the City of a correct invoice or after the date of acceptance that meets contract requirements, whichever
event occurs later. Discounts for payment in less than ten days will not be considered.
MOST FAVOURED PRICING: The Bidder certifies that the price quoted is not in excess of the lowest price charged
anyone else, including its most favoured customer, for like quality and quantity of the products/services; does not include an
element of profit on the sale in excess of that normally obtained by the Bidder on the sale of products/services of like quality
and quantity; and does not include any provision for discounts to selling agents. If at any time during the contract period, the
supplier should sell or offer for sale to any other customer, an equal or less quantity of similar contract products of like or
better quality, at a lower net price(s) than provided herein, supplier agrees to notify the City and sell same product(s) at the
lower price(s) on all deliveries made during the period in which such lower price(s) is effective.
INTERLOCAL PURCHASING (optional): The City desires to make available to other local governmental entities of the
State of Texas, by mutual agreement with the successful bidder, and properly authorized interlocal purchasing agreements as
ITBM-010-FO.doc 3
Y. r► _
Y
1TB # 08-010-FO, Protective Bunker Gear -Annual Pridng
provided for by the Interlocal Cooperation Act (Chapter 791, Government Code), the right to purchase the same services, at
the prices quoted, for the period of this contract. Each bidder shall indicate on the Bid Form in the space provided below if
he/she will honor _ Political Subdivision orders in addition to orders from the City of Lubbock. Should these other
governmental entities decide to participate in this contract, would you (the bidder) agree that all terms, conditions,
specifications, and pricing would apply?
Other governmental entities that might have interests in this contract are Frenship Independent School District,
Lubbock Housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock Independent School
District, South Plains Association of Governments, City of Texarkana, Texas Tech University, West Texas
Municipal Power Agency, Lynn County, and City of Wolfforth.
YES_ NO
• If you (the bidder) checked YES, the following will apply:
• Governmental entities utilizing Interlocal Agreements for Cooperative Purchasing with the City of Lubbock will be
eligible, but not obligated, to purchase materials/services under the contract(s) awarded as a result of this
solicitation. All purchases by governmental entities other than the City of Lubbock will be billed directly to that
governmental entity and paid by that governmental entity. City of Lubbock will not be responsible for another
governmental entity's debts. Each governmental entity will order their own materials/service as needed.
THIS BID IS SUBMITTED BY n A c n F T R F. F Q u T p M F w T_ a corporation organized under the
laws of the State of TEXAS , or a partnership consisting of
individual trading as
Finn: DACO FIRE EQUIPMENT, INC.
Address:2 0 1 AVE. R
City:
M
Firm
LUBBOCK
of the City of
State: T X Zin 7941
S
/WBE Woman Black American Native American
Hispanic American Asian Pacific American Other (Specify)
1
Authorized Representative - must sign by hand
Officer Name and Title: G A R R E T T D O B M E I E R, SALES
Please Print
Business Telephone Number 8 0 6— 7 6 3— 0 8 0 8 FAX: 8 0 6— 7 6 3— Q 15 1
FOR CITY USE ONLY
Bid Form Item Number(s) Awarded to Above Named Firm/Individual:
Date of Award by City Council (for bids over $25, 000): Date P.O./Contract Issued:
or an
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND TIME,
AND YOUR COMPANY NAME AND ADDRESS.
1TWS-010-F0.(kX 4
Authorized Representative - must sign by hand
Officer Name and Title: G A R R E T T D O B M E I E R, SALES
Please Print
Business Telephone Number 8 0 6— 7 6 3— 0 8 0 8 FAX: 8 0 6— 7 6 3— Q 15 1
FOR CITY USE ONLY
Bid Form Item Number(s) Awarded to Above Named Firm/Individual:
Date of Award by City Council (for bids over $25, 000): Date P.O./Contract Issued:
or an
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND TIME,
AND YOUR COMPANY NAME AND ADDRESS.
1TWS-010-F0.(kX 4
ITB # 0"10-FO, Protective Bunker Gear -Annual Pricing
Protective Bunker Gear -Annual Pricing
CITY OF LUBBOCK, TEXAS
ITB #08-010-FO
THE CITY OF LUBBOCK APPRECIATES YOUR TIME AND EFFORT IN PREPARING YOUR BID. ALL
BIDDERS SHOULD FAMILIARIZE THEMSELVES WITH THE FOLLOWING INSTRUCTIONS TO BIDDERS,
GENERAL CONDITIONS, AND ATTACHED SPECIFICATIONS.
I. INSTRUCTIONS TO BIDDERS
BID DELIVERY, TIME & DATE
1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish Protective Bunker Gear -
Annual Pricing per the attached specifications. Scaled bids will be received no later than 3:00 P.M.
CST, December 13, 2007, if date/time stamped on or before 3:00 P.M. at the office listed below. Any bid
received after the date and hour specified will be rejected and returned unopened to the bidder. EACH
BID AND SUPPORTING DOCUMENTATION MUST BE IN A SEALED ENVELOPE OR
CONTAINER PLAINLY LABELED IN THE LOWER LEFT-HAND CORNER: "ITB #08-010-
FO PROTECTIVE BUNKER GEAR -ANNUAL PRICING" AND THE BID OPENING DATE
AND TIME. BIDDERS MUST ALSO INCLUDE THEIR COMPANY NAME AND ADDRESS
ON THE OUTSIDE OF THE ENVELOPE OR CONTAINER Bids must be addressed to:
Marta Alvarez, Purchasing Manager
City of Lubbock
1625 13th Street, Room 204
Lubbock, Texas 79401
1.2 Bidders are responsible for making certain bids are delivered to the Purchasing Department. Mailing of a
bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand
deliver, bid, we suggest that he/she use some sort of delivery service that provides a receipt. The City of
Lubbock assumes no responsibility for errant delivery of bids, including those relegated to a courier agent
who fails to deliver in accordance with the time and receiving point specified.
1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier
service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic
transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. The Bid Form
must be completed in blue or black ink or by typewriter.
1.4 Bids may be withdrawn prior to the above scheduled time set for closing of the bids. Bids CANNOT be
withdrawn, altered or amended after bid closing. Alteration made before bid closing must be initiated by
bidder guaranteeing authenticity.
1.5 The City of Lubbock reserves the right to postpone the date and time for opening bids through an
addendum.
PRE -BID MEETING - DELETED
3 CLARIFICATION OF REQUIREMENTS
3.1 It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It is the
bidder's responsibility to advise the City of Lubbock Purchasing Manager if any lanMlage, requirements,
etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a
single source. Such notification must be submitted in writing and must be received by the Purchasing
Manager no later than five (5) business days prior to the bid closing date. A review of such notifications
will be made.
3.�
ITWS-01040.doc 5
• r �T
ITS # 08-010-FO, Protective Bunker Gear -Annual Pricing
Felix Orta, Senior Buyer
City of Lubbock
1625 13" Street
Lubbock, Texas 79401
Fax: (806)775-2164
FOrta@mylubbock.us
RFPDepot: http://www.RFPdgpot.com
4 ADDENDA & MODIFICATIONS
4.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over
the Internet at hU://www.RFPdet)ot.com. We strongly suggest that you check for any addenda a
minimum of forty-eight hours In advance of the response deadline. BUSINESSES WITHOUT
INTERNET ACCESS may use computers available at most public libraries.
4.2 Any offeror in doubt as to the true meaning of, any part of the ITB or other documents may request an
interpretation thereof from the Purchasing Department. At the request of the offeror, or in the event the
Purchasing Department deems the interpretation to be substantive, the interpretation will be made by
written addenda issued by the Purchasing Department. Such addenda issued by the Purchasing
Department will be available over the Internet at hM://www.RFPdoot.com and will become part of the
proposal package having the same binding effect as provisions of the original ITB. No verbal explanations
or interpretations will be binding. In order to have a request for interpretation considered, the request must
be submitted in writing and must be received by the City of Lubbock.
4.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock
shall not be legally bound by any amendment or interpretation that is not in writing. Only information
supplied by the City in writing or in this ITB should be used in preparing bid responses. All contacts that
a bidder may have had before or after receipt of this ITB with any individuals, employees, or
representatives of the City and any information that may have been read in any news media or seen or
heard in any communication facility regarding this bid should be disregarded in preparing responses.
4.4 The City does not assume responsibility for the receipt of any addendum sent to bidders.
EXAMINATION OF DOCUMENTS AND REQUIREMENTS
5.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all
requirements prior to submitting a bid to ensure that the goods and/or services being bid meet the intent of
these specifications.
5.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations
that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to
Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to
- - " - comply, in every detail, with -all provisions and requirements of the Invitation to Bid.
6 BID SUBMITTAL
6.1 BIDDERS MUST SUBMIT THE ORIGINAL AND TWO COPIES OF THE SEALED BID TO THE
PURCHASING DEPARTMENT PRIOR TO RESPONSE DUE DATE/TIME. FAILURE TO SUBMIT
THE ADDITIONAL COPIES MAY RESULT IN THE BID BEING DECLARED UNRESPONSIVE TO
SPECIFICATION AND MAY NOT BE FURTHER EVALUATED. The original must be clearly marked
"ORIGINAL" and the copies must be clearly marked "COPY".
6.2 Bids must be submitted on the Bid Form and the Bidder must sign and date their bid in the space
provided. Identify the item bid, including brand name and model number, if applicable. Enter unit price,
extended cost, and delivery days in the columns provided. In the event of discrepancies in extension, the
unit price shall govern. THE BID FORM MUST BE COMPLETED IN BLUE OR BLACK INK OR
BY TYPEWRITER.
6.3 The City is exempt from Federal Excise, State Sales and Transportation taxes. TAX MUST NOT BE
INCLUDED IN BID. Tax exemption certificates will be executed by the Purchasing Manager upon
request.
ITB#08.010-Fa.doc 6
ITS # 0"10-FO, Protective Bunker Gear -Annual Pricing
6.4 Any information regarding warranties and/or maintenance agreements pertaining to said bid item(s) are to
be included in the bid.
6.5 Bids will not be considered unless bid F.O.B. delivered and include all delivM and packagingcosts. The
number of calendar days required to place the materials in the City's receiving point under normal
conditions must be shown on the Bid Form DO NOT quote shipping dates. Failure to indicate delivery
days on the Bid Form will obligate Bidder to complete delivery in two weeks. A minimum of five days
better delivery will automatically break a tie bid. Unrealistically short or undue long delivery promises
may cause bid to be disregarded. Consistent failure of a bidder to meet delivery promises without a valid
reason may cause removal from the bid list.
6.6 Bid prices must be firm for a minimum period of sixty (60) days. Bids subject to price increases will not
be considered.
6.7 All bids, responses, inquiries, or correspondence relating to or in reference to this ITB, and all reports,
charts, and other documentation submitted by bidders shall become the property of the City of Lubbock
when received.
6.8 If there are any additional charges of any kind, other than those mentioned above, specified or
unspecified, offeror MUST indicate the items required and attendant costs or forfeit the right to payment
for such items.
6.9 LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING
DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS.
7 BID PREPARATION COSTS
7.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay ly costs incurred in the
preparation and submission of a bid. Also, should a bidder bid an alternate, any test costs to prove
equality of product will be at the expense of the bidder, not the City of Lubbock.
7.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or
equipment.
7.3 All costs related to the preparation and submission of a bid shall be paid by the bidder.
8 TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION
ACT
8.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision,
including trade secrets and commercial or financial information, clearly identify those portions.
8.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to
release such information initially, but please note that the final determination of whether a particular
portion of your bid is in fact a trade secret or commercial or financial information that may be withheld
from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction.
In the event a public information request is received for a portion of your bid that you have marked as
being confidential information, you will be notified of such request and you will be required to justify
your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the
Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or
a court of competent jurisdiction that such information is in fact not privileged and confidential under
Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such
information will be made available to the requester.
8.3 Marking your entire bid CONFIDENTIALTROPRIETARY is not in conformance with the Texas Open
Records Act.
9 LICENSES, PERMITS, TAXES
9.1 The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder
is or may be required to pay.
IT13#08-010-170.doc
. t
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
10 HISTORICALLY UNDERUTILIZED BUSINESS (HUB) REQUIREMENTS
10.1 The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this
ITB, Historically Underutilized Businesses (HUB's) will be afforded equal opportunities to submit bids
and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in
consideration of an award.
10.2 A HUB is defined as a small business concern which is at least 51 % owned and controlled by one or more
socially and economically disadvantaged individuals, or in the case of any publicly owned business, at
least 51 % of the stock of which is owned by one ore more socially and economically disadvantaged
individuals. Socially and economically disadvantaged include Women, Black Americans, Hispanic
Americans, Native Americans, Asian -Pacific Americans, and Asian -Indian Americans.
11 CONFLICT OF INTEREST
11.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement
with any employee, official or agent of the City of Lubbock.
11.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not
offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of
special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any
other exercise of discretion concerning this bid.
12 AUTHORIZATION TO BIND SUBMITTER OF BID
12.1 Bids must show vendor name and address of bidder. Bids must be manually signed by an officer of the
company authorized to bind the submitter to its provisions. Person signing bid must show title or
AUTHORITY TO BIND THEIR FIRM IN A CONTRACT. Failure to manually sign bid will disqualify
it.
12.2 The bid submitted by the bidder shall become an integral part of the contract between the City and the
Bidder and the representations, covenants, and conditions therein contained shall be binding upon the
person, firm or corporation executing the same.
13 BID AWARD
13.1 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides goods
or services at the best value for the City of Lubbock. In determining the best value for the City of
Lubbock, the City may consider:
a) The purchase price;
b) The reputation of the of the bidder and of the bidder's goods or services;
c) The quality of the bidder's goods or services;
d) The extent to which the goods or services meet the City's needs;
e) The bidder's past relationship with the City;
f) The impact on the ability of the City to comply with laws and rules relating to contracting with
Historically Underutilized Businesses and non-profit organizations employing persons with
disabilities;
g) The total long-term cost to the City to acquire goods or services; and
h) Any relevant criteria specifically listed in the Invitation to Bid.
13.2 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to
waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole
discretion. Unless otherwise specified herein, the City may award the bid either item -by -item or on an all -
or -none basis for any item or group of items shown on the Bid Form.
13.3 All bids are evaluated for compliance with specifications before the bid price is considered. Failure to
comply with the listed General Conditions may result in disqualification of bid.
13.4 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding on any
commodity could be cause for rejection of bids by the City of Lubbock and/or investigation by the
Attorney General to determine possible Anti -Trust violations.
ITB#08-010-FO.doc 8
a , t
ITB # 08-010-FO, Protective Bunker Gear -Annual Pridng
13.5 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than
lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder
would be required to underbid the nonresident bidder in the nonresident bidders' home state.
13.6 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the
State of Texas and under the laws of the State of Texas. In connection with the performance of work, the
Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all
other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the
same may be applicable.
13.7 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY
AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR
PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY
THE REQUIREMENTS OF THIS INVITATION TO BID.
13.8 Responsible Bidder Criteria: The City shall consider only responsible Bidders. Responsible Bidders are
those that have, in the sole judgment of the City, the financial ability, experience, resources, skills,
capability, reliability and business integrity necessary to perform the requirements of the contract. The
City may also consider references and financial stability in determining a responsible Bidder.
14 EQUAL EMPLOYMENT OPPORTUNITY
14.1 Bidder agrees that it will not discriminate in hiring, promotion, treatment, or other terms and conditions of
employment based on race, sex, national origin, age, disability, or in any way violative of Title VII of
1964 Civil Rights Act and amendments, except as permitted by said laws.
15 SPECIFICATIONS
15.1 Any catalog, brand name or manufacturer's reference in the specifications is descriptive and NOT
restrictive, and are used to indicate type and quality level desired. Bids on brands of like nature and
quality may be considered unless specifically excluded.
15.2 If bidding on other than reference or specifications, bid must show manufacturer, brand, trade name,
catalog and/or lot number, etc., on article offered and certify article offered is equivalent to specifications.
If other than specified brand of items are offered, specifications, catalog sheets, illustrations and complete
descriptive literature must be submitted with bid.
15.3 Minor deviations from written specifications shall not necessarily disqualify a vendor's bid. The City of
Lubbock specification committee will be the sole determiner of what constitutes a minor deviation.
15.4 The City may deem it necessary to specify Approved Brands after conclusive testing, prior to usage or
standardization. The City may test any sample(s), supplied free of charge, to qualify for the Approved
Brand list. Each sample must be marked with bidder's name and address. At bidder's request and
expense, the sample(s) not destroyed or used in examinations and testing will be returned.
15.5 When specifications call for samples to be submitted, samples shall be delivered by the bidder, at bidder's
expense, five days prior to the opening of bids. Each sample shall be clearly tagged to show bidder's name
and address and item number.
15.6 The City of Lubbock reserves the right to determine which specific items on any specification
requirements require strict adherence, or are most important, and those that are not, or requiring a lesser
degree of importance (i.e., the shade of paint is far less important than the horsepower of a motor). Such
determination can and will be a basis for evaluating, recommending and making award. The City will, at
its sole discretion, assess warranty offered, and utilize life -cycle costing and/or performance factors as the
evaluation method and basis for award. The low bid most closely meeting specifications is usually the bid
given the award, although delivery time is sometimes a necessary factor (i.e., a low bid that best meets
specifications will not do us much good if delivery is two years from now). Should a requested
specification sheet not be submitted with a bid, this is considered non -responsive and therefore may not be
considered. PLEASE READ AND RESPOND TO SPECIFICATION REQUIREMENTS CAREFULLY.
16 CONSIDERATION OF LOCATION OF BIDDER'S PRINCIPAL PLACE OF BUSINESS
16.1 Pursuant to Subchapter Z, Chapter 271, Texas Local Government Code, In purchasing under this title any
real property, personal property that is not affixed to real property, or services, if a municipality receives
ITB#08-010-FO.doc
ITB # 08-0t0-FO, Protective Bunker Gear -Annual Pricing
one or more competitive sealed bids from a bidder whose principal place of business is in the municipality
and whose bid is within five percent of the lowest bid price received by the municipality from a bidder
who is not a resident of the municipality, the municipality may enter into a contract with:
(1) the lowest bidder, or
(2) the bidder whose principal place of business is in the municipality if the governing body of the
municipality determines, in writing, that the local bidder offers the municipality the best combination
of contract price and additional economic development opportunities for the municipality created by
the contract award, including the employment of residents of the municipality and increased tax
revenues to the municipality.
16.2 This section does not apply to the purchase of telecommunications services or information services, as
those terms are defined by 47 U.S.C. Section 153.
16.3 In order to receive consideration, bidders must submit an Affidavit of Eligibility.
17 QUALIFICATIONS OF BIDDERS
17.1 The Bidder may be required before the award of any contract to show to the complete satisfaction of the
City of Lubbock that the Bidder or his Subcontractor has the necessary facilities, ability, and financial
resources to provide the service specified therein in a satisfactory manner. The Bidder may also be
required to give a past history and references in order to satisfy the City of Lubbock in regard to the
Bidder's or his Subcontractor's qualifications.
17.2 The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the
ability of the Bidder or his Subcontractor to perform the work, and the Bidder shall furnish to the City of
Lubbock all information for this purpose that may be requested. The City of Lubbock reserves the right to
reject any bid if the evidence submitted by, or investigation of, the Bidder fails to satisfy the City of
Lubbock that the Bidder or his Subcontractor is properly qualified to carry out the obligations of the
contract and to complete the work described therein. Evaluation of the Bidder's or his Subcontractor's
qualifications shall include:
a) The ability, capacity, skill, and financial resources to perform the work or provide the service
required;
b) The ability of the Bidder or his Subcontractor to perform the work or provide the service promptly or
within the time specified, without delay or interference;
c) The character, integrity, reputation, judgment, experience, and efficiency of the Bidder or his
Subcontractor;
d) The quality of performance of previous contracts or services.
18 ANTI -LOBBYING PROVISION
- - 18.1 DURING THE PERIOD BETWEEN BID CLOSE DATE AND THE CONTRACT AWARD,
BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY
DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL
OR CITY STAFF EXCEPT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS,
INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY.
18.2 This provision is not meant to preclude bidders from discussing other matters with City Council members
or City staff. This policy is intended to create a level playing field for all potential bidders, assure that
contract decisions are made in public, and to protect the integrity of the bid process. Violation of this
provision may result in rejection of the bidder's bid.
ITB#08-010•F0.doc 10
ITB # 08-010-FO, Protedve Bunker Gear -Annual Pricing
19 UTILIZATION OF LOCAL BUSINESS RESOt9CE§
19.1 The City desires, as much, as practicable, to stimulate growth in all sectors of the local business
community. Bidders are strongly encouraged to explore and implement methods for the utilization of local
resources.
20 PROTEST
20.1 All protests regarding the bid solicitation process must be submitted in writing to the City Purchasing
Manager within five (5) business days following the opening of bids. This includes all protests relating to
advertising of bid notices, deadlines, bid opening, and all other related procedures under the Local
Government Code, as well as any protest relating to alleged improprieties with the bidding process.
This limitation does not include protests relating to staff recommendations as to award of this bid. Protests
relating to staff recommendations may be directed to the City Manager.
All staff recommendations will be made available for public review prior to consideration by the City
Council as allowed by law.
20.2 FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A WAIVER OF
ANY PROTEST.
21 BIDDING ITEMS WITH RECYCLED CONTENT
21.1 In addressing environmental concerns, the City of Lubbock encourages Bidders to submit bids or alternate
bids containing items with recycled content.
21.2 When submitting bids containing items with recycled content, Bidder shall provide documentation
adequate for the City to verify the recycled content. The City prefers packaging consisting of materials
that are degradable or able to be recycled.
22 CONTRACT TERM AND PRICING
22.1 The contract shall be for a term of one-year, said date of term beginning upon City Council date of formal
approval. The City and Contractor may, upon written mutual consent, extend the contract for two
additional one-year periods. The rates may be adjusted upward or downward at this time at a percentage
not to exceed the effective change in the Consumer Price Index (CPI) or Product Price Index (PPI),
whichever is most appropriate for the specific contract for the previous 12-months. At the City's
discretion, the effective change rate shall be based on either the local or national index average rate for all
items. If agreement cannot be reached, the contract is terminated at the end of the current contract period.
22.2 Listed quantities are estimates only. Actual quantities may vary dependent upon usage/requirement.
The City of Lubbock is aware of the time and effort you expend in preparing and submitting bids to the City. Please let us
know of any bid requirement causing you difficulty in responding to our Invitation to Bid. We want to facilitate your
participation so that all responsible vendors can compete for the City's business. Awards should be made approximately
two to six weeks after the opening date. If you have any questions, please contact the City of Lubbock Purchasing Manager
at (806) 775-2165.
)TB#08.010-FO.doc 11
ITB # 08-010-170, Proteclive Bunker Gear -Annual Pricing
11. GENERAL CONDITIONS
**** PLEASE READ CAREFULLY ****
These General Conditions apply to all bids and become a part of the terms and conditions of any bid submitted. The City
shall mean the City of Lubbock.
1 QMMJities: The quantities appearing in this Invitation to Bid are approximate only and the City reserves the right to
increase, decrease or delete any or all items. If the quantities of materials to be furnished are increased, such increase
shall be paid for according to the unit prices established for the item. In making its bid hereunder, the Seller expressly
recognizes the rights of the City provided herein, and further recognizes that the Seller shall have no claims against the
City for anticipated profits for the quantities called for, diminished or deleted.
Product Guarantee: Seller guarantees equipment or product offered will meet or exceed specifications identified in this
bid invitation. The Seller shall, upon request, replace any equipment or product proved to be defective and make any
and all adjustments necessary without any expense to the City. If at any time, the equipment or product cannot
satisfactorily meet the requirements of the specifications, the Seller shall upon written request from the City, promptly
remove such equipment or product without any further expense to the City. At the City's request, Seller will provide
evidence sufficient to demonstrate such equipment or product meets the foregoing.
Invoices: Seller shall submit separate invoices, in duplicate, on 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, shall be attached to the invoice. Mail to Accounts Payable, City of
Lubbock, P.O. Box 2000, Lubbock, Texas 79457. Payment shall not be due unless and until the Seller shall not be in
default under the terms of the contract, and until the above_ instruments are submitted after delivery. CITY MAY
MAKE PAYMENTS FOR PURCHASES UNDER THIS CONTRACT USING THE CITY'S MASTERCARD
PURCHASING CARD (PCARD). THE SELLER AGREES TO ACCEPT PCARD PAYMENTS WITHOUT ANY
ADDITIONS OR SURCHARGES.
Delivery Delay; When delivery delay can be foreseen, the Seller shall give prior notice to the Purchasing Manager, who
shall have the right to extend the delivery date if reasons for delay appear acceptable. The Seller must keep the
Purchasing Manager informed at all times of the status of the order. Default in any manner under the contract,
including, but not limited to default on promised delivery, without acceptable reasons, or failure to meet specifications
hereunder authorizes the Purchasing Manager to purchase goods elsewhere and charge any increase in cost and
handling to the defaulting Seller, and/or exercise any and all rights available to it by law, equity and/or under the terms
of the contract. Every effort will be made by the Purchasing Office to locate the goods at the same or better price as
than originally contracted.
5 No Warranty By The City Against Infringements: As part of the contract for sale, Seller agrees to ascertain whether
goods manufactured in accordance with the specifications attached to the contract will give rise to the rightful claim of
any ,third person by way of infringement of the like. The City 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 The City be liable to Seller for
indemnification in the event that Seller is sued on the grounds of infringement or the like. If Seller is of the opinion that
an infringement or the like will result, he will notify the City to this effect in writing within two weeks after the signing
of the contract. If the City does not receive notice and is subsequently held liable for the infringement or the like, Seller
will save The City 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.
6 Gratuities: The City may, by written notice to the Seller, cancel the contract or purchase order without liability to Seller
if it is determined by the City 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
toward 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 the Contract is canceled by the City
pursuant to this provision, the City 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 Warranty -Price: a. The price to be paid by the City shall be that contained in Seller's bid which Seller warrants to be no
higher than Seller's current prices on orders by other parties for products of the kind and specification covered by the
contract for similar quantities under similar or like conditions and methods of purchase. In the event Seller breaches
ITUM-010-FO.doc 12
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
this warranty, the prices of the items shall be reduced to the Seller's current prices on orders by other, or in the
alternative. The City may cancel the contract without liability to Seller for breach or Seller's actual expenses. b. The
Seller warrants that no person or selling agency has been employed or retained to solicit or secure the 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 or violation of this warranty the City shall have the right in addition to any other right or rights to cancel the
contract without liability and to deduct from the Contract price, or otherwise recover the full amount of such claimed
commission, percentage, brokerage, or contingent fee.
8 Cancellation: The City 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 and/or files
bankruptcy or has bankruptcy filed against it. Such right to cancellation is in addition to and not in lieu of any other
remedies which the City may have in law, equity or hereunder.
9 Material Safety Data Sheets: Seller shall provide the City of Lubbock with current Material Safety Data Sheets (MSDS)
for each chemical defined as hazardous under the Texas Hazard Communication Act (every chemical bearing any
manner of warning label on the container) to comply with provisions of the Texas Hazard Communication Act, Title 6,
Subchapter D, Chapter 502, Texas Health and Safety Code Ann. (This Act is corollary to OSHA Standard 29 CRF
1910.1200, which is generally known as the Right to Know Law.)
10 Termination: The contract or purchase order may be terminated in whole, or in part by the City. Termination hereunder
shall be effected by the delivery to the Seller of a "Notice of Termination" specifying the extent to which the contract or
purchase order is terminated and the date upon which such termination becomes effective. In the event of said
termination, in whole or in part, provided that Seller shall not be in default under the Contract, the Seller shall be
entitled to payment only for goods actually delivered, and/or services actually performed under and in compliance with
the terms of the contract or purchase order.
11 Force Majeure: Neither patty shall be held responsible for losses or damages hereunder, if the fulfillment of any terms
of provisions of the contract is delayed or prevented by strike, walkouts, acts of God, or public enemy, fire, or flood.
12 Assienment-Delegation: No right or interest in the contract shall be assigned or delegation of any obligation made by
Seller without the written permission of the City. Any attempted assignment or delegation by Seller shall be wholly
void and totally ineffective for all purposes unless made in conformity with this paragraph.
13 Waiver: No claim or right arising out of a breach of the 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.
14 Interpretation -Parole Evidence: This writing, plus any specifications for bids and performance provided by the City in
its advertisement for bids and any other document provided by Seller as part of his bid, is intended by the parties as a
final expression of their agreement and is intended also as a complete and exclusive statement of the terms of their
agreement. Whenever a term defined by the Uniform Commercial Code is used in the contract, the definition contained
in the Code is to control.
15 Applicable Law: The Contract 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 the contract.
16 Right To Assurance: Whenever one party to the 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 this 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.
17 Indemnification: Seller shall indemnify, defend, keep and save harmless the City, its agents, officials and employees,
against all injuries, deaths, loss, damages, claims, patent claims, suits, liabilities, judgments, costs and expenses, which
may in anywise arise or accrue against the City in consequence of the granting of the 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 subcontractor 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
ITBt108-010-FO.doc 13
t �• r
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
or incurred in connection therewith, and, if any judgment shall be rendered against the City in any such action, the
Seller shall, at its own expenses, satisfy discharge the same. Seller expressly understands and agrees that any bond
required by the contract, or otherwise provided by Seller, shall in no way limit the responsibility to indemnify, keep and
save harmless and defend the City as herein provided.
18 Nonappropriation: All fiords for payment by the City under this contract are subject to the availability of an annual
appropriation for this purpose by the City. In the event of nonappropriation of funds by the City Council of the City of
Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination
charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -
current year for the goods or services covered by this contract is spent, whichever event occurs first. If at 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.
19 Time: It is hereby expressly agreed and understood that time is of the essence for the performance of the contract, and
failure by Seller to meet the time specifications of the contract will cause Seller to be in default of the contract.
20 Silence of Specification: The apparent silence of specifications as to any detail, or the apparent omission from it of a
detailed description concerning any point, shall be regarded as meaning that only the best commercial products and
practices are to prevail and that only material and workmanship of the finest quality are to be used. All interpretations
of the specifications in this bid shall be made on the basis of this statement. The items furnished under this contract
shall be new, unused, of the latest product in production to commercial trade, and shall be of the highest quality as to
materials used and workmanship. Manufacturer furnishing these shall be experienced in design and construction of such
items and shall be an established supplier of the item bid.
21 Environmental Stewardship
The City of Lubbock is fully committed to environmental excellence. It is the policy of the City to demonstrate sound
environmental performance by controlling and mitigating the environmental impact of City activities, operations, and
services. This commitment extends to the procurement and contracting process. Contractors and suppliers selected to
provide services and materials to the City are required to uphold an equally high standard. To that end all contractors
and suppliers hired by the City agree to maintain full compliance with any and all applicable environmental regulations.
In addition, contractors and suppliers agree to implement whatever processes and procedures necessary to reduce and
eliminate pollution and wastes and conserve natural resources while under contract with the City. To the greatest extent
possible, while still delivering the highest quality service or material, City contractors and suppliers, as well as any sub-
contractors under their supervision, will:
• minimize waste and pollution generation;
• conserve natural resources and energy;
• minimize the use of hazardous materials by choosing the least toxic - yet effective - materials and
_ - products;
• use the highest available post -consumer content materials and products;
• recycle and/or reuse as much as is possible, waste materials; and
• incorporate into project design energy efficient fixtures, appliances and mechanical equipment.
The City Right to Audit
At any time during the term of this 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 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 full amount of such overpayments within thirty (30) days of such audit
findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due
Contractor.
ITB#08-010-FO.doc 14
r
1TB # 08-010-FO, ProtecUve Bunker Gear -Annual Pricing
SUSPENSION AND DI9J§ARMENT CERTIFICATION
Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or
making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended
or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and
all non -procurement transactions (e.g., sub -awards to sub -recipients).
Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its
principals are not suspended or debarred by a Federal agency.
Before an award of $25,000 or more Can be made to your firm, you must certify that your organization and its principals are
not suspended or debarred by a Federal agency.
I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred
by a Federal agency.
COMPANYNAME: DACO FIRE EQUIPMENT, INC.
Signature of Company Official:
Date Signed: 1 2— 1 1— 0 7
Printed name of company official signing above: G A R R E T T D O B M E I E R
ITBA08-010-FO.doc 16
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
City of Lubbock
Consideration of Location of Bidder's Principal Place of Business
Affidavit of Eligibility
Pursuant to Subchapter Z, Chapter 271, Texas Local Government Code, In purchasing under this title any real property, personal
property that is not affixed to real property, or services, if a municipality receives one or more competitive sealed bids from a bidder
whose principal place of business is in the municipality and whose bid is within five percent of the lowest bid price received by the
municipality from a bidder who is not a resident of the municipality, the municipality may enter into a contract with:
(1) the lowest bidder, or
(2) the bidder whose principal place of business is in the municipality if the governing body of the municipality determines, in
writing, that the local bidder offers the municipality the best combination of contract price and additional economic
development opportunities for the municipality created by the contract award, including the employment of residents of the
municipality and increased tax revenues to the municipality.
This section does not apply to the purchase of telecommunications services or information services, as those terms are defined by 47
U.S.C. Section 153.
In order to receive consideration, bidders must submit this affidavit to:
Marta Alvarez, Purchasing Manager
City of Lubbock
1625 13'b Street, Room 204
Lubbock, TX 79401
Complete all areas below. Incomplete affydavlts may be rejected.
Local Business Name: D A C O FIRE EQUIPMENT, INC.
Local Address (must be within the City limits): 2 0 1'AVE. R LUBBOCK, TX 7 9 4 15
Address of the company's principal place of business within the United States: 2 0 1 AVE. R LUBBOCK, T X 7 0 4 1 5
1. How many residents of the City of Lubbock are employed at the above business location? 4
2. Year your business was established in the City of Lubbock: 1962
3. For transactions that require sales tax, provide the following Reseller information:
Reseller Permit Number: 17527942449
Company Name and Address (as it appears on permit):
DACQ FIRE EQUIPMENT
2nI AVF.- R
LUBBOCK, TX 79415
4. Does your business have more than one office in the State of Texas? Yes X No
If Yes, identify the office location considered as the point -of sale credit for sales tax purposes:
5. Was the local business required to pay business and/or real property tax for the most recent tax year?
X Yes No
If Yes, did the local business pay any of this tax to the City of Lubbock? —X _ Yes No
Under penalty of perjury, the undersigned states that the foregoing statements are true and correct. It is further acknowledged that any
person, firm, corporation or entity inter ' ally submitting false information to the City in an attempt to qualify for eligibility shall be
prohibited from bidding on City ock d services for a period of one (1) year.
Authorized Signature: Date: 1 2— 1 1— 0 7
Printed Name and Title: GARRETT DOBMEIER, SALES
ITB#08.010-FO.doc 17
ITB # 08-010+0, Protective Bunker Gear -Annual Pricing
LIIBB6CK ME DEPARTMENT
SPECIFICATIONS FOR
PROTECTIVE CLOTHING FOR STRUCTURAL FIRE FIGHTING
November 2007
INSTRUCTIONS TO BIDDERS — GENERAL REQUIREMENTS
It shall be each bidder's responsibility to be thoroughly familiar with these specifications before submitting their bid. Any
questions about these specifications must be submitted in wtiting and must be received by the Purchasing Manager no later
than five (5) business days prior to the bid closing date. NOTE: No changes to the specifications will be made unless issued
in writing in the form of an addendum.
The Lubbock Fire Department intends to establish a contract for the purchase of structural fire fighting protective coats and
trousers as well as replacement components (outer shells, thermal liner and moisture barrier assemblies, individual thermal
liners and individual moisture barriers). The contract shall be for twenty-four (24) months, and the department shall have
the option of renewing the contract for up to three (3) additional twelve (12) month periods under the same terms and
conditions, with the exception that renewal terms will incorporate any price increase agreed upon by the City of Lubbock
Purchasing Division and the Lubbock Fire Department. The maximum price increase that will be considered by the City at
renewal shall be limited to that documented by the manufacture's published price list.
The Department ESTIMATES that it will purchase between XX and XX sets of gear during each twelve (12) month period.
Bidders must understand this is only an estimate. Garments will be purchased at the department's discretion on an "as
needed" basis. The actual number of garments purchased may be less than or more than the estimated quantities.
The Department ESTIMATES that it will purchase the same number of replacement thermal barrier and moisture barrier
assemblies as the number of complete garments that are purchased on this contract. Bidders must understand this is only an
estimate. Replacement thermal barrier and moisture barrier assemblies will be purchased at the Department's discretion on
an "as needed" basis. The actual number of replacement thermal liner and moisture barrier assemblies purchased may be
less than or more than the estimated quantities.
The Department may choose to buy individual thermal liners or individual moisture barriers instead of complete thermal
liner/moister barrier assemblies. In this case it will be the manufacture's responsibility to install the individual thermal
liners or moisture barriers into the completed thermal liner/moisture barrier assembly; the Department will then install the
completed assembly into the outer shell. The Department cannot give an estimate of the number of individual thermal liners
or individual moisture barriers it will be purchasing. Individual thermal liners and/or individual moisture barriers will be
purchased on an "as needed" basis.
The Department may also choose to buy replacement outer shells. These replacement outer shells must be fully compatible
with the outer shells that they are replacing. The Department cannot give an estimate of the number of replacement outer
shells it will be purchasing. Replacement outer shells will be purchased on an as needed basis.
The delivery of garments for all orders other than "Rush" orders shall be required within 80 days of the receipt of the order.
The Department shall reserve the right to order up to twenty (20) sets of gear during each contract period on an expedited
(rush) basis. The delivery of garments for all "Rush" orders shall be required within 45 days of the receipt of the order.
There shall be no additional charge or fee for a "Rush" order.
The Lubbock Fire Department will fax each order to the bidder/manufacturer during normal business hours. The date on
the fax confirmation printed by the Fire Department's fax machine shall serve as the documentation for determining
compliance with the delivery requirements. The calendar day immediately following the date of the fax confirmation shall
be the first day of the delivery period. All deliveries shall be made to the Lubbock Fire Department, Fire Administration
Complex, 1515 East Ursuline, Lubbock, TX 79403. Bidders must understand that adherence to the delivery schedule is
essential, and failure to comply with the delivery requirements will result in damage to the City of Lubbock. Therefore, the
successful bidder will pay the City five percent (59/6) of the invoice price of each item received after the specified delivery
time, but within ten calendar days of the specified delivery time. For every calendar day over ten (10) that an item is late,
the bidder will pay the City an additional one percent (1%) of the invoice price. Such sum may be deducted from payments
IT8#08-010-FO.doc 18
ITB # 0"10-FO, Protective Bunker Gear -Annual Pricing
due or payments to become due to the bidder as liquidated damages. Such liquidated damage amounts are not to be
considered a penalty, but shall be deemed taken and treated as reasonable liquidated damages.
The bidder/manufacturer shall send a properly trained representative to measure personnel for each order, or provide
training on the proper measuring method for selected members of the Support Services Division. In either case, the
bidder/manufacturer shall be responsible for fit and shall alter garments as necessary to achieve a proper fit at no charge to
the Lubbock Fire Department. The bidder/manufacturer shall be responsible for all transportation costs incurred.
The bidder/manufacturer shall guarantee that the garments provided meet all of the requirements set forth in these
specifications. Should it be found that the garments do not meet the requirements of these specifications and/or any
alternatives accepted by the Lubbock Fire Department, the bidder/manufacturer shall be required to make any corrections at
no charge to the Lubbock Fire Department. The bidder/manufacturer shall be responsible for all transportation costs
intuited.
The bidder/manufacturer shall provide a limited lifetime warranty against material and workmanship defects in its products
when used by appropriately trained personnel following accepted procedures and when the products' warnings, use and care
instructions have been properly followed. Any defects in material or workmanship shall be corrected/repaired by the
manufacturer at no charge to the Lubbock Fire Department. The bidder/manufacturer shall be responsible for all
transportation costs incurred. Documentation confirming the warranty being provided shall be fuished with the bid.
The bidderlmanufacturer shall provide training for one (1) to three (3) selected members of the Lubbock Fire Department on
the proper care, maintenance and inspection of garments. This should include all necessary information about acceptable
cleaning products and cleaning methods as well as comprehensive instructions on inspecting garments for signs of wear or
damage. This training shall be provided by an employee of the garment manufacturer who is well qualified to provide such
training.
This training may be conducted at the manufacturer's facilities or at the Lubbock Fire Department's facilities. In either
case, all expenses associated with providing this training (including travel, lodging, meals, etc.) shall be the sole
responsibility of the bidder.
NOTE: This training must be provided one time during the initial year of the contract. Any additional training will not be
the responsibility of the bidder/manufacturer.
The bidder/manufacturer shall have an in-house repair facility available to the Lubbock Fire Department for non -warranty
related repairs on a fee per repair basis or have a written agreement with a cleaning and repair service that authorizes the
cleaning and repair service to complete repairs on the manufacturer's garments. If repairs are to be handled by a cleaning
and repair service, documentation confirming the manufacturer's agreement with the cleaning and repair service shall be
furnished with the bid.
NOTE:_ Any cleaning and repair service that is used must be acceptable to both the manufacturer and the Department. If,
for any reason, the manufacturer or the Department objects to using a particular cleaning and repair service, a different
cleaning and repair service must be utilized. The manufacturer shall supply a list of cleaning and repair services that are
authorized to complete their repair work.
The Lubbock Fire Department will not consider "minor" design, style, and construction alternatives to some of these
specifications, however any proposed ALTERNATIVE shall be submitted in writing to the City of Lubbock,
XXXXXXXXXXXXXX, Lubbock, Texas, no later than Month, Day, Year at Time. The envelope containing the alternate
must be identified with the bid number Bid Number and marked "ALTERNATE BID". Each alternative must be clearly
identified and explained. Adequate documentation must be submitted to show that the proposed alternative provides an
equivalent or enhanced level of performance to that specified. The Lubbock Fire Department will decide if an
alternative is acceptable and shaU be the sole judge of which garments and/or alternatives best meet the needs of the
Department. The decision of the Lubbock Fire Department shall be final. If the proposed alternate is deemed
acceptable, an addendum will be issued. If the alternate is rejected, a written letter of explanation will be sent to the vendor.
The Lubbock Fire Department will issue responses by Day. Month, Day Year to the alternates submitted.
ITMOS-010-FO.doc 19
ITB # 06410-FO, Protective Bunker Gear -Annual Pricing
The Lubbock Fire Department may, at their discretion, require the apparent successful bidder to submit a sample coat and
sample trousers manufactured to these specifications within 14-21 working days of notification. The sample will be
inspected for compliance with these specifications, compliance with NFPA standards, and quality of workmanship. The
sample will be disassembled as necessary to facilitate the inspection. If the sample passes inspection, it shall be repaired as
necessary by the bidder/manufacturer at no cost to the Lubbock Fire Department. The sample will then be accepted as the
first item, or items, of the order. If the sample does not pass inspection, the Lubbock Fire Department reserves the right to
return the sample to the manufacturer for corrections or to reject the sample, return it to the manufacturer, and contact the
next apparent best bidder.
NOTE: Should the apparent successful bidder be one with whom the Lubbock Fire Department has no recent experience,
the bidder will be required to submit a sample coat and trousers manufactured to these specifications within 14-21 working
days of notification for inspection. Failure to do so shall disqualify the bidder.
The awarding of this contract will be based on a Best Value Basis. The Lubbock Fire Department will be the sole and final
judge as to what is the best value for the department. The factors that will be taken into consideration when judging the best
value include, but are not limited to, the following items that are listed in order of importance:
1. The design, features, and performance offered for the coat and pants;
2. The cost of each coat, pants and suspenders;
3. The cost of replacement thermal liner and moisture barrier assemblies;
4. The cost of replacement thermal liners and replacement moisture barriers; and,
5. The cost of the options called for in these specifications.
M#08-01040.doc 20
•' y' n
ITS # 08-010-FO, Protective Bunker Gear -Annual Ncing
LUBBOCK FIRE DEPARTMENT
SPECIFICATIONS FOR
PROTECTIVE CLOTHING FOR STRUCTURAL FIRE FIGHTING
GENERAL GARMENT REQUIREMENTS
1-1 The design, materials, workmanship, construction, and performance of these garments shall meet or exceed the requirements
of the most current Edition of NFPA 1971, Standard on Protective Ensemble for Structural Fire Fighting. Should there be a
conflict between the design criteria, performance requirements, materials, or construction methods in these specifications
and the NFPA Standard, the more stringent requirement shall apply.
1-2 The protective garments shall be coats and trousers that have been designed and constructed to provide adequate
coat/trouser overlap of all three layers (outer shell, moisture barrier, and thermal liner) to protect the wearer when bending,
crawling, or stretching as required by the current edition of NFPA 1500, Standard on Fire Department Occupational Safety
and Health Program.
1-3 Garments shall be third party tested, certified, and listed for compliance to the most current Edition of NFPA 1971 by SEI
(Safety Equipment Institute) or UL (Underwriters Laboratories). Documentation from a third party testing/certification
organization confirming that the garments bid are certified and listed shall be furnished with the bid.
1-4 Garments shall be of modular design so thermal liner/moisture barrier assemblies and outer shells of the same size are
interchangeable, allowing a barrier assembly or outer shell to be replaced without replacing the entire garment.
1-5 Neoprene coated needle punch and/or other neoprene -coated materials are not permitted unless called for by these
specifications. Exceptions: Neoprene -coated FR polyester/cotton binding tape may be used. Neoprene may be used to
waterproof the radio pocket. Neoprene may also be used to supplement the waterproofing in the knee area.
1-6 Garment composites (consisting of outer shell, moisture barrier, and thermal liner) shall exhibit a Thermal Protective
Performance (TPP) of not less than 38 when tested in accordance with the most current Edition of NFPA 1971.
Additionally, there shall be a "thermally enhanced zone" that shall have a TPP rating exceeding 38. Documentation
confirming the TPP rating of the garments and the "thermally enhanced zone" shall be provided by the third party
testing/certification organization or the manufacturing mill and furnished with the bid. The "thermally enhanced zone" is
defined in Coat Thermal Reinforced Yoke of these specifications. Garment composites (consisting of outer shell, moisture
barrier, and thermal liner) shall exhibit a Thermal Heat Loss (THL) of not less than 205 when tested in accordance with the
most current Edition of NFPA 1971. Documentation confirming the THL rating of the garments shall be provided by the
third party testing/certification organization or the manufacturing mill and furnished with the bid.
1-7 Nomex thread of a size and type sufficient to meet or exceed the requirements of the most current edition NFPA 1971 shall
be used in the construction of these garments.
1-8 All hook and loop material used in the construction of these garments shall be high quality, heavy duty and fire retardant.
Garments shall be designed, and all hook and loop material installed, in such a manner that the hook and loop is completely
covered when the garments are properly worn during fire fighting operations.
1-9 All stress points such as pockets, flaps, zippers, storm flap, tabs, and other areas requiring reinforcement shall be reinforced
using bar tacks. Rivets shall not be acceptable as reinforcements.
1-10 All hardware attachments (hook and dees, snaps, rivets, etc.) shall be properly reinforced.
IT648-010-FOA= 21
ITB # 06-010-FO, Protective Bunker Gear -Annual Pricing
JANESV Lt,E® V-FOII CETM or EQUAL
PROTECTIVE CLOTHING SPECIFICATION
NFPA 1971, 2007 EDITION
SCOPE: The purpose of the clothing is to provide protection during structural fire fighting operations where there is a threat of
fire or when certain physical hazards are likely to be encountered, such as during non -fire -related rescue operations, emergency
medical operations, and victim extrication.
COMPLIANT EXCEPTION
STANDARDS: All garments prod shall meet or exceed the criteria set forth in the current edition of NFPA 1971
PROTECTIVE CLOTHING FOR STRUCTURAL FIRE FIGHTING, FED -OSHA CFR 1910, Subpart L, OHSA 29 CFR Part
1910.1030 and/or the requirements of CAL -OSHA title 8, Article 10.1, Para. 3406.
All components and composites used in the construction of garments shall be third party tested, certified and listed for
compliance to NFPA 1 71. The label of the third party tester shall denote certification.
COMPLIANT EXCEPTION
The manufacturer shall be registered to the ISO Standard 9001 to assure a satisfactory level of quality. . The manufacturer
shall not sub -contract the sewing of any garment component unless the sub -contractor is also certified to the requirements of
ISO 9001 and has been listed as a sub -contractor.
4COMPLIANT EXCEPTION
COMPOSITE PERFORMANCE: The garment composite, consisting of the outer shell, moisture barrier and thermal liner,
shall provide a Thermal Protective Performance (TPP) of not less than 38 when tested in accordance with NFPA 1971 standard.
COMPLIANT EXCEPTION
The garment composite, consisting of the outer shell, moisture barrier and thermal liner, shall provide a Total Heat Loss (THL)
of not less 205 when tested in accordance with NFPA 1971 standard.
COMPLIANT EXCEPTION
The Heat Transfer Index rating shall be 25 seconds for the shoulder when measured at 2 psi (pounds per square inch) and 25
seconds for the knee when measured at 8 psi.
4COMPLIANT EXCEPTION
SEPARABLE OUTER SHELL MATERIAL: 7.5 oz/sq. yd 60% KEVLAR®/20% NOMEX81IF200/o Zylon® ripstop
weave with water/stain repellent finish. Color shall be dark gold. ADVANCE ULTRArm
COMPLIANT EXCEPTION
SEPARABLE MOISTURE BARRIER MATERIAL: NOMEX substrate laminated to a lightweight breathable,
CROSSTECHO (Type 2C), Teflon® membrane; weighing 5.0 ozJsq. yd.
—X—COMPLIANT EXCEPTION
ITBM-010-FO.doc 22
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing nr
SEPARABLE THERMAL LINER MATERIAL: 3.5 oz./sq. yd. GlideTM (NOMEX(& filament/spun) face cloth quilted to
one layer E-89TM spunlace aramid 85%NOMEX8/15% KEVLAR® weighing approximately 2.3 oz./sq. yd. With a Teflon®
finish. And one layer of apertured (11-13 apertures/sq. inch) E-89TM spunlace aramid 85% NOMEX&15% KEVLAR®
weighing approximately 1.5 ozJsq. yd- With a Teflon® finish. (Total weight +/- 7.3 oz./sq. yd.) 0
ACOMPLIANT EXCEPTION
STRESS POINTS: All outer shell stress points, including top and bottom pocket corners, pocket flap corners, top and bottom
of storm flap/fly shall be reinforced using a 42 stitch minimum bar tack.
�COMPLIANT EXCEPTION
REFLECTIVE TRIM: All trim shall( `be sewn with four rows lockstitch 301, minimum six stitches/inch for most secure trim
attachment. All trim shall be 3" ScotchliteTm lI (triple trim) of red/orange, for Chief Officers, or lime/yellow, for FF, EO, LT,
and CPT
Coat trim shall be applied as follows: Viz-a-V Pattern: One 3" strip shall be set full circumference at the bottom sweep of the
outer shell; one 3" strip shall be set around each sleeve approximately 2" above the cuff, one 3" strip shall be set around each
sleeve just above the elbow; one 3" strip shall be set full circumference at the chest; two 3" V shaped vertical strips shall be set
at an angle from hem trim to back chest trim of the coat. Additional strip shall be set vertical down flap of fallen man harness.
Pant trim shall be applied as follows: One strip set full circumference around the bottom of the cuff 2"/3" from the bottom cuff.
TCOMPLIANT EXCEPTION
SIZES: Coats shall be made available m even chest sizes with corresponding sleeve lengths available in short, regular, and
long. Pant sizes shall be made available in even waist sizes with inseam lengths available in extra short, short, regular and long.
Male and female sizing available.
COMPLIANT EXCEPTION
LABELING: Each garment shall have a garment label(s) permanently and conspicuously attached stating at least the following
language, as well as detailed warning instructions provided by the manufacturer.
Do Not Remove This Label
THIS STRUCTURAL FIREFIGHTING PROTECTIVE GARMENT MEETS THE GARMENT REQUIREMENTS
OF NFPA 1971, 2007 EDITION
MADE IN THE U.S.A.
COMPLIANT EXCEPTION
TRACKING LABEL SYSTEM: There shall be a PDF417, two dimensional bar code label permanently affixed to each
garment for tracking purposes. The bar code shall contain a minimum of the following information:
a. unique serial number
b. item description (brand, model, material color)
C. lot information (date of mfg., size, etc.)
d. material description
e. the standard to which the garment is compliant
The bar code shall be able to withstand customary wash and wear cycles. The PDF417 bar code must incorporate a
minimum of a 30% "error correction" capability.
COMPLIANT EXCEPTION
IT8#08-010-FO.doc 23
:s
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
USER INFORMATION GUIDE: Each garment shall include a User Information Guide with information required by NFPA
1971. This guide shall include:
(a) Pre -use information:
• Safety considerations.
• Limitations of use.
• Garment marking recommendations and restrictions.
• A statement that most performance properties of the garment cannot be tested by the user in the field.
• Warranty information.
(b) Preparation for use:
• Sizingladjustment.
• Recommended storage practices
(c) Inspection:
• Inspection frequency and details.
(d) Don/Doff.
• Donning and doffing procedures.
• Sizing and adjustment procedures.
• Interface issues.
(e) Use:
• Proper use consistent with NFPA 1500, Standard on Fire Department, Occupational Safety and Health Program, and 29
CFR 1910, 132.
(f) Maintenance and Cleaning:
• Cleaning instructions and precautions with a statement advising users not to use garments that are not thoroughly cleaned
and dried.
• Inspection details.
• Maintenance criteria and methods of repair where applicable.
• Decontamination procedures for both chemical and biological contamination.
(g) Retirement and disposal:
• Retirement and disposal criteria and considerations.
(h) Drag Rescue Device (DRD)
• Use, inspection, maintenance, cleaning and retirement of the DRD. ,
COMPLIANT EXCEPTION
WARRANTY: Each garment shall have a limited lifetime warranty against defects in material and workmanship which
should be registered using the internet address on the provided sticker with each garment.
COMPLIANT EXCEPTION
ITB#08.010•FO.doc 24
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
V-FORCETM COAT OR EQUAL
COAT CONSTRUCTION: The coat is designed of a 3-panel construction in all layers of our innovative V-fit design for
optimum comfort and mobility. When measured at the center of the back from the collar seam to the hem bottom, the coat shall
measure - 32", or 35" long. (29" or 32" female) Sleeves shall be of raglan design.
COMPLIANT EXCEPTION
MOISTURE BARRIER/THERMAL LINER CONSTRUCTION: Design shall be compatible with the outer shell so that
the liner does not buckle, pull, or otherwise restrict body motion. The left and right fronts of the moisture barrier/thermal
liner shall be attached to the facings at the front closure of the outer shell. The neck of the moisture barrier/thermal liner
shall be secured to the neck of the outer shell collar such that when donning the coat an arm may not be accidentally caught
between the outer shell and its inner linings along the neck between the armholes. Liner shall have a 4" wide,
CROSSTECH®/NOMEXV pajama check extension sewn the full length of the neck with FR loop 3/4" wide sewn along
entire edge and on both sides at the end. There will also be a 4" wide, piece of Black NOMEXV with a 2" piece of self
material extension sewn the full lend of the neck with FR hook 3/4" wide sewn along the entire edge of the Black
NOMEX® Five female snaps will be spaced along the edge of the self material for attachment to the outer collar.
COMPLIANT EXCEPTION
The liner shall have one (1) 8.5" x 8.5" internal pocket which shall be made of black outer shell material. The liner pocket
shall be located on the left side of coat liner.
Quilt Thermal Liner Construction: The CROSSTECH&NOMEX0 pajama check moisture barrier shall be completely
sevarable from the thermal liner at its perimeter by,means of hook and loop and snaps. This allows for total inspection of the
moisture barrier and the replacement of only one component as needed without the expense of having to replace the entire liner
system. All moisture barrier seams shall be sealed as required by NFPA 1971. The moisture barrier/thermal liner shall finish
no more than 1" from the cuffs and 2" from the hem.
COMPLIANT EXCEPTION
MOISTURE BARRIERIMRMAL LINER ATTACEMENT: Completely Removable: The moisture barrier/thermal
liner shall be completely detachable from the outer shell for ease of cleaning by the use of hook and loop, zippers, and snaps.
There shall be a brass zipper and two snaps down each front facing, hook and loop shall also be located around the entire
neck opening. In addition, there will be a snap for alignment along the bottom of the liner, and one snap and hook and loop
at each sleeve end.
4— COMPLIANT
EXCEPTION
COLLAR: The collar shall be of three piece contoured 4-layer configuration such that when the collar is raised it shall remain
standing while providing continuous thermal and moisture protection around the neck and face. To ensure this protection, the
two layers of outer shell collar shall be fully lined with one layer of Gore RT7100TM PTFE moisture barrier material and two
layers of 1.5 oz. apertured E-89TM thermal liner. The collar shall provide proper interface with liner to insure no moisture
penetration through the collar seam to inside of coat.
The collar shall be contoured and shall completely cover the neck and throat area when in the raised position. Raised height
shall be approximately three inches with a contoured overlap at the front of the coat. Collar closure shall be provided by FR
hook and loop 1.5" x 4", with hook portion sewn on right side of collar, and loop portion sewn on left, set horizontal. Collar
shall be of such design so as not to interfere with SCBA facemasks, nor helmet. Collar shall close from right to left.
113M-010-170.duc 25
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
When examined prior to donning, the turned -up collar shall completely wrap around the front of the neck opening such that left
and right collars touch or overlap to maximize facial protection.
The three piece contoured 4-layer collar shall be sewn with a pleat on the innermost layer. Pleat shall have 3/4" FR book sewn
on the underside to engage the moisture barrier extension on the liner.
COMPLIANT EXCEPTION
THROAT STRAP: The throat strap shall be of 4-layer configuration providing continuous thermal and moisture protection
around the neck and face. The throat strap shall be mounted to the outer shell collar to ensure that when the coat is closed
and the collar is raised, the throat strap shall prevent any opening between the left and right collar. To ensure this
protection, the inside of the throat strap shall be fully lined with one layer of Gore RT7100TM PTFE moisture barrier
material and two layers of 1.5oz apertured E-89Tm thermal liner. The outer most layer of the throat strap shall be outer shell
material. The innermost layer facing the wearer's body shall be outer shell fabric.
The throat strap shall be mounted to the outer shell collar 3.5" back from the collar facing and shall be not less than I I"
long and 4" wide, contour shaped to be compatible with the SCBA facemask and secured in the stowed position with 2"x 2"
FR loop on the right outside of the collar. 2" x 2" FR hook shall be sewn to the end of the throat strap and 2"x 3"
corresponding FR loop shall be sewn to the outer shell material on the left side of the collar to provide maximum adjustment
when wearing an SCBA breathing apparatus mask. The throat strap will close from the right to the left.
COMPLIANT EXCEPTION
DRAG RESCUE DEVICE (DRD): The Fire Fighter Recovery HarnessTM shall be constructed of a one and one-half inch
wide KEVLAR8_ strap that shall be installed between the outer shell and the thermal liner. This harness shall have a hand
loop (16" in circumference) that exits the outer shell through a 2" polymer coated aramid reinforced slot on the back of the
coat just below the collar and is held in place by means of a piece of 1.5" x 2" hook on the strap and a piece of 1" x 2" loop
attached to the outer shell. This strap is then secured under a 2.25" x 5.25" flap that is sewn in at the neck /collar area. Two
pieces 1" x 2" loop shall be set vertically on shell to align with two pieces of 1" x 2" hook set vertically to the underside of
the flap. The harness is also held in proper alignment by means of a 2" x 2" piece of loop placed on the inside of the outer
shell just above the chest trim that corresponds to a piece of LYN 2" hook located on the harness. Two 1" x 3.5" self -fabric
straps with 1" x 2" hook on one end and 1" x 2" loop on other end shall be set to coat in the shoulder cap area to keep straps
in proper position for use.
PURPOSE OF THE HARNESS
Fire Fighter Recovery Harness (Harness) provides mechanical leverage for dragging a downed and incapacitated structural
firefighter from a life-threatenm environment. The design of the Harness enables the rescuer to drag the downed firefighter
in line with the axis of the firefighter's skeletal frame, in order to decrease the risk of further injury. This product is only for
structural firefighting operations.
- COMPLIANT EXCEPTION
HANGER LOOP: An external hanger loop constructed of a double layer of outer shell material and reinforced with two 42-
stitch bartacks shall be provided on the outside of the coat at the collar seam. It shall be designed to provide long service and
shall not tear or separate from the coat when the coat is hung by the hanger loop, loaded evenly with a weight of 80 lbs. and
allowed to hang for one minute.
COMPLIANT EXCEPTION
THERMAL REINFORCED YOKE: A layer of Semper Dri (3.0 oz./sq. yd. Teflon® treated Chambray (NOMEX® spun)
face cloth quilted to one layer E-89TM spunlace aramid 850/oNOMEXO/15% KEVLAR® weighing approximately 2.3 oz./sq.
yd. with a Teflon® finish and one layer of apertured (11-13 apertures/sq. inch) E-89T 4 spunlace aramid 85% NOMEX0/15%
KEVLAR® weighing approximately 1.5 oz./sq. yd. with a Teflon® finish (total weight+/- 6.8 oz./sq. yd.)) shall be positioned
between the moisture barrier and thermal liner for extra thermal protection in a high heat and compression area of the coat. It
shall be sewn to the inside of the upper back portion and raglan sleeve of the thermal liner across the upper back and shoulder
for approximately 7".
COMPLIANT EXCEPTION
IT131108.01040.doc 26
lTB # 08-010-FO, Protective Bunker Gear -Annual Pricing
SHOULDER CAPS: A 4" wide area at the top of the shoulders extending 6" from the collar seam shall be capped with outer
shell material for abrasion resistance and thermal protection.
COMPLIANT EXCEPTION
V-FI Trm ELBOW: The sleeve shall have an insert throughout all layers that shall provide a natural bend in the sleeve. This
elbow shall include cut outs, shaped pieces, and darts to create free movement with few restrictions.
The insert shall consist of polymer coated aramid, gold in color, for abrasion resistance and thermal protection
COMPLIANT EXCEPTION
SLEEVE WELL/WRISTLET MOUNTING: A combination Semper Dd`rM (3.0 ozJsq. yd. Teflon® treated Chambray
(NOMEX® spun) face cloth quilted to one layer E-89TM spunlace aramid 85%NOMEX0/15% KEVLAR® weighing
approximately 2.3 oz./sq. yd. with a Teflon® finish and one layer of apertured (11-13 apertures/sq. inch) E-89T9 spunlace
aramid 85%NOMEXV/15% KEVLAR® weighing approximately 1.5 oz./sq. yd. with a Teflon? finish. (Total weight +/- 6.8
oz./sq. yd.)). One layer of breathable CROSSTECHO (Type 2C) moisture barrier leader shall be sewn no more than 1" back
from the combination liner sleeve end to form a sleeve well. One male snap and one .75"wide strip of FR loop shall be sewn full
circumference to the end of the thermal liner/CROSSTECHO (Type 2C) moisture barrier leader to help secure the combination
liner to the outer shell. This sleeve well shall prevent water and hazardous materials from entering the sleeve when arms are in
a raised position.
The combination liner sleeve ends shall be inserted into the outer shell sleeve ends by means of lining up the male snap then
attaching the FR loop fastener of the combination liner sleeve end with the female snap and FR hook fastener of the outer shell
cuff. This method of combination liner attachment shall prevent any gaps from occurring between the combination liner and
sleeve well during a full range of motion. The combination liner shall extend to within 1 " of the sleeve end.
4—COMPLLkNT EXCEPTION
WRISTLETS: An internal wristlet shall consist of a 2-ply KEVLAR0 / NOMEX® / Spandex® construction knitted not less
than 8" extending completely over the palm with a thumbhole preventing the wristlet from sliding back. Wristlets shall be
double stitched and bound to the moisture barrier/thermal liner providing extended thermal and slash protection.
COMPLIANT EXCEPTION
CUFFS: The extended cuff of the sleeve shall be reinforced with a binding of outer shell material not less than 3" in total width
for abrasion resistance and thermal protection. One leather tab with female snap fastener shall be set in the cuffto attach outer
shell to liner.
COMPLIANT EXCEPTION
THERMAL FRONT PANEL CONSTRUCTION: There shall be continuous thermal and moisture protection around the
entire torso including the storm flap. To ensure this protection, as well as reduce potential for wicking moisture to inside of
liner, both right and left inside front facings of the coat outer shell shall incorporate outer shell fabric extending from collar to
hem.
COMPLIANT EXCEPTION
COAT FRONT CLOSURE DESIGN: The complete outer shell coat front closure design shall consist of a FRONT
CLOSURE SYSTEM completely protected by an OUTSIDE STORM FLAP which shall have its own, independent STORM
FLAP CLOSURE SYSTEM.
COMPLIANT EXCEPTION
lTB#08-010-FO.doc 27
ITB # 08-010-FO, Protective Bunker Gear -Annual Prl,-jN
STORM FLAP: A storm flap measuring not less than 2.5" wide, nor less than 22" in length shall be set on the outside of the
right side of the coat opening for maximum thermal protection and clear drainage. The inner lining of the storm flap shall be
Gore RT7100TM PTFE moisture barrier meeting all requirements for moisture barriers sandwiched between two layers of outer
shell fabric.
_$_COMPLLkNT EXCEPTION
FRONT/STORM FLAP CLOSURES: The front closure shall consist of a #9 brass zipper with a 1 3/4" polymer coated
aramid tab added to left bottom for fast closure and exit. The storm flap closure shall consist of V wide FR hook and loop
attachment with FR hook fastener sewn on the left front of the coat, and corresponding FR loop fastener sewn on the inner side
of the outer storm flap. The hook and loop closure shall extend the full length of the outer storm flap eliminating all exposed
frontal hardware.
--X—COMPLIANT EXCEPTION
FLASHLIGHT ATTACHMENT: There shall be (1) 5"x3"1-laver self -fabric patch attached to coat on the RIGHT chest
at the same height as the radio pocket. A utility snap hook shall be attached to a 5"0" 1-laver self -fabric patch. Utility snag
shall be securely riveted with (,33) leather reinforced rivets.
A 1" x 2.5" triple layer self fabric strap shall be bartacked on each end and to be centered between the utili snap and the
flashlight tie two strap.
FLASHLIGHT STRAP: lx10" 2 layers self fabric flashlight strap X-stitched to shell with 1 piece lx3" hook & 1 female
logo on one end, 1 piece lx3" loop & 1 male snap on opposite end. Shall be located on right chest 4" down from the
bottom of the M7003 utility snap hook
COMPLIANT EXCEPTION
RADIO POCKET: One 4" wide x 8" deep full bellows radio pocket that expands by means of side and front gussets to a
thickness of 2" in front and back shall be located on LEFT chest.. Pocket and flap shall be set with stitch 301, seam Ssb-2
with the top and bottom pocket comers and top corners of flap reinforced with a minimum 42-stitch bar tack. A brass eyelet
shall provide drainage of moisture.
Pocket flaps shall be 4.5"x 5". Pocket shall be fully lined all 3 sides inside pocket with polycotton lining. Pocket flap shall
- close to the pocket top using 1 piece of 1 "x 2" loop on pocket horizontally and 1 piece of 1 "x 2" hook on flap vertically.
MIC TAB: There shall be a 1" X 3" triple layer self -fabric mic tab attached with bar tacks on each side. Bar tacks shall be
a minimum 42-stitch bar tack shall be located on the left chest above radio pocket
IX —COMPLIANT EXCEPTION
IDENTIFICATION PATCHE: There shall be (1) 1" x 5" self fabric letter patch with Velcro attachment located on the
radio pocket flap. Using black thread fire fighter's name shall be spelled using 1" initial last name in %" block letters.
COMPLIANT EXCEPTION
ITW8-010-FO.doc 28
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
EMBLEMS:
There shall be a 2.5"x 4.25" American Flag patch, with stars in the upper left comer, sewn to the coat RIGHT sleeve.
There shall be a 2.5" x 4.25" Texas State Flag emblem sewn to the coat LEFT sleeve.
COMPLIANT EXCEPTION
NAME LETTERING PATCHES: There shall be (1) 5"xl5" contoured I -layer self -fabric one -line Letter Patch attached
to hang from back hem. There shall be (1) male snap at each top corner of hanging letter patch (total of 2 male snaps) and
(2) female non -logo snaps on the inside of the shell to align with the male snaps. Hook & loop shall also be used to attach
patch to coat.
There shall be 2" lime yellow sew -on Scotchlite letters, sewn on the patch spelling the fire fighter's name using 1" initial
and last name for all fire fighters, equipment operators, lieutenants, and captains.
There shall be 2" red orange sew -on Scotchlite letters, sewn on the patch spelling the fire fighters name using 1 ' initial and
last name for all chiefs.
4-COMPLIANT EXCEPTION
TURN -OUT POCKETS: Two 9" x 9" Semi -bellow and handwarmer pocket combination that expands by means of side
and bottom gussets to a thickness of 2" in back only and 0" in front. The pocket shall be set at the bottom of the coat hem
and reflective trim shall be set on each pocket.
There shall be a 6" opening on the rear side of the bellow of the pocket Pocket shall be lined inside with Semper DriTM
thermal liner material and have a KEVLAR® twill backer.
Pocket and flap shall be set with stitch 301, seam Ssb-2 with each corner of pocket opening and top corners of flap
reinforced with bar tacks for additional strength. Drainage of moisture to be provided by brass eyelets.
Each pocket flap shall measure 10" wide by 3" high in front and 5" high in rear. Each flap shall incorporate a I" by 2"
polymer coated aramid pull tab for easy opening. The corner under this tab shall be reinforced with two layers of Lite-N-
DriTM for stability.
A hook and loop closure system shall be set with two pieces of 1.5" x 3" loop fastener set horizontally on the outside edge
of the pocket opening with corresponding 1.5" x 3" hook fastener set vertically on the underside of the flap.
COMPLIANT
EXCEPTION
ITEM-010-FO.doc 29
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
V-FORCETm HIGH -BACK PANT OR EQUAL
PANT CONSTRUCTION: The pant shall have a low rise waist V-FitTM design with five inch high back panel with hook and
loop for support panel of Lion V-Back suspenders (required with these pants).
COMPLIANT EXCEPTION
EXTENDED BACK PANEL: A back panel shall be constructed of two layers of outer shell material, one middle layer of
moisture barrier material and one layer of thermal liner material. One piece self fabric flap 9" wide x 5" high with 9" x 5" hook
to attach suspenders. This panel shall be stitched to the perimeter of the outer shell and shall measure 10" across the top,19"
across the bottom (being graded for waist size), and extend 5" above the pant waist with 9" x 5" loop. See V-BackT'a suspender
specification. ).
4—COMPLIANT EXCEPTION
SEPARABLE MOISTURE BARRIER1THERMAL LINER CONSTRUCTION: Design shall be compatible with the
outer shell so that the liner does not buckle, pull, or otherwise restrict body motion. To deter the wicking of moisture up the
thermal liner leg the bottom nine inches of each thermal leg shall be constructed of Semper Dri (3.0 ozJsq. yd. Teflon® treated
Chambray (NOMEX® spun) face cloth quilted to one layer E-89rm spunlace aramid 85%NOM[EX®/15% KEVLAR®
weighing approximately 2.3 ozJsq. yd. with a Teflon® finish and one layer of apertured (11-13 apertures/sq. inch) E-89TM
spunlace aramid 85% NOMEX8/15% KEVLARV weighing approximately 1.5 oz./sq. yd. with a Teflon® finish. (Total
weight +/- 6.8 oz./sq. yd.)). The waist of the moisture barrier/thermal liner shall be secured to the waist of the outer shell such
that when donning the pant a leg may not be accidentally caught between the outer shell and its inner linings along the waist and
between the legs of the pant. For added thermal protection to the knee, an additional layer of 1/8" thick, fire retardant closed -
cell foam shall be positioned between the moisture barrier and thermal liner at the knee.
Quilt Thermal Liner Construction: The CROSSTECH®/NOMEX® pajama check moisture barrier shall be completely
separable from the thermal liner at its perimeter by means of hook and loop. In addition there shall be snaps along the waist
and bottom leg opening for alignment. This allows for total inspection of the moisture barrier and the replacement of only one
component as needed without the expense of having to replace the entire liner system. All moisture barrier seams shall be sealed
as required by NFPA 1971. The moisture barrier/thermal liner shall finish no more than 3" from the cuffs.
COMPLIANT EXCEPTION
MOISTURE BARRIEPUTHERMAL LINER ATTACHMENT: Completely Removable: The moisture barrier/thermal
liner shall be completely detachable from the outer shell for ease of cleaning by using snaps and hook and loop. Eight evenly
spaced snaps shall secure the liner to the integral waistband; two snaps shall be set in leather leg tabs at each leg end and hook
and loop on each side of fly facing,
—4—COMPLIANT EXCEPTION
STORM FLY/CLOSURE: The outer shell shall have a sewn on overlapping fly front running the full length of the fly on the
left side. The flap shall not be less than 2.5" wide at the waistband. The bottom of the fly shall be reinforced with a 42 stitch
bartack.
The storm fly shall be held closed along its length by means of a hook and loop fastener closure 1.5" minimum width, along the
leading edge for a distance of not less than 6" from the bottom of the fly closure to the waist area for proper alignment and
secure closure. Additionally, (1) snap shall be positioned at the inside top of the fly. Pant closure shall be provided, by #9 brass
zipper.
The storm fly shall be outer shell material, lined with a 4." strip of CROSSTECHO (Type 2C) moisture barrier material and
Semper Dri TMto prevent wicking.
IT11#08-010-FO.doc 30
ITB # 0"10-FO, Protective Bunker Gear -Annual Pricing
TAKE UP STRAP: There shall be a hook and dee ring shall be used for a quick one -motion closure. The hook shall be 2.5"
in length, made of a zinc non-ferrous metal alloy and weigh 1.2 oz. +5%. It shall be securely fastened to the pant by means of a
5/8" wide, treated leather take-up strap looped through the rear of the buckle and triple riveted to the pant shell. The dee shall
be made of a non-ferrous metal alloy 2" long x 1 1/16" wide and riveted to the fly flap with two rivets.
-Y-COMPLLANT EXCEPTION
THERMAL FLY ASSEMBLY: A 3/4" wide x 9" long loop fastener shall be sewn to the moisture barrier/thermal liner to
engage corresponding hook fastener on the underside of the outside storm By and facing.
COMPLIANT EXCEPTION
WAISTBAND: The waist of the pants shall be reinforced on the inside with 1- ply of outer shell material not less than 1.5" in
width. The pant waist shall be contour shaped for better comfort and hemmed to provide strength with the independent
waistband, which shall then be double stitched to the outer shell.
Two-2" wide self -material suspender tabs with snaps shall be attached to waist front for suspender attachment
COMPLIANT EXCEPTION
EXTERNAL TAKE-UPS: Two waist straps shall be sewn and bar tacked 1" down from the top of the waistband. One strap
shall be installed on the right side and one on the left side and constructed of one piece of shell material folded to two layers and
sewn to form a 1/2" wide strap. The back strap shall be a minimum of 8'/a" in length and shall be affixed to the pant by means
of two bartacks approximately 1/2" apart. The front take-up strap shall have a 5/8" nickel plated postman style slide buckle
which shall be threaded through the six inch in length strap folded to form two layers and affixed by means of two bartacks 1/2"
apart. The strap is sewn to form an attachment strap approximately three inches in length designed for quick take-up
adjustment.
](_COMPLIANT EXCEPTION
V-FMm KNEE: The knee shall have an insert throughout all layers that shall provide a natural bend in the leg. This knee
shall include cut outs, shaped pieces, and darts to create free movement with few restrictions. The insert shall consist of gold
polymer coated aramid for abrasion resistance and thermal protection. For added thermal protection, an additional layer of 1/8"
thick, fire retardant closed -cell foam shall be positioned between the moisture barrier and thermal liner.
In addition to reinforcement, knees shall be padded using 1/8" thick, fire retardant closed -cell foam This reinforcement
material shall be oriented between the outer shell and knee insert reinforcement..
COMPLIANT
EXCEPTION
CUFFS: The cuff area of the pant shall be reinforced with a binding ofpolymer coated KEVLARV (Gold) not less than 2" in
total width for greater strength, abrasion resistance, and thermal protection.
COMPLIANT EXCEPTION
BOOT CUT CUFF: The back portion of the cuff will gradually curve upward from each side seam to a maximum of 2" at the
center back of the pant leg to prevent wear on the back of the cuff
4COMPLIANT EXCEPTION
LEG TABS: 2 Leather leg tabs 3/4" wide x 13/4" long with female snaps. Bartacked 2" up from bottom edge on inside. (1 on
inseam 1 on outseam)
COMPLIANT EXCEPTION
RECORDS ID POCKET: There shall be (1) 3.5x5.5" black outer shell liner pocket with flap, 2 pieces lx1" loop on pocket
corners and 2 pieces lx1 hook on flap corners sewn to the inside of of the thermal liner on the right side.
/X COMPLIANT
EXCEPTION
ITB#08.010-Fo.doc 31
ITB # 08-010-F0, Protective Bunker Gear -Annual Pricing
TURN OUT POCKETS: Right thigh tool pocket. One 9" wide x 10" high, deep outside full bellows pockets that expand by
means of side and bottom gussets to a thickness of 2" in front and back
Pockets shall be fully lined with KEVLARV twill on all 4 sides inside of pocket, (2) layers self -fabric on shell inside pocket.
First layer 6.5" high, second layer 4.5" high. Both layers stitched in 3" increments to create (6) tool compartments.
Pocket and flap shall be set with stitch 301, seam Ssb-2 with the top and bottom pocket corners and top corners of flap
reinforced with bar tacks for additional strength. Drainage of moisture to be provided by brass eyelets.
Pocket flaps shall be 5" x 10". A hook and loop fastener closure system shall be set with 2" x 9" loop fastener horizontally on
the pocket and (3) pieces of 1.5" x 3" hook fastener vertically on the underside of the flap.
Left thigh split bellow. One 10" wide x 10" deep outside full bellows pockets that expand by means of side and bottom gussets
to a thickness of 2" in front and back Pocket shall be split 6" front and 4" back inside pocket with a KEVLAR® twill divider.
Pockets shall be fully lined all 3 sides inside pocket with Kevlar® twill. Pockets and flaps shall be set with stitch 301, seam Ssb-
2 with the top and bottom pocket corners and top corners of flap reinforced with bar tacks for additional strength. Drainage of
moisture to be provided by brass eyelets.
Pocket flaps shall be 11 "x 5. A hook and loop fastener closure system shall be set with 1.5" x 10" loop fastener horizontally on
the pocket and (2) pieces of 1.5" x 2.7 " hook fastener set vertically on the underside of the flap.
COMPLIANT EXCEPTION
rrB#08-010-F0.doc 32
ITB # 08 -010-FO, Protective Bunker Gear -Annual Pricing
MASTER SPECIFICATIONS
V-BACKrm QUICK ADJUST H-BACK SUSPENDERS WITH SNAP TAB ATTACHMENTS
MODEL NO SR840-00(SR836-00, SR845-00)
SCOPE
A highly engineered 40" red suspender designed for greater range of mobility and reduced stress allowing for three points of
attachment to V-Force'rm Highback pants with hook and loop in back and snap attachment in front.
DESIGN
Two 12" front pull straps shall be constructed as follows: 2" wide elastic polyester webbing shall be fed through 2" metal
loops and secured with a two -needle lock -stitch at one end. A black military finish steel double dee ring shall be fed through
the webbing. The other end of the webbing shall be fed through a 2" wide thermo-plastic dee ring and secured with a two -
needle lock -stitch. The dee ring shall function as a pull strap for easily adjusting the suspenders for proper fit.
Two 1" shoulder straps shall be constructed as follows: 2" wide elastic polyester webbing shall be fed through the top
half of the steel double dee ring and secured with a two -needle lock -stitch. The top of each strap shall be secured to the V-
shaped shoulder pad with two -needle lock -stitch and one 42-stitch bartack. Two 6" back straps made of 2" wide elastic
webbing shall be joined with box and x-stitch at the bottom of each V-shaped shoulder pad. The end of each back strap
shall be single -needle lock -stitch to a 8" wide by 4" high hook and loop panel for securing to V-Force back panel.
V-SHAPED SHOULDER PADS
Shoulder pads shall be constructed of two layers of 1/8" thick, fire retardant closed -cell foam encapsulated in 7.5 oz. Black
NOMEX®. Each shoulder pad shall be 3" wide and 15" long ending in a 5" high back reinforcement pad. Each shoulder
pad shall have an embroidered Lion Head Logo.
LIFETIME WARRANTY
All products shall be warranted against defects in materials and workmanship for the useful life of the product.
--4—COMPLLA,NT EXCEPTION
8 — BIDDER QUESTIONNAIRE
8-1 The bidder questionnaire that accompanies these specifications must be completed in full and returned with your bid for
your bid to be considered.
8-2 Bidders are encouraged to bid an optional (defined as Option 1 on the bid form) thermal liner material. This Option 1
material is to be constructed of Glide 11, with an approximate finish weight of 7.0 oz. per sq. yd. It will have two (2) layers
of E-89 substrate with an approximate weight of 1.5 oz. per sq. yd., and 1.5 oz. per sq. yd. each. The substrates will be
quilted to a slick Nomex twill facecloth constructed from filament and spun yarns.
rrM8-010-FO.doc 33
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
BIDDER QUESTIONNAIRE
Protective clothing dealer: DACO FIRE EQUIPMENT, INC.
Dealer's telephone number and contact person: G A R R E T T D O B M E I E R 8 0 6— 7 6 3— 0 8 0 8
Protective clothing manufacturer:
LION APPAREL
Manufacturer's telephone number and contact person: 8 0 0 — 5 4 8 — 6 614
JERRY LORAN, REGIONAL SALES MANAGER 360-829-1476
Protective clothing model bid: JANESVILLE V—FORCE COAT AND HIGHBACK PANT
Name of third party testing/certification organization:
UNDERWRITERS LABORATORIES, INC.
(Documentation from the third party testing/certification organization confirming that the garments bid are certified and listed must
be attached to this questionnaire.)
Describe the warranty claim process:
CONTACT DACO FIRE EQUIPMENT WITH PRORLEM, STTPPLYING THE RE04, XAG bIAME,
ADDRESS TO PICK GEAR UP AT. DACO )I-TAINS A RA NUMBER AND ARRANGES FOR
LION APPAREL TO PICK GEAR UP. GEAR IS SENT TO TOTAL CARE FACILITY FOR REPA
What is the "typical" length of time in calendar days for a warranty repair? 10 — 14 DAYS
(From when the garment is received at the repair facility until it is returned to Lubbock.)
Does the manufacturer have an in-house repair facility available to the Lubbock Fire Department for non -warranty related repairs?
Yes R No
Describe the non -warranty repair process: C O N T A C T D A C 0 F I R E E Q U I P M E N T
What is the "typical" length of time in calendar days for a non -warranty repair? 1 0 — 14 DAYS
(From when the garment is received at the repair facility until it is returned to Lubbock.)
OUTER SHELL MATERIAL
The outer shell material is manufactured by S O U T H E R N M I L L S ; it is marketed as
A Tn v A N r F TT T. T R A The fabric weight is 7 • 5 oz. per sq. yd., and the water/stain treatment
utilized is SUPER SHEELTITE
ENSEMBLE WITH THE STANDARD THERMAL LINER
ITBN8.010+0.d0c 34
ITB # 08-010-F0, Protective Bunker Gear -Annual Pricing
Weight of coat bid: TO BE DETERMINED
Weight of trousers bid: TO BE DETERMINED
TPP of the body of the coat bid: 4 1 . 7 TPP of trousers bid: L. 1 . 7
(Documentation from the third party testing/certification organization or mill, confirming the TPP rating must be attached to this
questionnaire.)
THL of coat bid: 2 6,9 .2 1 THL of trousers bid: 2 6 8. 2 1
Note: THL values for coat and pants are requested (if available) for information purposes only. This data is not required to satisfy
the requirements of these specifications. However, THL values must meet minimum requirements of the most current Edition of
NFPA 1971.
TPP of coat in the area as defined in Coat Thermal Yoke Reinforcement: G R F A T F. R T H A N 4 1 . 7
(Documentation from the third party testing/certification organization or mill, confirming the TPP rating, must be attached to this
questionnaire.)
Does the manufacturer have a written agreement with cleaning and repair service authorizing them to complete repairs on the
manufacturer's garments? Yes X No
(If yes, documentation confirming the manufacturer agreement with the cleaning and repair service must be attached to this
questionnaire.) Please list all cleaning and repair services that the manufacturer has a written agreement with.
List of Repair/Cleaning Services authorized to conduct repairs for the manufacturer:
1. Name of Service: LION TOTAL CARE — DALLAS CENTER
Address: 2025 IRVING BLVD. , SUITE 204
City: DALLAS , State: TX Zip/Postal Code: 75207
Phone Number: 866-742-6 1 56
2. Name of Service: LION TOTAL CARE — HOUSTON CENTER
Address: 8484 GULF FREEWAY
City: HOUSTON , State: TX Zip/Postal Code: 7 7 0 1 7
Phone Number: 800-253-2690
3. Name of Service: LION TOTAL CARE — HOUSTON CENTER
6000 BERRY BROOK
.................... ..
Address:
City: HOUSTON State: T X Zip/Postal Code: 7 7 0 17
Phone Number. 9 Q O— 3 9 1— 8 0 0 3
4. Name of Service:
Address:
City:
Phone Number:
Questionnaire Completed and Submitted by -
State: Zip/Postal Code:
(Name of company)
(Print Name and Title)
(Signature)
lT8t108-010-F0.doc 35
Resolution No. 2008—R0013
ITB * 08-010-FO, Protective Bunker Gear -Annual Pricing
THIS BID FORM MUST BE THE LAST PAGE OF YOUR ORIGINAL BID AND COPY!
BID FORM
CITY OF LUBBOCK, BID #XXXXXXX
PROTECTIVE CLOTHING FOR STRUCTURAL FIRE FIGHTING
Note: All prices quoted must be freight on board (F.O.B.); no additional shipping charges will be paid.
DESCRIPTION
Protective Coat (Each)
Protective Trousers (Each)
Total (Per Set)
Replacement Thermal Barrier/Moisture Barrier Assembly
Coat (Each) Installed by Lubbock Fire Department
Pants (Each) Installed by Lubbock Fire Department
Replacement Thermal Barrier
Coat (Each) Installed by Lubbock Fire Department
Pants (Each) Installed by Lubbock Fire Department
Replacement Moisture Barrier
Coat (Each) Installed by Lubbock Fire Department
Pants (Each) Installed by Lubbock Fire Department
PRICE WITH OPTION
$ 1,069.00 $
$ 688.00 $
$ 1,757.00 $
$ 405.00 $
S 309.00 $
$ 141.00 $
$ 113.00 $
$ 262 00 $
$ 195 on $.
The undersigned hereby certifies that he/she understands the specifications has read the document in its entirety, and that the bid
prices contained in this bid have been carefully reviewed and are submitte3 as correct and final. Bidder further certifies and agrees
to fiirntsh any or all products/services upon which prices are extended at the price offered and upon conditions contained in the
specifications of the Invitation to Bid.
Bidder further declares and affirms that no person or officer in this Sole Proprietorship, Partnership, Corporation or Board has or will
have during the term of this contract a Prohibited Interest as defined in the City Charter Section XXXXX and the City's Code of
Conduct.
Bidder further understands and acknowledges that the existence of a Prohibited Interest at any time during the term of this contract
will render the contract null and void.
ITBM-010-FO.doc 36
ITB # 08-010-FO, Protective Bunker Gear -Annual Pricing
The following information must be filled out in its entirety for your bid to be considered:
COMPANYNAME: DACO FIRE EQUIPMENT, INC.
ADDRESS OF PRINCIPAL PLACE OF BUSINESS: 2 0 1 AVE-. R
LUBBOCK, TX 79415
PHONE/FAX OF PRINCIPAL PLACE OF BUSINESS: 8 0 6- 7 6 3- 0 8 0 8 / 8 0 6- 7 6 3- Q 1 5 1
ADDRESS, PHONE/FAX NUMBER OF MAJORITY
OWNER PRINCIPAL PLACE OF BUSINESS: SAME
ATIVE: GARRETT DOBMEIER, SALES
(Please Print Name/Title)
12-11-07
(Signature) (Date)
Acknowledgement of Addenda: 1 2 3 4 5
ITUM-010-FO.doc 37
Y CITY OF LUBBOCK
t 0
11PURCHASE ORDER
TcQACO FIRE SAFETY EQUIPMENT
PO BOX 5006
LUBBOCK TX 79408 5006
Page 1
Date - 2/11/08
Order No. 325110 000 OP
Brn/Plt 3511
SHIP TO:
CITY OF LUBBOCK
CENTRAL FIRE STATION COMPLEX
RAUL SALAZAR
1515 EAST URSULINE
LUBBOCK TX 79401
INVOICE TO: CITY OF WIBOM
ACCOUNTS PAYABLE
P.O. BOX 2000
WBBOCV, TX 79457 BY:
Ordered - 02/07/08 Freight FOB Destination Frt Prepaid
Requested - 02/07/08 Taken By - ROBIN HOLDER
Delivery - PER R SALAZAR REQ# 29704 ITB08-010-FO Annual Pricing
---------------------------------------------------------------
Description /_ Supplier Ite
Ordered
___
UM
Unit Cost
UM
Extension
Req. Dt
Bunker Coats
Bunker Pants
14.000
EA
--
1,069.0000
EA
14,966.00
-
03/07/08
Suspenders
14.000
14.000
-EA
EA
688.0000
42.0000
EA
EA
9,632.00
588.00
03/07/08
03/07/08
This purchase order encumbers funds in the amount of $25,186.00, for a bid awarded to DACO Fire Safety
Equipment, of Lubbock, TX on January 10, 2008 in accordance with Resolution No. 2008-R0013. The following
are incorporated into and made part of this purchase order by letter of ratification of Resolution No. 2008-110013..
CITY OF LUBBO ATTEST:
David A. Miller, ayor Re e a Garza, City Secret
Total Order
-------------------------------------------------------
Terms NET 3025,186.00
i
a
s
�•� �� �r��r ''.' gr� �� �� � !�� ��•,� � � �� � � ��' ������ �L�� � .t•!jyet
•q, �gg
t rate a ! � �� �R a � a� t �$'� g a � �� � �•�
al .. ir•. !ing
�
a-• .Ana g�
PA
1, :. •�p�, g
a
a r r ! s R
- - !.�
x! a egg g !
r�
lit
.R.� .R- ., r Sa: •g a 4 q !� r si. �� R. �,�gal 2.1
v .� 9,
n� .� �� � ��•P� rra' •9 a �r lll�
�w�rr �Aq' a .� g a.9
g- s r r ! R' R a !
ea a$ � � r r , ar a, '� it; [ a a I ga ap
j
'26 MIZE
n l�d r g.g 8 ! a
a a a a r'FIJ1 :.
a @ 9-
lt '� a a a,� E r r� �q �i ! �� q,a a I A
i��:q $ a'
O
H111, l � a r� o
k R
C A g�
g �S�
ar �•stq�
lit;
' r rtaa, r
K
� �� r rR � ,�
a R
$ a
Sk
r A m
■, a�� � r � •� ! � �� � � sty ■• a, � !i
t�! i
a M,l t t FIE !1 R Ar a 3i '� . .�1 �■ g'
&& A �
! gIrq, r• � gg• � � � R
rR .� -:r ■
a E rqR rAg r„■ �a a erg4�� •r`
-taor
it
: � � � a � +► � � � �' a �'
a�it r
r a! rr ! s a
a S _ 8
g !� ; r
r gr
�r i
r,t,r•r r .IHis. I a ��� � � � � � � g
� sa
r r
i
.� Y a
1�PURCHASf
T4MCO FIRE SAFETY EQUIPMENT
PO BOX 5006
LUBBOCK TX 79408 5006
CITY OF LUBBOCK
Page
ORDER Date
Order No
Brn/Plt
- 1
2/26/08
326069 000 OP
3511
SHIP TO:
CITY OF LUBBOCK
CENTRAL FIRE STATION COMPLEX
RAUL SALAZAR
1515 EAST URSULINE
LUBBOCK TX 79401
INVOICE TO: CITY OF LUBBOCK
ACCOUNTS PAYABLE
P.O. BOX 2000
LUBBOCK, TX 79457 BY:
Ordered 02/26/08 Freight - FOB Destination Frt Prepaid
Requested - 02/26/08 Taken By - ROBIN HOLDER
Delivery PER R SALAZAR REQ#30459 ITB#08-010-FO
--------------------------------------------------------------------------------------
Description / Supplier Ite
----------------------------
Ordered
-----------
UM
--
Unit Cost
-----------
UM
Extension
Req. Dt
Bunker Coats
14.000
EA
1,069.0000
--------------
EA
14,966.00
-------- .
03/26/'08
Bunker Pants
14.000
EA
688.0000
EA
9,632.00
03/26/08
Suspenders
14.000
EA
42.0000
EA
588.00
03/26/08
This purchase order encumbers funds in the amount of $25,186.00, fora bid awarded to DACO Fire Safety
Equipment, of Lubbock, TX on January 10, 2008 in accordance with Resolution No. 2008-R0013. The following
are incorporated into and made part of this purchase order by letter of ratification of Resolution No. 2008-110013.
CITY OF LUBBO ATTEST:
David A, Miller Mayor Rebecc Garza, City Secre ry
Total Order
------------------------------------------------------------------------------------.
Terms NET 30 DAYS 25,186.00
Y CITY OF LUBBOCK
♦,3 O A
PURCHASE
t
TODACO FIRE SAFETY EQUIPMENT
PO BOX 5006
LUBBOCK TX 79408 5006
ORDER
Page - 1
Date - 5/29/08
Order No. - 330553 000 OP
Brn/Pit - 3511
SHIP TO:
CITY OF LUBBOCK
CENTRAL FIRE STATION COMPLEX
RAUL SALAZAR
1515 EAST URSULINE
LUBBOCK TX 79401
INVOICE TO: CITY OF LUBBOCK
ACCOUNTS PAYABLE
P.O. BOX 2000
LUBBOCK, TX 79457 BY:
................................................ * ------------------------- --------
Ordered - 05/29/08 Freight - FOB Destination Frt Prepaid
Requested - 05/29/08 Taken By - ROBIN HOLDER
Delivery - PER R SALAZAR REQ# 30954 ITB# 081-010-FO
--------------------------------------- ....................................... ---•----
Description / Supplier Ite
----------------------------
Ordered
-----------
UM
--
Unit Cost
-----------
UM
--
Extension
............
Req. Dt
Protective Coat
35.000
EA
1,069.0000
EA
37,415.00
........
06/30/08
Protective Trousers
35.000
EA
688.0000
EA
24,080.00
06/30/08
Suspenders
35.000
EA
42.0000
EA
1,470.00
06/30/08
This purchase order encumbers funds in the amount of $62,965.00, for a bid awarded to DACO Fire Safety
Equipment, of Lubbock, Texas on January 10, 2008, in accordance with Resolution No. 2008-R0013. The following
Is incorporated into and made part of this purchase order by letter of ratification of Resolution No. 2008-R0013.
CITY OF LUBBOCK ATTEST:
Tom Martin, Mayor FWeaya Garza, City Secretary
Total Order
------------------------------------------------------•----- .•--,.-----.........-----
Terms NET 30 DAYS 62,965.00
TERMS AND CONDITIONS
IMPORTANT: READ CAREFULLY
i
STANDARD TERMS AND CONDITIONS
CRY OF LUB13OCK TEXAS
Seller and Buyer agree as Mlotlrs:
1. SE] JER TO PACKAGE GOODS. Seller will package goods in accordance with good
commercial practice. Each shipping container shall be clearly and permanently marked a
follows (a) Setla's name and addres. (b) Coosipoe's name, address and pearthansa order or
purchase release number and the supply speement a,utnber if applicable, (c) container number
and total n®ber of comaiaas, e.g. boot 1 of 4 boxes, and (d) the number of the container
bearing the peeking slip. Seger shall bear cot of packaging unless otherwise provided. Goods
shall be suitably packed to secure lowest trasparatien coca and to conform with
requiserums of mminon exrin sod any applicable specification. Buyer's couldorweight
shall be final and conclusive on shipments not accompanied by packing tits
2. SHIPMENT UNDER RESERVATION PROHIBITED. Seller is not antborind to ship the
goods under reservation and ono reader of a bill of lading will operate a a leader of goods
3. TITLE AND RiSK OF LOSS. The title and risk of ton of the goods "net pas to Buyer
moil Buyer actually receives and takes possession of the goods at the point or pDmb of
delivery.
4. NO REPLACEMENT OF DEFECTIVE TENDER. Every taller of delivery of gaoo6 must
dully comply with all provision of thu ebatrat . a to time of delivery. quality and the i" if ■
render is made which does not fully tsnfarm, this shin constitute a beeaeh and Seiler shall no
have the right to abtimis a conforming hinder, provided, where the time for performance has
not yet expired, the Seller may reasonably ootdt Buyer ofbb Wien a to sue and may then
make a comformag tender within the contract time but no afterward
3. INVOICES R PAYMENTS.
a. Sellers shag sodium separem invoices. it duplicate, oat each parebase order or purchase
re:kare slier each delivery. invoices abag indicate the paehas r order or Purchase release
member and the apply agreemeld number if spplicabke. Invoices slag be iaemized mad
u=sporUtim dmwgm if smy, shall be tided sags d*. A copy of the bW of l ding and the
height waybill when spplksble, should be attached to the -voice. Mail To: Amounts
Payable. City of Lubbock, P. O. Bon 2000, Lubbock. Texas 79457. Payment slag not be due
muhl the above instruments we submitted after delivery.
6. GRATUITIES. 71c Buyer may, by written snotice to the Seger. corral this exmmrct without
liability to Seller if it is detamieed by Buyer that gratuities, in the form of enterainment gifts
or otherwise, were of evil or gives by the Seller, or any new or representative of the Seller,
to my officer or employee of the City of Lubbock with a view to securing a mntraA or
wariag favorable tretmet with nespecf to the awarding or amending or the making of any
deatminatioa with respect so the performing of such s oemract in the event this caatract b
canceled by Buyer p rsaru to this povaket, Buyer shag be entitled, in addition to ray other
rights and temeN , to recover or wk bboM oft amount of the cos incurred by Seger is
iroviding such gratuides.
7. SPECIAL TOOLS & TM EQUIPMENT, if the price sated on the fete hereof includes the
cat of my special tooling or special tea equipment fiebriated or required by Seller for the
purpose of filling thfa order. such special tooling equipment and may process sheets related
thereto shelf become the Is of ire Boyer and to the extent fusible shelf be identified by
the Seller a such.
g. WARRANTY-PRFCE.
a. The price to be paid by the Buyer shag be that coots -ad in Seller's bid which Seger
warrar . twbe no bigbw dam SelWs txtrrcel proeast onaides by odess for prodmcto of the
kind and specification covered by this agreement for similar quartities under well of lifer
cordituoaa and methods of purchase. In the event Seller breaches this warranty, the prices of
the items shall be reduced to the Seller's current peke an Orden by others, or in the
alternative. Buyer may conical this contract without liability to Seller forbreach or Seder's
actual expense.
b. The Seiler warrants that no person or setting nowey has bra employed or retained to
sobw or sews this contract upeo me agreement or understanding for commtmma, percentage,
brokerage, or contingent in excepting boom fide employee of bons fide established
commercisl or selling agencies maintained by the Seller for the purpose of searing business.
For beach of vicisdan of this warranty the Buyer shelf have the right in addition to my other
right of rights to esocel this c . . . without liabitky nd o deductfoam the contract price, or
otherwise recover widwo liabitky and o ded firm the contract price, or otherwise recover
the filf amount of suede commission. percentage, brokerage or contingent fee.
9. WARRANTY -PRODUCT. Seller shag not timit or exclude any implied warranties and any
attempt o do so shall render this catutract voidable at the option of the Buyer. Seller warms
dot the goods furnished will conform to the specificatom draw-R, and description rated in
the bid invitation, and to the sample(s) furnished by the Seller, if soy. in the event of s conflict
or between the specifications. drawings, and descriptions, the specification shall govern.
Notwithstanding my provisions contained in the contractual agreement, the Seller represents
nd warrma f edit -see pe formsocc ad fish -five result in the processing daft and date related
daft (including. but not limited to calculating. computing and sequencing) of alt hadwae,
software and firmware products delivered and services provided under this Cootrmct,
individually or to combmstnaa, a the case may be from the effective doe of this Contract.
Also, the Seller avrraots the yea0-000 calculations will be recognized and accommodated and
wig not, to ray way, result in hardware. software orfumwav failure. The City of Lubbock, atits sole option, am require the Seller, at my time, to demonstrate the procedure it tee to
follow in order to comply with ell the obligations contained here-. The obligations coma-ed
here- apply to prothxis and services provided by the Seller, its sub -setter or eery third Party
involved in the creams, or development of tie products and services to be delivered to the City
of Lubbock under this Contract. Failure to campy with any of tbrobligaims contained
hereto may result in the City of Lubbock m&g itself of say of its rights wl&-r the taw sod
under this Contract including, but not limited to its right pertaining to termination or defauh.
The warrnties contained beam we separate and discrete from any other warms specified
in this Contract, and am ace subject to ray diaclomer of warranty, implied or expressed, or
limitation of tie Seller's liability which may be specified in this Contract. is appendices, its
schelules, its annexes or any document incorporated in this Contract by reference.
10. SAFETY WARRANTY. Seiler wait alds that the product sold to the Boyer shall conform to
the staedr I promulgated by the U. S. Department of labor under the Oecu abooal Safety
era! Heakh Acl of l M. li the event the product does not conform to OSHA staedwdt, Buyer
may rdo the product for , a x 'ma or replacement at the Sellers expense. ice the event
Seger fails to make the appropriate correction within a reasonable time. correction made by
Buyer will be at the Seller's expense
IL NO WARRANTY BY BUYER AGAINST INFRINGEMENT'S. As part of this comract for
sale Seller agrees to aaaxxu- whether gads mnub mad - s ccordnce with the
spe cificaticns attached o this agteeme 1 will give rise to the rightful claim of ray third person
byway of mbmgemmt of the like. Buyer makes so warranty that the production of goods
sceorche to the spaifiatim wilt not give rise to mcb a claim, nd - no event shall Buyer be
liable tb Seller for indeamifirntioe - the a sent that Seller is wed as the grounds of
i tfi*gpmed of the glee. it Sella• is of the opieita that an inf wasan or the bike will rank
be will notify the Buyer to" effect in writing within two weeks afar the sign-g of this
mgreement If Buyer don ant receive lotion and is wbaequestly held habit for the
infimpmeot or the Like. Seger will one Buyer hisruilems.HSeger -good faith aseataim the
production of the goods in mccosdanca wish the specifications will ueask in infringement or the
like, the contract shag be null and void
12. RIGHT OF INSPECTION. Buyer shall have the right to impact the goods at dcgvey before
wcePtini tram.
13. CANCELLATION. Bayer shag have the right to cancel for default all or any part of the
undelivered portion of this order if Salter breaches say of the Terms hereof including warranties
of Selig or if elm Seller becomes Maolvent or commits am of laalcrupecy. SurL right of
cancellation is in addition to and not in lieu of say other remedies whip Buyer may have in
law or equity.
14. TERMINATION. The perform = of work ender this order may be wYmiu sted in whole, or in
portby the Buyer la accordance with this provision. Termmatim of wort hereunder shag be
efrected by the delivery of the Seller of ■ "Notice of Termination" specifying the extent to
which performance of work ruder the order is terminated ated and the date upon whih such
termination becomes effective. Such right or termination is in addition to and not in lieu of the
rights of Buyer ad forth in Cisme 13, herein.
15. FORCE MAIEURE. Neither party shall be held resp insrUk for loran, resulting if the
fllfigment of say terms of provision of this contract is delayed or prevailed by ray cause not
w" the control of the party whose performance is atlerfermd with, and which by the exercise
of reasonable difngauce sad party a unable to prevent.
16. ASSIGNMENT -DELEGATION. No right or tntaet in this exrurmG shall be assigned or
delegations of any obltgtion made by Seiler wittiout the written permission of the Buyer. Any
s.. . assipm eat or delegation by Seller shag be wholly void and totally inel%aive for all
purpose u nka mde in cmfortmty, with this paragraph.
17. WAIVER. No claim or right arising out of a branch ofibis epmkret can be disclu reed in whole
or in pat by a waiver or rrnmeiatian order claim or right mless the waiver or renaciaian is
supported by considered- and is in -writing signed by the aggrieved party.
19. INTERPRETATION -PAROLE EVIDENCE. This writ t An say specifications far bids and
performance provided by Buys is its advertisement for bids, and any other doc stem s
provided by Seller m pot of ha bid, is intended by the parties ar a final expression of their
agreement and intended also as a complete and au l sive statement of the terms of the*
agreement. Whenever a tam defined by the Uniform Commercial Code is and in this
agreement, the definition contained in the Code is to control.
19. APPLICABLE LAW. T1is agreement shag be governed by the Uniform Commercial Code.
Where ova the term "Uniform Commercial Code" is used, it dull be construed a meaning the
Uniform Commercial Code n adopted in the SNte ofTeaa as effective and in face an the
desk of this agreenueld
20. RIGHT TO ASSURANCE. Wbenever one party to this eoaorct in good frisk has reason to
question the other pary's -ftmt to perform he may demad that die other parry gm written
asarsmce of bis meat so perform m the event dent a demand is made and no assurance is
given within five (3) days, the demanding party my treat this hlure a an anticipatory
ropudiatioa of the contract.
21. 11MEMNIFICATiON. Seller shall mckomify, keep and save harakas the Buyer, its agents
offietals and employees, stpiat all w0ria. deaths lass. damage climes. patent claims wits,
gsbfiides, judgments cow and expnres, which may in anywise accrue sport the Buyer in
consequence of the granting of this Contract or which may anywise rmrk iberefkom, whelh a
or riot it shall be alleged or determined dust the act was caused througb negligence or omission
of the Seller or m employees, s, or of she smbSeger or assignee or its employee, if any, and the
Seller shall, a his own expense, appear, defend and pay all charges of attorneys and an cots
and other expanse arms{ therefrom of maurW m connection therewith and, if any jucilpnent
shag be teadeed ms mt the Buyer in Any such action, the Seiler shall, of its own expenses,
astrsfy and discharge eke same Seller expressly hmderti o is and agrees that may bond required
by this contract, or otherwise provided by Seller, shall in no way limit the respomnbnlify to
-&—ify, keep and save harmless and defend the Buyer a Isere- provided
22. TIME. It is hereby expressly agreed and understood dot time is of the esaemee for the
perfamnce of this conawL and fathtre by contract to meet the time specifications of this
agreement will cause Sella to be in def tuh of this agreement.
23. MBE. The City of lubbock hereby notifies all bidders that in regard to say c ntroid entered
into purwnt to this request, mitxonly and women busmen enterprises will be afforded equal
opportunities to submit bids is response to this -viatica and will not be discriminated against
on the grounds of race, color, sex ornadual origin in consideration far n award
Rev. 08/2005
TO:
PURCHASE ORDER
DACO FIRE SAFETY EQUIPMENT
PO BOX 5006
LUBBOCK TX 79408 5006
SHIP TO:
INVOICE TO: CITY OF LUBBOCK
ACCOUNTS PAYABLE
P.O. BOX 2000
LUBBOCK. TX 79457 BY:
Page - 1
Date 7/11/08
Order No. - 332773 000 OP
Brn/Plt - 3511
CITY OF LUBBOCK
CENTRAL FIRE STATION COMPLEX
RAUL SALAZAR
1515 EAST URSULINE
-------------------------------------------------------V-------------------
Ordered - 07/11/08 Freight - FOB Destination Frt Prepaid
Requested - 07/11/08 Taken By - ROBIN HOLDER
Delivery - PER R SALAZAR REQ# 31218 ITB# 08-010-FO
---------------------------------------.......................................
Description / Supplier Ite
Ordered
UM
Unit Cost
UM
Extension
Req. Dt
----------------------------
Bunker Coats
---•-------
28.000
--
EA
------•----
1,069.0000
--............
EA
29,932.00
..------
08/11/08
Bunker Pants
28.000
EA
688.0000
EA
19,264.00
08/11/08
Suspenders
28.000
EA
42.0000
EA
1,176.00
08/11/08
This purchase order encumbers funds in the amount of $50,372.00, for a bid awarded to DACO Fire Safety
Equipment, of Lubbock, Texas on January 10, 2008, in accordance with Resolution No. 2008-R0013. The following
is incorporated into and made part of this purchase order by letter of ratification.of Resolution No. 2008-110013.
CITY OF LUBBOCK ATTEST:
�G�1•w r�•.�
Tom Martin, Mayor Rebe ca Garza, City Secre ry
Total Order
.............................................•--------.....------------------......--
Terms NET 30 DAYS 50,372.00
TERMS AND CONDITIONS
IMPORTANT: READ CAREFULLY
STANDARD TERMS AND CONDITIONS
CITY OF LUBBOCK, TEXAS
Salter and Buyer sons Be follows:
1. SULU TO PACKAGE GOODS. Seger will ptackage goods in socorthmoe with good
commercial prectioe• Each shipping autamer ball be canrfy ad pmswm* andked a
follows (a) Seller's acme ad sdkwA (b) Cossignee's samm addrma and purcluen order or
purchase release number ad the apply agreement number if spplieable. (c) Caddis member
and total number of comb ium e.g. box I of 4 beau, ad (d) Ik number oohs dxnta w
bearing the p ckbg slip. Sella shag bow ecat orpndugittg unea ore - = provided. Goods
shsI be widby psdns rod to see lowest mampattation cobdorm dad to cowith
toquiremeats of dmmmm co. im s sd ay epplieablempecifiraatiens. Buyees cmm or weighi
slag be find add conchow on shilam nts as accompanied by puking has.
2. SHIPMENT UNDER RESERVATION PROHIBITED. Sella is not sudtarbad b ship the
pods ander. a vatics ad no tender der ball of Idig will op aft a a Iad.•r of goods.
3. TITLE AND R1SSK OF LOBS. The tide ad risk of loft of the goods "mil prom to Buyer
apl B rya aadaugy sex dues ad ties "mason of the pods at the point or points of
delivery.
4. NO REPLACEMENT OF DEFECTIVE TENDER: Eretr tinder of delivery of Pods; mid
Mlb• cavpr wish al piovisimu of deL eoatraasA to lion of dalvdrp, eleado snit Ibeliioc if a
snider i made which dean not My conMre , drier shallctmmiute a beach ad Solow shill oral
have ile right to substitute a aaaietft I fader, provided, wham tk time for performance ha
not yet asPima she saw may msmaably gaily Buyer chi bbodo to erne ad may ba
make a conforming laden wfhi tk comer ct time but am aR,
J. INVOICE4! PAYMENTS.
a. Sages *A mesh sepmate ivaieea in duplicate, cue each pmeham order or prchaft
relome sftw add delivery. lavaioes shag id(raft Ik pumchaae order or pmcI taleae
member aid be supply apmemss' am iw (fappliesbie. ivoicea shag be lionized ad
ttaspormlic a dsI if ay, bill be Hand sgwaaely. A copy of the bill of ddin& aid the
field wrAM wbm apphcable, should k a coed b she I A, Mail To: Ac o eb
Payabe, City of La bbock, P. O. Boa 2W Lubbock, Taus 7907. Pwmm shag son be doe
mail the above i mku mb ae and mbed after ddivay.
6. GRATUfr1ES. Tian Boyar may, by wtiva make to the Sella. omnoxl this tximeme'without
lWillity ao Sellw if it is ateferm I by Boy orthu geamides, is the film daaeaeinu et, ilk
ar odm wie, woe otfmW ar gives by tk Sdw, er say apt or mpvftutuive of the Seller,
to ay oAber cremployee ofth City of Lidabaclu with a view b wowing a exmtrao'or
maeiq bvesmblo treatment will; sapecs to die awmdfmg or owediK. or `e sating of ay
di amiuids with repose' b she pestbrm' Bach s fah- , ba she even shin oo mmet i
canceled by Buyer pomwaont to shin provision. Buyer dial be am" is mddkion to any dher
right aid rmme - to amcover or wishhold do ationd of du cat (neeirnd by sedw is
ptov(dieg a* gratuities.
7. SPECIAL TOOLS t TEST EQUIPMENT. Kdie prior slued a she hoe hereof iehdes the
cost of mry *-W bogag a Wo W but o**nW " iesled a miluied by SaBw fw sae
pupae of filltug Ihi -der, inch *=W boibg op mW sad any pmm bead aviaard
dmralo bar beroma tk i emit' of a" Bmyw bd b ink east ibaalblo shag be i maW by
she Sella a such.
g. WARRANTY -PRICE.
u. The price to be pad by she Boyw shill be the comaiaed in SeWs bid which Shcw
wwriew b beam higher dish Seller's taarast procom onenures ly abas for productsof the
kid ad speaficudou onvaad by this agreement hr sugar opasdlis under uWlr of like
000dWoa mod daoo duds of pwduft. In the event Seger Ismcbes this warraty, Ik prim of
the item shell be reduced b Ube Seller's am ad prism on, I by a iau, or i the
al0eesuive. Buyer my sued this cannot without U*ft ni Stier for branch or Seller's
semi apenaa.
b. Tim Saga wmmrs the no parson or ailing agency lea bus employs or hale ed to
solicit or a"me this cost ad upon a spamom or abrmadiog for aaemiaon6 paaetrhge
brokwap. er cmdo o fee euogd% Inds fib apbyrom of bona ftde emddiibW
oommerei . or selling ageseks maintained by she Soler for din pupae of som ig b=itew.
For turach of vkW= of ids wrraey the Buyer del have die rigid is addition to my odor
eight of rights to osneal thin tx, I , wMwW IlbBiiy and b deduce ftom Ube eaarm price or
Of $50,372.0 'M` aan �cpO y
- - - - - a Pad U "re Surety
10. SAFETY WARRANTY. Seller was. fiat die product sold to fie Boyer *all conform to
Ik ataandnb poamdpbd by die U. S. Del rtment of tAw under tie Occupational Safety•
ad Haft Ad of 19M. In tk event tk product does as dxadI to OSHA adndarb. Bey"
may reuia the product for arrectiou or replacement at the Seler's eapenre. to the event
Seller in& so nehe the approprite correction within a reasonable time, correction made by
Haver will be at be Seller's espeift,
11, NO WARRANTY BY BUYER AGAINST Ih•FRINGEMEN7S. As part of tbis damtrur for
mie Seger agreesto esesrtain whetkr goods ma wilidtovd i soeerdooe wadi be
tpi cificedims attached to dus aleemont will give rise so Ube rWkW claim or my third pawn
by way of ilrbpmm of she lice. Buyermake so waerady char the production of goods
sooadiog to be tpecifiostiea will sot give rise to mar a claim. ad is no event ball Buyer be
tisbe b Seger for bdmWF= = in Ik event sou SeH r is mad a tk gi , I of
bkbpmont dlhe lice. B'Sella is of the opinion dot a bfripmW or the No will rank
he will softy, she Buyer so this effect i writing within two weach after the sighing of this
agrenwit BBhyw does stet soeeive sndw and is abopmtb had lible /br she
b*momW or Ik lie, Sugar will eve Buyer l amal m. IfSAw in pond fifth asoartais die
production of the pods in acardence with the epeullkalions wig aeauf inisd igemt or the
like, the exm' ' aid[ be salad void.
12. ROOM OF INSPECTION. Buyer shag have Ik right to impact the pods a delivery belme
accepting does.
13. CANCELLATION. Boyar shall have she ri jag b cacd fw defalt all w any part of the
hmdaivamm pwdm of thin cedar ifSeBw breaches say of Ube erns beew tmdndig wimmodes
of Seaawor ff Ae SAw bassaft bsdvwt tar oemm(b and of bmkuplcy. such rigistof
aooWlWm is i addition b ad am in Yes of my odwr nx mdin which Bhryer mq have in
Lew or OW4.
14. TERMINATION. The peefamonoe of work nnder shin ordermay belanai sed i whole, wits
part by theBoyar i aecor I with this provision. Termination orwork hereater shag be
arfieesed by the deiaay of 1be Seller of s "Notice of Termindko" spaedyieg the etas"
which performance of work under she coda is una and all 1k dad epos which such
lemnitalion becomes efi sctive. Such right or larmiaadao Jain addition to sad ad in Bat of ibe
righm of Buyer so forth i Claim 13, haoin.
13. FORCE MAIEURE Nealhes pasty dial be bald taw, Ilk far barn, tom (f ebe
idNi =W day area ofprovisioa ofthis otonmmer is dsuyrd or prov eW by my dxhr" ON
N— Ion do awed of be party whose pafgsona is fmlerliavd with, all which by the eseroie
of ressum" d 0lips on said pony is am* to pnness
16. ASSIGNMENT-DEIBGATION. No right ori - 'b this oonmaet dA be =sped or
daegmioa ofuny obligation made by Seller without the writer paroila(cs ofthe Beyer. Any
attengNsd mipomm or dsoptioe by Seger shalt be wboi(y void aid dilly ieNeedve for all
Penn" alma made in ctxafnrm@y, Nih this pmagrapb.
17. WAIVER. No calm or right ariig out of a brash ofthis contract con be diisahatgpd i whole
or in part by a waver or nwAmition of ate claim errt ht unless Ik waiver or reameie im is
supported by =-*ktaion ad is in writing signed by do a=', - party.
H. INTERPRETATIDN-PAROLE EVIDENCE. Thin erring, pin my sI Ill aticn it bkb ad
pwfwo a provided by Buyer i in edvationno for bib ad any other documents
Provided by Seller a pet ofhi bid, is ham" by au prdes a a fiat expression of disk
agraeemt and (coded also, a a complete aid exclusive mecom of the alma of ibeir
aguaemmsl Whenever a term defined by `e Uniform Commercial Cade Is sad in Thls
agrvoaehst, lk definition contained in the Conde is to oxsotrd.
19. APPLICABLE LAW. Thin agreement shell be pvrmal by she Uhdfwm Commercial Cade.
Wkae eve Ik lam "Uniform Commercial Cade" i coed, it shill be ammrued a meaning tk
Uniform Commadd Cade a adopted in do Stile of Tess as eRsstive ad i forma on tk
dime of lid spoemm
20. RKHfr TO ASSURANCE. Whenever tine pity to"contract in good tuft has season to
dpieation dushar parry's slat b perform k my demmd dmt the ilia party girt wriarm
wmma of but bkm so parI in ink event that a doaad is mile and a mani idx is
"'a+'NVURIP SWUMrder by lefts cw�suiits.
the the Nag caf pooh fteaidhand" b me show aid oaa ell
the bid ihvfaimi. send to die so mple(m) firnisled by dam Seger, if ony. but are event der dxrnfiict
coomqua a of she paotig of der Caom d er which mq mywie rank tberefiun whether
C i tA61 112(drm►igs as bacetp�ioma tk greeirncmtim shill gym• ATTEST:
Ndwilimaodiig ay praviioa armed it the dximasetma agreesoast tk Sailer represents
or mot it dial be agepd or delamiad that die act was caused dtrosgli segtigrmrs or omission
Sutler if
and warrants fiat -five perks m ce aid 6si-f) tdteakk logo procwig due coma due relmed
ortbe or its empleyea, or of die subSefis► or assignee or is employees any. and sae
Seger sha4 a his own capes", appear. defend and pay all Barges ofaoreeys and all cow
dud ((.d:hdig, but der limited to oalculat' dxxipsiig and menacing) of all bwdwue
ad other expenses mining iharefrwa of' i. dxaanectianh dtrrewitih moo day l�rhad
-� -•--Ier >bslL a fa oerih espesves.
ft hie Z cart only be ouadae eRiatve elms dthis Coetnct. Rebecca Ge a Sella erpasy hmdamahab as grves that my bona requiem
hie
Ahn, Saga warrants the yore calculations will be aid mcaaumWMd and
w dhaNue provided by Sel�ri shill ono Nay lint ink responsibility b
b9 ay.
will aaot, ■ ay N vault m hardwase. @finer. or hawse tube. The City orl.aalibock. a
4'.
lidemnily, beep and save hwwka and Jefead ate Buys a lanai provided.
heap a
its sole option, wary "ire die Seller. at my time, to demosetruseAe ph000dises it amends to
follow is under to comply with all the obligations contained I i. The obligations contained
22. TIME. it is hereby expswy agased and understood der time is of she esaesee fw the
but apply b prodi and servicesprovided by due Seller. is cob -Sclera mil' third pity
performance of this dais' and failure by contract to med the time specifications of this
involved in she eawion or development of the products aid services to be delivered to tk City
aipeement will cam Seller to be In default ofthis tgram+ ..
of Labhock underthin Contract. Faihre to amply with my of the obligations contained
23. MBE. no City ell Larbbodc hereby notifies an bidders tbm in regard to say coetrmet ea/ermd
freer, may result in the City off ubbod availing itseddcosy offs now wrier the der aid
into pursuant to this request, sdnariry aid women business antapriw will be afforded equal
wader ibis Contract ioclodm& but not Hisied to. is eight pertaining to termination or default.
opportunities to submit bib in tespon" to this invitation aid will not be discriminated spin"
The warumn contained beam am separate ad discrete gam my other warranties specified
on the grounds of race. color, on or natural origin in consideration for an wand.
in this Costram ad we ad subject to any disclaimer orwarady, implied or expressed, or
Hesitation of do Saer's Wbility which may be specified in Ihi Contra-, its appadices its
scrodoolm ea mmeses or my dbcomem mompormed in the Contract by referdiee.
Rev. 08/2005
TO:
PURCHASEORDER
DACO FIRE SAFETY EQUIPMENT
PO BOX 5006
LUBBOCK TX 79408 5006
Page - 1
Date - 8/26/08
Order No. - 335057 000 OP
Brn/Plt - 3511
SHIP TO:
CITY OF LUBBOCK
CENTRAL FIRE STATION COMPLEX
RAUL SALAZAR
1515 EAST URSULINE
INVOICE TO: CITY OF LUBBOCK
ACCOUNTSPAYABLE
P.O. BOX 2000h&46e
LUBBOCK. TX 79457 BY:
"' . V
Ordered -- 08/26/08 Freight - FOB Destination Frt Prepaid
Requested - 08/26/08 Taken B - ROBIN HOLDER
Delivery - PER R SALAZAR REQ# 31395 ITB# 08-010-FO
--------------------------------------- ....................................... --------
Description / Supplier Ite
Ordered
UM
Unit Cost
.
UM
Extension
Req. Dt
Bunker Coats- -
37.000
EA
1,069.0000
EA
39,553.00
09/26/08
Bunker Pants
37.000
EA
688.0000
EA
25,456.00
09/26/08
Suspenders
37.000
EA
42.0000
EA
1,554.00
09/26/08
This purchase order encumbers funds in the amount of $66,563.00, for a bid awarded to DACO Fire Safety
Equipment, of Lubbock, Texas on January 10, 2008, in accordance with Resolution No.2008-R0013. The following
is incorporated into and made part of this purchase order by letter of ratification of Resolution No. 2008-110013.
CITY OF LUBBOCK ATTEST:
Iyw+ /4
�4
Tom Martin, Mayor ebec a Garza, City Secretary
Total Order.
Terms NET 30 DAYS 66,563.00
TERMS AND CONDITIONS
IMPORTANT: READ CAREFULLY
STANDARD TERMS AND CONDITIONS
CITY Of LUBBOCK, TEXAS
Seller and Buyer agree as follows:
i. SELLER TO PACKAGE GOODS. Seller will package Soo& to accordance with good
commercial practice. Each shipping container shall be clearly and permanently marked as
follows la) Seller's name and address, (b) Comigrnee's name, address and purchase order or
purchase release number and the suppiN agreement number if applicable, (c) Container number
and total number of containers, e.g. box I of 4 boxer and (d) the number of the container
heitring the packing slip. Seller shall bear cost of packaging unless otherwise prick, ided. Goods
shall be smtably packed fo secure lowest transportation costs and to conform with requirements
of common tamers and any applicable specifications. Buyer's count or weight shall be final
and conclusive on shipments not accanpamed by packing fistls.
2. SHIPMENT UNDER RESERVATION PROHIBITED. SelM is not authorized to ship the
µoxxls under reservation and no tender of a hill of boding will operate as a leoler of gtxxh.
3. TITLE .AND RISK OF LOSS. The title and risk of IcAs 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. Everytender of deliveryofgoods must
Fully comply with all provisions of this contract as to time of delivery, quality and the like. Ira
tender is rude which does not fifty conform, this shall constitute a breach and Sefer shall riot
have the right to substitute a conforming tender, pnwoded, where the time for performance has
not yet expired, the Seller may reasonably notify Buyer of his intention to cure and may then
snake a conforming tender within the contract time bW not afterward
5. INVOICES R PAYMENTS.
a. Seller 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. O. 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 airy
determinations with respect to the performing of such a contract. in the event this contract is
canceled by Buyer pursuant to this provision, Buyershall 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 idontifaed by
the Seller as such.
8. WARRANTY -PRICE.
a. The prise to be paid by the Buyershall 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 fur simiku quantities under similar of like
conditions and methods of purchase. in the event Seller breaches this warranty, the pnces of
the items shall he 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 noperson 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 employed of bone fide established
commercial or selling agencies maintained by the Seller for the purpose of securing business.
For breach of vitiation of this warmly the Buyer shall have the right in addition to arty other,
right of right to cancel this contract without liability and to deduct from the contract price, or
otherwise recover withotit lability and to deduct from the contract price, or otherwise recover
the full amount of such commission, percentage, brokerage or contingent fee.
9. WARRANTY -PRODUCT. Seller shall not limn ortexclode any implied warranties and any
attempt to do so shall tender this ctntrael voidable V the option of the Buyer. Seller warrants
that The goods furnished will conform to the specification, drawings, a rid decnptions listed m
the bid Invitation, and to the sample(s) furnished by the Seller, if any. In, The event of a conflict
or between the specirications, draw rip—ud descriptions, the specifications shall govern
Noiwithstandmg any provisions contained in the cunlrxtual agreement, the Seller represents
and warrants fault -free performance and fmdtrtrce result in the processing date and date related
data (including, NA not limited to ealculatmg, comparing and sequencing) of all hardware,
a+nware .end firmware products delivered an(d services provided under this Contract,
ndividtwlIv or in cornhi anon, as the case may he from the effeoavedate of This Coojrtct. -
A ko, the Seller warrants the year2(I(M) calculatior`s will he recognized and iaceommtiiktted ;md`
will not, in any %:ay, result in hvdwarc, sonware rx tirnit failure. The City of Lubbock, at
,1, ", Ie +phi%n, may require the Seilep, at any hp+e. to demonstrate the pntcedures it intends to
tint low in order to comply w &; ll the obligauohs cormauted herein. The obligaitms contained
herein .apply to products and serkices provided by the Seller, its sub -Seiler oar any third party
involved it the crv:aon or development of Ife products and services to he delivered to the ('try
-)rLubbock under this Contract. Failure to comply with any orrbe ohliganons contained
herein, may result in the City of Lubbock I, ailing itself of any of its rights under the law and
tinder this Contract including, but riot limited to, its right pertaining to termination m default.
Thc warranties contained herein are .wparatc and discrete from .vny other varantics %pecified
in this Contract, and arc not subject to any disclauner of % aranty, implied or expressed, or
hmdalmn of the Seller's liability which may be:,pecified in ibis Contract, ins appendices, its
schedules, its annexes orany 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 if Labor under the Occupational Safety and
Health Act of 1970. In the event the product does" conform to OSHA standards, Buyer may
rettun the product for correction or replacement at the Seller's expense. In the event Seller
fads to make the appropriate correction within a reasonable time, correction made by Buyer
will be at the Seller's expense.
I I NO %VARRANT'V BY BL VFR ,%GAINST INFRINGF.MFNTS 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 arry lhnrl person
by way of mfnngement of the like. Buyer makes no v%amnty that the production of got+ds
according to the specification will riot give rise to such a claim, and in im et vnt shall Buyer he
liable to Seller for indemnification in the event that Seller is sued on the gro io& of
infringement of the like. If Seller is of the opinion that an infringement or the like will residt,
he will notify the Buyer to this elTect in writing within two weeks after the signing of this
agreement. If Buyer does not receive notice and is subsequently held liable for the
infringement or the like, Seller will save Buyer harmless. If Sellcr in good f uth ascort tins the
production of the goods in accordance with the specification will result in infringement or the
like, the contract shalt be null and void.
12. RIGHT OF INSPECTION. Buyer shall have the right to inspect the goods at deft%ery before
accepting them.
13. CANCELLATION. Buyer shall have the right to cancel for default all or any pall of the
undelivered portion of thus order of 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 m addition to and not in lieu of any other remedies which Buyer may have in
law or equity.
14. TERMINATION. The performance of ivork under this order may be terminated in whole, or in
part by the Buyer in accordance with this provision. Termination of wok 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 I.I. herein.
15, FORCE MAJEURE. Neither parry shall he held responsible for losses, resulting ifthe
fulfillment of arty terms of provis ions of this contract is delayed or prevented by imy 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.
16. ASSIGNMENT -DELEGATION. No right or interest in this contract shall be assigned or
delegation of any obligation made by Seller without the written pemrixsion of the linyer Any
attempted assignment or delegation by Sellershall be wholly void and totally ineffective fix all
purpose unless made in conformity with this paragraph.
17. WAIVER. No claim or right arising eat of a breach of this on It. t can he 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.
18. INTERPRETATION -PAROLE EVIDENCE. This writing, plus any specifications for hods and
performance provided by Buyer in its advertisement for bids, cord any other documents
provided by Seller as part of his hid, is intended by the parties as a final expression of their
agreement and intended also as a complete and exclusive statement of the tennt of their
agreement. Wltenever a fern defined by the Uniform Commercial Code Is used in this
agreement, the definition contained in the Code is to control.
19. APPLICABLE LAW. This agreement shall he governed by the Uniform Commercial Code.
Where ever the term "Uniform Commercial Cade" is used, it shall be construed ai meaning the
Uniform Commercial Code as adopted in the Sate of Texas as effective and in force on the
date of this agreement.
20. RIGHT TO ASSURANCE. Wheneverone party to this contract in good faith has reason to
question the other parry'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 ;end no assurance is
given within Five (5) days, the demanding party may treat this failure as in anticipatory
repudiation of the contract.
2 L INDEMNIFICATION. Seller shall indemnify, keep and save harmless the Buyer. its agents,
officials and employees, against all Injuries, deaths, dos, damages, clairns. patent vlairns, suits,
liabilities, judgments, costs and expenses, which may in anywise accrue against the Huyer in
conequenee of the granting of this Contractor which may anywise result therefrom, wfether
or not it shall be alleged or determined that the act oats caused through negligence tr,omrs,ton
of the Seller or its employees, or of the suhSeller or assignee or its employees, dan%. ,Ind the
Seller shall, at his own expense, appear, defend and pay, all charges of attnme%s .rid all costs
.end other expenses arising therefrom of incurW to connection therewuh, and, if ;wy judgment
,hall be rendered against the Buyer in my such action, the Seller shill, it its own expenses,
c:aisfy and discharge the wine Seller expressly understands,*d agrees that any bond i.,oIuired
by this contract, or othenv ie provided by Seller, shall in no %%ay Brun the rr�ponsihd;ty to
indemnify, keep and sake harmless and defend the Boyer as herein provided.
22. TTME. It is hereby es pressly agreed and ind,,rst,xd chat time is of the m er,e fbr the
performance of ibis cuntract. and failure by contract t,i meet the tune spvcdicatians of thts
agreement will cause Seller to be in default of this agreement.
23. NIBE. Thc City of Luhhoek hereby nnufics all bidders that in n.;ard to .my .:ontract entered
into pursuant to this request, m ncrity and women biainess enterprises �kdl be aftcrn:¢d aµraf
opportunities to auhmm bids in response to this invitation and will not he discriminated against
on the grounds oft ace, color. ex or natural origin in consideration far an award.
Rev. 080005
TO:
PURCHASE ORDER
DACO FIRE SAFETY EQUIPMENT
PO BOX 5006
LUBBOCK TX 79408 5006
Page - 1
Date - 10/28/08
Order No. . 338408 000 OP
Brn/Plt - 3511
SHIP TO:
CITY OF LUBBOCK
CENTRAL FIRE STATION COMPLEX
RAUL SALAZAR
1515 EAST URSULINE
LUBBOCK TX 79401
INVOICE TO: CITY UY LU5tK)UK
ACCOUNTS PAYABLE
P.O. BOX 2000 C
LUBBOCK, TX 79457 BY:
Ordered - 10/28/08 Freight FOB Destination Frt Prepaid
Requested - 10/28/08 Taken B - ROBIN HOLDER
Delivery - PER R SALAZAR REQ# 31779 ITB#08-010-FO
---------------------------------------.......................................
Description / Supplier Ite
Ordered
UM
--
Unit Cost
...........
UM
..
Extension
............
Req. Dt
...-----
----------------------------
Bunker Coats
...........
43.000
EA
1,069.0000
EA
45,967.00
11/28/08
Bunker Pants
43.000
EA
688.0000
EA
29,584.00
11/28/08
Suspenders
43.000
EA
42.0000
EA
1,806.00
11/28/08
Bunker
Coats
7.000
EA
' 1,069.0000
EA
7,483.00
11/28/08
Bunker Pants
7.000
EA
688.0000
EA
4,816.00
11/28/08
Suspenders
7.000
EA
42.0000
EA
294.00
11/28/08
This purchase order encumbers funds in the amount of $89,950.00, for a bid awarded to DACO Fire Safety
Equipment, of Lubbock, Texas on January 10, 2008, in accordance with Resolution No. 2008-R0013. The following
is incorporated into and made part of this purchase order by letter of ratificationof Resolution No. 2008-110013.
CITY OF UBBOCK ATTEST:
0"
Tom Martin, Mayor Rebe a Garza, City ecretary
Total Order
-------------------------------------------------------------------------------------
Terms NET 30 DAYS 89,950.00
TERMS AND CONDITIONS
IMPORTANT: READ CAREFULLY
STANDARD TERMS AND CONDITIONS
CITY OF LUBBOCK TEXAS
Seller and Buyer agree as follows:
1. 5F LLE R Ill P \CK WE GIA10S Scher wvIl linter L.oye goads m :+curdance Ivdh 11Vaq
ernnr.•n•ial practice C,xh .htppng x'Pauitr sl•afi � c!earh• and Ixnracently ,❑arLed ss
1,0 t 1,11 Sellers :name coil .:d,lrrs,, ill) Cors• jree's name. address : rd purehue order or
"n,d,.>•+e '•,lease murherand I'•e ,,apply .v reeriltot ,umber d.rprhc,:ble, tc) Cortauter number
ird toga ilumscr of contamers. a g. hos I of 1 `+m,•..: rJ till the number other comatner
l,•,:nr.,a it,, pic4rg slip Sitter•hall ;ear cost ofi;aclagtry w•fes.i mher ,w pro,:,fed. Cnw,ds
,hall le ",.lab!, p ickeJ to sectac Mt,Ist trv+.xportauon co, is wind lu conform ,afh requirements
of crmr,, ,, car, or, and irk• irplicible spov,ticatiors Bt.yer's count Iv t,e,ghl shall tit final
and c,welu,oe in.h:ilmerts rat xtion,pu:ed by packing lists.
SFIIP\IE \T I.\DFR RfSF RVAT10% PROHIBfI'ED. Sellers not avdlwin:ed W shop the
cts L.-Acr �c ts, iron ird w Icr•!rr drat I..?? of I,,Jmg a,11 oiler otc as a terrier oPgo,.i h.
) TITLE \\DRiSK11FLOSS. Tl:cmle.wdrLkol'Irssoftheboods,hall r,,tPass toBuyer
,mw n.:ver,wtt.Jty rccenei tend takes FIv,,,,si n of the gosh al the ronit or punts of
Jehvcry
1\0REPLACEVIEtirof0EFFCTIVr,rLNDER. Fveryreuderof.M.,cry'ofgoodsm,al
Aid, ea•mp)y wnh all provcaans orthis cinlr.Iet is In time orm.,ery, gall,(y and file like. If a
IC'•der rs w.tde 06ch •hies net f dty:onrlrm. finis ,half Constitute .1 breach and Seller,hall not
la, a the ncht h) sub,hbse a conf,rtnmg len.k-r, pro%Aod. +,hare the time far performance has
Per ),t e,p:resl, the Seller may re.,.sonahlyortifv nays of his Intention m cure and may then
acd,e .r conforming lend lr,s,lhm the conmict hr^e hill not 4111arv,ud
5. t %0141.1S8R1\\IE\PS.
.1 Sdtyr <hall .uhm:r separate omn,e s, ,n Jupbc.ite. one each l,tirchase tvder or lnvchme
relic,, idlereach delivey. Ion ntces shall indicate the pn,chaw order ale pi,rchaae releme
,anther and IF.e Ippty agreement numbunfapphcdde. Invoices shall be riernized,md
h a,xp+nah.n chvges, tans. shall fie L.tyJ.ep.v,ddy..\ ropy ul'the hdl of lading, ,mil the
Ilright x.tyMll When apphc,dok, Jw-ulct ha alliwl!ed to the invoice. Mad, To: Accaurds
P:tyahle, ('ivy of f.,dtheclo, P. 0 &,<:O011. Lubhwk,'rexa> 741457, Payment shall not be due
until Ile .)Mee instnunents .ere submitted .18er dch very.
6. CIRATLITIES. The Buyer may, by vrtten notice to the Seller, cancel this contract without
I,ah,lity it, SCller,fit ei determmrJ by Ruyerthat gr.itiutie,, In the form ofentenannment. gifts
or olbenvose, ware ofTered ,v giv en by the Seller, ur,ny •agent or repre,eniabve of the Seller, to
am• utTicer,rr emplayea of the City of Luhboek tv:th a vit,v to scoring a contraef or securing
fa, orible frr,gment with re,pect to the awankoy oranenJing, or the making of ally
determin lloini ,vdh respect to the Iertiorming or, itch a contract, hit the event this contract is
c.mceled by Buys pur.mant to this provtsirn. Buyer shall be entitled, in addition fit any other
rophls and ranches, to recover or withhold the amount ot'the cot Incurred by Seller in
Ivovidi oR such gratuities
7 SPECIAL Tf )0L9 it TEST EQI'IPk1E NT If the price stated on the face hereof mchides the
w,t ol'anit .,pccl.d hui'lly orspeclat test equipment lhbric,ded or required by Seller for ilea
p,rpase of filling this order, such special t.v,hng aluipment send any prrrcess ,heels related
fbcrco sh.11l become the property of the Buyer.uwl to the extent feasible shill be identified by
the Seller as etch.
8 WARRANTY -PRICE.
a. The price to be paid by the IFuyer scull he that contained in Seller's bid which Seller
warrants 10 he too higher than Seller's current pnxe>, on orders by others for prodtwls of the
kind:and .pecifcalioncovered by Ihis ifireemann forrswndarquantities ordersimilaroflike
cnndmnn., and ralMxls of pivch:ae In the ,••cent Seller bre ties this w.irranly, the, prices of
the ,terns shall'.ie mJu:eJ to the Srlkr's anrent prices on , rJers by .,then, or m Ihe
alternative. Bowe• luny atrwel this c„ntract ,vdh.+tit 4alnhty to Selltx fr bre.xh Iv Seller'.:
.towel espcnse.
b flee Seller warrants ih.it It, person nr srllmu agency has been employed or retained to solicil
or aecure this contract tope an ,)gr •ernent or understanding for wmm,ssion, pece nag ,
h okemlie, err ctgihn•tan rw excepfong Loma 6,16 emplrivees of hurts ride established
commercial tar :elhng ,iycraes onitel:m,ed by the Seller f r the purpose or,ecuong business,
f nr lire wh of v,uation of this ,aanvnty file Dover L.Iijill have the rght ,n addition ru .my •,ther
irlit .:f rights td •:erred this eorincf ivahi,it It thhiy and to deduct fr,m the eumrlcy price, or
.nhens,:;e recnur is:fhowit li,thdity,and to Jechict from the cnntract price, or othensise recover
the f ill :imo,cnt of •tich commssocn, percertage, hrolierige tor contingent fee.
,) A%RR.\NTY-PRODUT. tie!ler.,ha),ill h,mlorvwfojJeany,:rplieJ•van.)n6ar.tnJany
. netrpl to tki ,n ,hail ,em,ler this contract ,'a,dsbloo m the option of the n,iyer. Sella Iv irrnu
flea ti:t „Ili e•41f,m1 to the .pnlfel110n, ,1r.1,H11g5, .Il:d,k,Cl': ptroin bsrxl in
i.`,c had,n• ,tarot, and fin the .wlplei%) fn'rc'hol He the Seller, if,n)In the evert of a owfhct
,ir:,ervaen the ,r*,:-fcJwrs. dr.na,ngs. and Jc-cr,pttim, the spn,lic.mons tihalf;;,rern
`L+t•v:ih^L;cJ•ru .any prow :,fan., r„nfam,d :n Iha coru.Ia•uul .i.lrecmrn41hr Srlb:r rrpre-:ants
.:rd o. mark !;u,it•frcc perfmn arse ,�:d flvlt-fn•e 'e,o{f ,rasher prrass:rig date : r,l daces rcl.itcd
.!.ire nrtioJ.rg, Nut rot 6rvted to e.dudumy: a/mp:vpn}r .foil ,cyuenc:ng) of all !,.uJw.ve.
o:incase .ird f,ar„are pr,i,fuo•, .foI,vored ,awl "!r, ces prav,ded ender Ih,s ('err,:,al,
�'d:• cal', .v r ,, ,,•b'; ,v,nit. as f:•e.axe s•:ay !e ti•,,m the ettni,,r.l.ur t:f ah, O wrxt
tl,, ih•S,•Iter, rr.iot; dir,t�u'•.us)c.•;rJst.mr u,il he r�.cogrveJ .rant .�,:..,u..ro,!JIeJ. wit
I .... ,:u. •n .:n, •.,ay. ; asuit +a i,enhl au4 .Jla.vr m Lrrn,t.,rt f.ub,Ie fhe 1'ny of I nl•Lo,CL. dt
••.,,n, ,:err io I•r,ply it.il:li't,"V!,.2.q;, 1_::rl„ nt...reJ
l'ere:o.pla, ro,3ro:Kf arJ rr•:,:,•, pro,:deJ..v nv.ScIfer. its nh-Seth:r ur,u:y fh'rd,),rtv
,, •'I,: • ail :;, the •- rrdDi:n •,r Jc, elurwenf ,-.f the I:r,:Juets .1rd '.era.: es to •.e dch -red to 'he ('try
th:•i.'„fr•ct f•i.retoc.mph. u: rh.any •>f d•, „h•; ,,rnr:•. m,,.ed
'•^e-r,.•its•:c.r,ir:errs•1::n-•,flan.hhxk,,,.uhnSa,rll',+I.:m••f.ts�I;;h!s r.:Jer•le!.,,v.md
u r W..i ('.,rlr.icl ,rc'nJ,:'g, had MI I. witeJ to. is %6H perair r� to termio. hen .,ri'1er.luit
o tlf,i;*.,J:,e,eI'I.:, e 11.,.lie .mil ,1.',:age t'o,,nao flxr •,.,,..:area .I:,:r•Eed
.:, ti•:, C,..vir n:I, u,J.ut rri -::h:.xf :oar,, dr cl.,, rer of'•, ar wli, r•p' eJ •:r
I r h••.r:5 of +L•r del xr'.i' .d,:bay •t i•..;h, .:fats :v: sec. Lail do Ili„ f,J:ir.;cl. its .tGper'di rs, is
oP•r,:::c..r •.:r^,:. is ••r.w, .!, .... •a..'I r„ r;;tn .:cd a :I• I C',..frat In
10. S \FETY 11'.\RRA%TY Seller w.trrarts that the pmoh,et sold to the Amer -hall cont:lm to
the •tacJar la promul,.dal by the I- S Depammentof r L.1hori.: kr ill, tkcut:anlnal Sad h : rid
I ical•b Act of l070 b, the evert the prod at ,lies not confw•n to OAHA •re+da i. B••l er nay
reborn the product for ct•rrtctirn Ir replacement a1 the Seller's expense Ira the et ant sa•t'Cr
fait: Ili make fhe .ippr,q.`n,tfe tanlC61ra within a reasonlhle time, correct: an r.•,tJe 6v Buyer
,,,It be.0 the Seller's expense -
IL \O\1.\RR•\\T\'Bl'81,1'FR.\Gaff\ST I\FRI\GE�iC\TS Aslsutofih:;o•:!tractfor
.de Seller .Ikrees to ascertain ,shafher ycooJs Itstnufactitnnl tin accordarcc ta.rh the
,pecdicahons altml ed to th.>.tcrecment,%dI give rise to iht rtuMfd ,taunt ,•f.Im •h,rJ p•.,••n
Ill' ,vary of mfnngentenf ofihe like. Diner makes ro u,vrarlty that the rrivlucYra
dccorJrng to Ills spepfcalw n wJI sal glee nor to such a claim, I'd.,! :I,` c• .,:it J-.111 [fits, !It
liable to Seller far imlemmrlcatinn :n the event that Seller I, }utxl .n the pro -a & of
nofrmgenitrtt of Ihe like. If Seller:s of the opinion that an Ilif viScrovent or Ilia like wsdt r •sull,
he will ,aptly We Buyer to this effect in wrdnly within two weeks alter the s,gr.n of this
,!,r,emert Ifnuv v ,kxs roll receive notice and is a,tbsa)uantly held 1•4hie ri r Ihe
n, fiu•gem:a•M or the like, Seller will saw Buyer harmless. If Seller it, ,aruJ I:adh .f,:crfaws the
prr,gidien ol'thy gtx.Jf m accordance wnh the speclfiaYiuro will re>ull m rfrin>_eme it or the
I Le, the contract ,hall be roll and void
11 RIGHTOFi\SPECfION. Boyer,halthave the re,Idto,rfprctthe gia,dsat,ichnghcfve
aceepling than.
13 C'.loWELLAvoloi noryer,haH h.we the right to cancel f,r.4(;lult all „r,trm , : rr of the
untkii+ered portion of tin; order if Seller breaches ,any of the temp hereoi r0tKii %t vs.uranttes
of Scher or tf the Seller becomes insolvent or commtrs acts of hankniptc) Such r..'ll cf
cancellation its in addition to and not in lieu of airy other remedies which Buyer may, have in
lawor equity.
Id. TERMINATION. Tle performance of work under this order maybe terminated In wholly. or in
part by the Buyer m accoxdtlwe •vuh this provosmor. 'fermrnrhon of work hcrenrwkr shill !sr
efTected by the delivery of the Seller of a"'Sotice of Tcrnunativn" specifying doe extent la)
which performance ot'wwaii under the corder is wthin led .Ind the date upon Abash such
lemwnalion fecanes effective Such right orterm,nati n is in aldotiun io and twit in lieu of the
nglrs of Btryer act KMh m C'latne I J, hyretn.
15. FORCE MMEI IRE. Neither party .shall be held re ponsible ter ksses, resulting I f the
fdtilIntent orally term orproviiauta of this contract is delAy d orpreverted by .tin :.time not
within Ibe ctnirol of Ibe puny whose pertormance i, interfered wills. and which Iy the eacrecse
of reasonable dd,gence said party, is unable to prevent.
16. ASSIGNMENT-DELFOA 1710N. M) ngld onnitrest to the cnnfrut shall be assr;yea! er
delegation of any ohh.4ahon made by Stifer,vidtout the wooer prrmtswon of live Iluycr Any,alte hated assignment or delegation by Seller ;hall be wholly ,old no totally utelTective fir all
purpose unless ,n.TJe in conformity with this paragraph.
17 WAIN IR. No) claim or right aris,ngois ofa breach of this contract call he du•chargal in v.lwole
or in pint by a %4jiiver or rcnlmcialtun i•f ttia claim or r'tglit taileaB the ,vata err err renunciation is
aupportud by consideration and in in writing signed by the aygriexcd party,
18. INTPAPRET.\'r10N-PAROLE EVIDENCE. This wnhng, plus Any .vpecirlo.toorts for b,ds.unl
performance pmv,ded by Buyer in its advertismras fsvr-bids.mod any other dowurrlertts
provided by Seller .s part III led, is ode led by the raiiles ,a a Anal expmsitrt of their
agreementartJlntenJedalsom41 complete -viduaclusm'e>fatementorthe join, nfihwr
agreinnertl. Whune)rr a ferm.kfned by the L'n,f:rm Commercial Code is u,ad nl 1111 .
agreement, lite definition contained in the Cale is to comrel.
1.) APPE.IC ABLF'. LAW. loos .tyreentent %ball he;;oven-, d by the Uniform C'Isrrmercial n'rJe.
Where ever the term •'Cam farm Commercial C'rde" ,s ,red, n ,hall be con:.Inted .cs mvaduoy; the
Und'orm Crimniticial Code as adupled m the State of'rexis as e0 ctive:md In fvice on the
,tale of this agreement.
20 RIGHT TO ASSURANCE. Wheneverone pAry, I,) this ccntrict in good frith has reason to
question the other party's silent to perform he miry ,k,rand Chit the usher party gave wrrttot
.e,sur,tnce of his intent to perform. In Ihe : emt that .) Jemm:J is ,ra k .and no ,cs' um ce u
I;tven within fvel5) Jays, the dtmandng party nisy In at this failure as.n.usoc,palury
repudiation of the c,ntract.
II I\DE VIN111CATION. Seiler.hnll wJemmfv, Jeep and .tare h..vmlrss tl,r 8gyyr, Ir:,rxitrs,
OTc,als:irdompinyem. igmrmill mp.nm.,kath,,hxs,damages,C1.r1nS,Jt,tent ).ism, 'I.N.
tiandit:a.plJgmcns, costs and yapen,es, tthsch may m anywise ,wcnie against the Buycr ,r
eor,acgi once of tax pau,tntg of :his Cnntr, ct or •thick nUv An -.I Ise re,nh ihcre tom. It bether
ur rut fl shall be.tllegod or Jeterniuitd that the .act v,as,awed Ihrungh negh,; me In aill i,_"in
, ( Ihe Seller or is emple%Ins, or of the sish.4rller it .t,sfgnce or its eorpb•y.ri, I r wv. •old the
So; tar JIm11. .d his own c'Ipenae, aprev. derow.11A pay all c1•argc nf,mar.xl,.Ind al IIIII t
and of her esperies ansmy therefn,m of, ocoirrod Ili correction therc,vdh, and, rf env )to.I;'woot
JmlI Ne rerJerci Igmr:d Ihe 8w er :n ar) >,ich wtIon. the ieiler %hall, .II :Is ,I•vn r per.,es.
..itisry .oid,asch.t: gc the same Seller r.,pisly io:der,tat'd, and agree; t1,.a1 any I , cd r;qu.r. -1
kv nos: ,r,trxt, or „rhrr,;,e pnr ,de! by SeC1ji. ,Pa!i'n uL-•eau ";r.J rhr 'r,purcd•Iidy t.�
: demnd'}•, teep .:rd .,err li.irmlcss .wd dcfr:d the 8u3cr .0 I•erein i:r,naded.
::t.IF !: :..�: `lit :ilia-s.l� .air e, :,rJ ,: ,, r. :•w:u :„at f;j7e .i •:l sass,,. t."'e l ('t'C
I•rrlinlnancr u!'II`;s ,:,irlmcf. and fa ,!ire "I,r,a:trot If,eert !tc.e fame 'pn,rcal:or.., .d lhas
.�gr enicrt wall ,same Seller to he in ,t,Ct.lutt of :tin ayrremem
? ,.18E Toe Cm• of I.uhh.wk hrreln n,q,fes aft !•.,Jders that ,n regard ir..wy.;. rmr ic•f - 'Nre.l
err. ;:urn. u.aa to rbs rr.,ursr ,ats•nr .,#,d -):rear :.a ass tctr,Fc,es •vwh :w.,:):n.frd a:•..II
glpo,uorwics to ,ubrnt !mis ,n re,pcnx to rhis r, fX,on ,,rd ,,,ll nor !ie d:scrur:'aced .ig.i-n ,l
In t!:e ,,:rot.cibi of race. color, ,ea tir eatiti A on;im tin on.ideration fur an ar,ard
Rev 1.)8/2,:45
TO:
PURCHASE ORDER
DACO FIRE SAFETY EQUIPMENT
PO BOX 5006
LUBBOCK TX 79408 5006
Page - 1
Date - 11/17/08
Order No. - 339329 000 OP
Brn/Plt - 3511
SHIP TO:
CITY OF LUBBOCK
CENTRAL FIRE STATION COMPLEX
RAUL SALAZAR
1515 EAST URSULINE
LUBBOCK TX 79401
INVOICE TO: CITY OF LUBBOCK
ACCOUNTS PAYABLE
P.O. BOX 2000
va;t?77
LUBBOCK, TX 79457
BY:
- ---•----- ----------- --------
Ordered - 11/13/08 Freight - FOB Destination-Frt•Prepai
Requested - 11/13/08 Taken By - ROBIN HOLDER
Delivery - PER R SALAZAR REQ# 31837 ITB# 08-010-FO
--------------------------------------------------------------------------------------
Description / Supplier Ite
............................
Ordered
UM
Unit Cost
UM
Extension
Req. Dt
Bunker Coats
...........
27.000
--
EA
...........
1,069.0000
--
EA
------------
28,863.00
........
12/13/08
Bunker Pants
27.000
EA
688.0000
EA
18,576.00
12/13/08
Suspenders
27.000
EA
42.0000
EA
1,134.00
12/13/08
This purchase order encumbers funds in the amount of $48,573.00, for a bid awarded to DACO Fire Safety
Equipment, of Lubbock, Texas on January 10, 2008, in accordance with Resolution No. 2008-R0013. The following
is incorporated into and made part of this purchase order by letter of ratification of Resolution No. 2008-R0013.
CITY OF LUBBOCK ATTEST:
Tom Martin, Mayor Rebec Garza, City Secretary
Total Order
-------------------------------------------------------------------------------------
Terms NET 30 DAYS 48,573.00
TERMS AND CONDITIONS
IMPORTANT: READ CAREFULLY
STANDARD TERMS AND CONDITIONS
CITY OF LUBBOCK, TEXAS
Seller and Buyer agree as follows:
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 nave 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 withal] 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 perftgnrance has
not yet expired the Seller may reasonably iiotify Duyier of his intention to cum and 16/then
make a conforming tender within the contract time but not
,a4rw d„
5. INVOICES & PAYMENTS.
a. Seller 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. O. 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 of such commission, percentage, brokerage or contingent fee.
9. WARRANTY -PRODUCT. Seller shall not limit or exclude any implied warranties and any
attempt to do so shall render this contract voidable at the option of the Buyer. Seller warrants
that the goods furnished will conform to the specification, drawings, and descriptions listed in
the bid invitation, and to the samples) furnished by the Seller, if any. Lithe event of a conflict
or between the specifications, drawings, and descriptions, the specifications shall govern.
Notwithstanding any proyisions contained in the contractual agreement, the Seller represents
and warrants fault -free performance and 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 can may be from the effective date of this Contract.
Also, the Seller warrants the year2000 calcuiations will be recognized and accommodated and
will not, in anyway, result in hardware, software of firmware failure. The City of Lubbock, at
its sole option, may require the Seller, at any time, td demos strate the procedures it intends to
follow in order to comply with all the obligations contained herein. 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, implied 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 rnade 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
byway 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 is sued 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
infringement or the like, Seller will save Buyer harmless. If Seller in good faith ascertains the
production of the goods in accordance with the specifications will result in infringement or the
like, the contract shall be null and void
12. RIGHT OF INSPECTION. Buyer shall have the right to inspect the goods at delivery before
accepting them.
13. 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 terns hereof including warranties
of Seller or if the Seller becomes insolvent or conunits 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.
14. TERMINATION. The performance of work under this order may be terminated in whole, or in
part by the Buyer in accordance with this provision. Termination of work hereunder shall be
effected by the delivery of the Seller of a "Notice of Termination" specifying the extent to
which performance of work under the order is terminated and the date upon which such
termination becomes effective. Such right or termination is in addition to and not in lieu of the
rights of Buyer set forth in Clause 13, herein.
15, FORCE MA3EURE. 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 patty is unable to prevent.
16. 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.
17. 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.
18. 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 their
agreement and intended also as a complete and exclusive statement of the terms of their
agreement. Whenever a term defined by the Uniform Commercial Code is used in this
agreement, the definition contained in the Code is to control.
19. APPLICABLE LAW. This agreement shall be governed by the Uniform Commercial Code.
Where ever 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.
20. RIGHT TO ASSURANCE. Whenever one party to this contract in good faith has reason to
question the other patty'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
21. INDEMNIFICATION. Seller shall indemnify, keep and save harmless the Buyer, its agents,
officials and employees, against all injuries, deaths, loss, damages, claim, patent clairm, 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 costa
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 agree 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.
22. 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.
23. 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 bibs 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 -
Rev. 08/2005
CITY OF LUBBOCK
URCHASEORDER
TO:
DACO FIRE SAFETY EQUIPMENT
PO BOX 5006
LUBBOCK TX 79408 5006
Page - 1
Date - 2/25/09
Order No. - 343810 000 OP
Brn/Plt - 3511
SHIP TO:
CITY OF LUBBOCK
CENTRAL FIRE STATION COMPLEX
RAUL SALAZAR
1515 EAST URSULINE
INVOICE TO: CITY OF LUBBOCK
ACCOUNTSPAYABLE
P.O. BOX 2000
LUBBOCK. TX 79457 BY:'
............................................................................
Ordered - 02/24/09 Freight - FOB Destination Frt Prepaid
Requested - 02/24/09 Taken By - ROBIN HOLDER
Delivery - PER R SALAZAR REQ# 32359 ITB# 08-010-FO
Description / Supplier Ite
Ordered
UM
--
Unit Cost
-----------
UM
--------------
Extension
Req. Dt
........
----------------------------
Bunker Coats
-----------
40.000
EA
1,041.0000
EA
41,640.00
03/24/09
Bunker Pants
40.000
EA
665.0000
EA
26,600.00
03/24/09
Suspenders
40.000
EA
42.0000
EA
1,680.00
03/24/09
This purchase order encumbers funds in the amount of $69,920.00, for a bid awarded to DACO Fire Safety
Equipment, of Lubbock, Texas on January 10, 2008, in accordance with Resolution No. 2008-R0013. The following
is incorporated into and made part of this purchase order by letter of ratification of Resolution No. 2008-110013.
CITY OF LUBBOCK
r'G
TomMatnw
Mayor
ATTEST:
-CO4-�
Reb ca Garza, City Secretary
Total Order
-------------------------------------------------------------------------------------
Terms NET 30 DAYS 69,920.00
TERMS AND CONDITIONS
IMPORTANT: READ CAREFULLY
STANDARD TERMS AND CONDITIONS
CITY OF LUBBOCK, TEXAS
Seller and Buyer agree as follows:
1. SELLER TO PACKAGE GOODS. Seller will package goods in accordance with pucd
commetcial practice. Each shipping container dull be clearly and permanently marked as
follows (a) Seller's name and addrem (b) Consignee's name. address and purchase order or
purchase release number and the supply agreement number if applicable. lc) Container number
and total number of containers, e.g. box 1 of 4 boxes, and Id) the number of the Container
bearing the packing slgt. Sella shall hear cost of packaging unless otherwise provided. Goods
slag be winbb pecked to whose lowest trauportation costs and to conform wqh
requirements of common carriers and any applicablespecifications. Buyer's count or weight
shall be find and conclusive on shipments mot accompanied by Packing lists.
2. SHIPMENT UNDER RESERVATION PROHIBITED. Seller is not authorized to ship the
goods under taervarioa tied no teach of a big of lading will open so has a tender of goods.
3. TITLE AND RISK OF LOSS. The title and risk of loss of the goods "not pas to Buyer
until Buyer actually receives and takes possession of the goods at the point or poims of
delivery.
4. NO REPLACEMENT OF DEFECTIVE TENDER. Every tender of delivery of goods mud
fully comply with all provisions of this connect"to time of delivery, quality and the like. if a
tender is made which does not fully conform. this shall constitute a'bieaeh and Seller shall not
have the right to substitute a conforming !eider. providecL wham the time for performance has
not yet expired the Seller may reaaably notify Buyer of his imention to cute and may then
make t conforming tondo within the contract time but not afterward
5. INVOICES PAYMENTS.
a Seller 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 spplicable. Invokes 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 shcuhd be attached to the invoke. Mai! To: Accounts
Payable City of Lubbock, P. O. Box 2000, Lubbock, Texas 79457. Payment shall not be due
until the above inatrumeries are submitted after delivery.
6. GRATUITIES. The Buyer may. by written notice to the Seller, canal this contract without
liability to Seller if it is determined by Buyer that gratuities, in the form of ematai meat, gifts
or otherwise. were offered or given by the Seller, or any agent or mvmenhtfve of the Sella.
to any officer or employee of the City of Lubbock w itb a view to securing a contract or
securing favorable tremunent with respect to the awarding or amending, or the making of any
determinations with respect to the performing of such a contract. In thin event this connect 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 A TEST EQUIPMENT. if the price stated on the face hereof includes the
cost of any special tooling or special test equiptrterd fabricated or required by Seiler for the
purpose of filling this order. much special tooling equipment and my process abeam related
thereto shall become the property of the Buyer and to the extent feasible shall be identified by
the Seller as shah.
6. WARRANTY -PRICE.
a. The price to be paid by the Buyer shag be that contained in Seller's bid which Seller
warrants to be no higha 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 malteds of purchase. In the event Seller breaches this warranty, the prices of
the items shall be reduced to the Sella's current prices on orders by others, or in the
alternative. Buyer may canal this contract without liability to Sella for breach or Seller's
actual experaw.
b. The Sella warrants that no person or selling agency has been employed or retained to
solicit or secure this contract upon an agreement or understanding far commission percentage
brokerage. or camtingert fee excepting itoas fide employees of bow tide established
commercial or wiling agencies maintained by the Seller f r the purpose of securing busheas.
For breack of vkistim of this waraaty the Buyer shall have the right in addition to my otter
right of rights to cancel this contract without liability and to deduct from the contract price, or
otherwise recover without liability and to deduct firm m the contract price, or otherwise recover
the ruff amount of such commission, percentage, brokerage or contingent fee.
9. WARRANTY -PRODUCT. Sella shall nit limit or exclude any implied warranties and any
attempt to do so shall render this contract voidablesi the option of the Buyer. Seller warrants
that the goads fiunidsed will confute (o the specificoioa, draw fn js and lexripriom listed in
the bid invitation, and to die samplefs) ftantisbod by the Seller, if any. in the event ofa conflict
or between the specifications, drawings, and diescriptiers. the specifications shelf gorvern.
Notwithstanding any provisions contained in the contractual agreement, the Seller represents
and warrants fault -Bee performance and fault -free result in the processing date and date related
dos (including. bud not limited to cakulaift comps* and sequencing) of all hardware.
software and firmware Products delivered and services provided wader this Contract. ..
individually or is combination. as the arse may be from the effective doe of this Ccet act.
Also. the Seller warrants the year?1M calculations will be recognized and accommodated and
will not, in anyway, result in hardware, software or'firmware failure. fhe City of Lubbock, at
its sole option, may mgwm the Seller, it any time, to de monsarate the procedures it itends to
follow in order to comply with all the obligations contained herein. The obligations contained
hemet apply to products and services provided by the Seller. is 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. Faille to cornply with any of the obligations contained
hems., may result in the City of Lubbock availing tselfof any of its rights under the law and
urwfer this Contact including, but not limited to, its right pertaining to le mmation or default
The warranties contained herein are separate and discrete from my other warranties specified
in this Contract. and are not subject to any disclaimer of waraaty, implied or expressed. or
limitation of the Seller's liability which inay be specified in this Contract, its appendices. its
schedules, its annexes or any document incorporated is this Contract act 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 SsfetY
and Heahh Act of 1970. In the event the product does not conform to OSHA standards. Buyer
may return the product for correction a replacement at the Seller's expense. In the event
Sella fails to make the appropriate Cormtion within a treasonable time. correction made by
Buyer will be at the Sella's expense.
IL NO WARRANTY BY BUYER AGAINST INFRINGEMENTS. Aa pat of this contract for
sale Sella agrees to ascertain whether goods mmufactuted in accordance with the
specifications attached to this agreement will give rise to die rightful claim of my third perxm
by way of iofiingtmeetu of the like. Buyer main no wamsey that the production of goods
according tu the specification will not give rise to rich a claim athd m no event shell Buyer be
linte to Seller for indemnification in the event that Seller is sued on the grounds of
infringement of the hie. if Seller is of the opinion drat an infirmy tent or die lice will result.
he will n hdfy the Buyer to this effect fit writing within two weeks after the signing of this
agreement. If Buyer does not receive notice and is subsequently held liable for the
infifng uraht or the like. Seller will save Buyer harmless. If Seller in good faith ascertain the
production of the goods in accordance with the spailicieian will result in infringement or the
like, the contract shall be null and void
12. RIGHT OF INSPECTION. Buyer shall have the right to inspect the goods at delivery before
accepting hens
13. CANCELLITiON. Buyer shall have'the right to cancel for default all or say pat of the
undelivered portion of this order if Seller breaches any of the tom hereof including warranties
of Seller or if the Seller becomes insolvent or Commits ands of barknip". Such right of
cancellation is in addition to and not in lien of any other remedies which Buyer may have in
law or equity:
14. TERMINATION. The performaue of work under this order may be terminated in whole, or in
part by the Buyer in accordance with this provision. Termmation of work hereunder shall be
effected by the delivery of the Sella ofa "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 13, iraein.
t 5. FORCE MAIEURE. Neither party shell be held responsible for losses, resulting if the
fulfillment of any terns of provision of this contract is delayed or prevented by any cause not
within the control of the parry whose performance is hmerfered with, and which by the exercise
of reasonable diligence said party is unable to prevcnt
16. 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 flue 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
17. WAIVER. No claim or right arising out ofa breach of this contract can be discharged in whole
or in part by a waiver or renunciation of the claim or right umtless the waiver or renunciation is
supported by canaidauion and is in writing sighed by the aggrieved party.
18. INTERPRETATION -PAROLE EVIDENCE. This writing, phis my specifications for bids and
performance provided by Buyer in its advertu rhent for bids, and any other documents
provided by Seller as pat of his bid. is intended by the parties as a final expression of their
agree em and intended also as a complete and exclusive statement of the terns of their
agreement. Whenever a term defined by the Uniform Commercial Code is used in this
agmemenL the definition contented in the Code is to control.
19. APPLICABLE LAW. This agreement shall be govemed by the Undam Commercial Code.
Where ever the term "Uniform Commercial Code" is used it shall be construed as mreauing the
Uniform Commercial Code as adopted in the State of Texas a effective and in force on the
doe of this agreement.
20. RIGHT TO ASSURANCE. Whenever one party to this contract in good faith has ream to
question the otha parry's intent to perform be may demand that the other party give written
assurance of his intent to perform in the event that a demand is ms& and no assurance is
given within, five (5) days, the demanding party may treat this failure as an anticipatory
repudiation of the contract.
21. INDEMNIFICATION. Seller shell indemnify. keep and save harmless the Buyer. its agents.
officials and employees, against all injuries, dembs. loss, damages, claims, panatt claims suits,
liabilities, judgments. Cosa and expenses, which may in anywise accrue against the Buyer in
consequence of the granting of this Comm or which may anywise rewft rhaefiom. whether
or not it shall be alleged or determined that the act was caused through negligence or omission
of the Seller or its em;hloyees, or of the subSeller or assignee or is employees. if any, and the
Sella shall. at his own expense. appear, defend and pay all charges of attorneys and all cults
and other exgh o - arising therefrom of incurred in connection dwrewithiL an& if any judgment
Jull be rendered against to Buyer in arty such action, the Seller shall, at is own expenses.
:misty and discharge the sane Seller expressly understands and agrees rho my hood m4uirod
by this ;1,nU cL or ohherwtse provided by Seller. ,hall in no way limit the responsibility, to
indemnify. keep and save harmless and defend the Buyer as harm provided
:. TIME. It is hereby expressly agreed and understood that rime is of the e&wwe for the
performance of this contract, and failure by contract to meet the time specifiCatioea of this
agreement will cause Sella to be in defauh of this agreenhemt.
23. MBE. The City of Lubbock hereby notifies all bidden 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
Rev. 08/2005
TO:
U R C H A S E ORDER
DACO FIRE SAFETY EQUIPMENT
PO BOX 5006
LUBBOCK TX 79408 5006
ACCOUNTS PAYABLE
P.O. BOX 2000
LUBBOCK, TX 79457
SHIP TO:
BY-
Page - 1
Date - 5/27/09
Order No. . 348042 000 OP
Brn/Plt - 3511
CITY OF LUBBOCK
CENTRAL FIRE STATION COMPLEX
RAUL SALAZAR
1515 EAST URSULINE
LUBBOCK TX 79401
------------------------------------------------
-------=------------------- --------
Ordered 05/27/09 Freight - FOB Destination Frt Prepaid
Requested - 05/27/09 Taken Byy - ROBIN HOLDER
Delivery - PER R SALAZAR REU 32819 ITB# 08-010-FO
--------------------------------------------------------------------------------------
Description / Supplier Ite
----------------------------
Ordered
UM
Unit Cost
UM
Extension
Req. Dt
Bunker Coats
...........
23.000
..
EA
...........
1,041.0000
--
EA
------------
23,943.00
-------- .
06/30/09
Bunker Pants
23.000
EA
665.0000
EA
15,295.00
06/30/09
Suspenders
23.000
EA
42.0000
EA
966.00
06/30/09
This purchase order encumbers funds in the amount of $40,204.00, for a bid awarded to DACO Fire Safety
Equipment, of Lubbock, Texas on January 10, 2008, in accordance with Resolution No. 2008-R0013. The following
is incorporated into and made part of this purchase order by letter of ratification of Resolution No. 2008-R0013.
CITY OF LUBBOCK ATTEST:
Tom Martin, Mayor Re ecc Garza, City Secre ary ;
Total Order
-------------------------------------------------------------------------------------
Terms NET 30 DAYS 40,204.00
TERMS AND CONDITIONS
IMPORTANT: READ CAREFULLY
STANDARD TERMS AND CONDITIONS
CITY OF LUBBOCK, TEXAS
Seller and Buyer agree as follows:
1. SELLER TO PACKAGE GOODS. Seller will package goods in accordance with good
commercial practice. Each shipping convener shall be clearly and permanently marked n
follows (a) Seller's tame and address, (b) Consignee's name, address and purchase order or
purchase reline number and the supply agreement number if applicable, I c) Contaieer number
and total number of containers, e.g. box I of 4 boxes, and (d) the number of the container
bearing the packing shp. Seller shall tear cast of pedngling unless otherwise provided Goods
shall be suitably packed to secure lowest transportation costa and to conform with requirements
of camnio n corners and any applicable specifications. Buyer's count or weight shall be fatal
and conclusom on shipments not accompanied by packing Bata.
2. SHIPMENT UNDER RESERVATION PROHIBITED. Seller is not authorized to ship the
goods under reservation and no tender of a bill of lading will operate as a tender of goods.
3. TITLE AND R ISK OF LOSS The title and risk often of the goods shall net pas to Buyer
until Buyer actually receives and takes passessiun of the goods at the point or points of
delivery.
4. NO REPLACEMENT OF DEFECTIVE TENDER Every tender,kdeli ay of 8o h must
fully comply with all provisions of that contract asto`1 fdthvery duality arid`the fake. Ifs
tender is made which does not fully conform, tfifs shalliplute)nbrel�b�rrd$(IlllarlbJl pore
have the right to substitute a conforming tender, provided, whine tM e'Bmd hear pint rforman ce has
not yet expired, the Seller may reasonably notify Buyer of hie intetyion to cure and may than
nuke a uanfarmung tender witlun the contract time but not afterward
S. INVOICES d PAYMENTS.
a. Seller shall submit separate invoices, in duplicate, one each purchase order or purchase
release after each delivery. Invoices dull indicate the purchase order or purchase release
number and the supply agreement number if applicable. Invoices shall he itemized and
transportation charges, of 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. O. Box 2000, Lubbock Texas 79457. Payment stall not be due
until the above nrutrunnerts are submitted after delivery.
6. GRATUITIES. The Buyer may, by written notice to the Seller, camel this contract without
liability to Seller if it is determined by Buyer that gratuities, in the form of entertainment, gift
or otherwis4 were offered or given by the Seller, or dny agent orreprrsemative of the Seller, to
any officer or employee of the City of Lubbockwith a view to securing a contract orsecuring
favorable treatment with respect to the awarding or amending, or the making of any
determination with respect to the performing of such a contract. In the evens this camact is
canceled by Buyer pursuant to this provision, Buyer shall be entitled, in addition to arty other
rights and remedies, to recover or withhold the amount of the cost incurred by Seller in
providing such gratuities.
7. SPECIAL TOOLS d TEST EQUIPMENT If the price stated on the face hereof includes the
cost of army special tooling or special teat 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 suck
8. WARRANTY -PRICE.
a. The price to be paid by the Buyer shall be that contained in Seller's bid which Seller
warn -ants 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 tinder similar of like
conditiorei and methods of purchase. In the even! Seller breaches this waranty, the prices of
the items shall be reduced to the Sellers 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 bat 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 arty other
right of rights to camel this contract without liability and to deduct from the contract price, or
otherwise recover without liability and to deduct from the contract price, or otherwse recover
the full amount of such commission, percentage brokerage or contingent fee.
9 WARRANTY -PRODUCT Seller shall not limit or exclude arry implied warranties and arty
attempt to do so shall render this contract voidable at the option of the Buyer. Seller warrants
that the goods furnished wit conform to the specification, drawings, and descriptions listed in
the bid invitation. and to the sample(s) furnished by the Seller, of arty. In the event of s conflict
or between the specifications, drawings, and desenptiors, the specifications shall govern.
Notwithstanding any provisions contained in the contractual agreement. the Seller represents
and warrants h'ault-free performance and fault -free result in the processing date and date related
data (including, but net 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 arse may be from the effective date of this Contract.
Also, the 41ler vvaments the yeer200D calculations will he recognized and accommodated and
will not. in any way, result in hardware, sofware of firmware failure. The City of Lubbock. at
its �le option. may require the Seller. at �y nine. to demmstraie ilie piroced6i,es t intends to
follow in order to comply with all the obligations cuntamed herein. The obligations contained
herein apply to products and services provided by the Seller. its sub -Seller or any third party
involved on the creston or devetopment ofthe products and seices to be delivered to the City
of Lubbock under this Contract. Failure to comply with any of the obligations contained
herein, may result urn the City of Lubbock availing Itself ofapy of its rights under the few and
under this Contract including, but not limited to, its right pertaining to termination or default.
lie warranties cortamed heron are separate and discrete from any other warranties specified
in this Contract, and are not :object to any disclaimer of warranty, implied 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 mcorp raled i n 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 replacerrnent at the Seller's expense. In the event Seller
fads to make the appropriate correction within a reasonable time. correction me& by Buyer
will be at the Seiler's expense.
I - NO WARRANTY BY BUYER AGAINST INFRINGEMENTS. As put of this coitnn for
sale Seller agrees to ascertain whether goods nwafiietured in accordance with the
specifications attached to this sgreement welt give rise to the nghtfal claim of arty third person
by way of infringement of the like. Buyer makes no warardy 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 this evert that Seller is sued on the gmunb of
infringement of the like. If Seller is of the opinion that an infringement or the like will result,
he wall notify the Buyer to this effect in wnting wthin two weeks after the signing of this
agreement. If Buyer does net receive notice and is subsequently held liable for the
infringement or the like. Seller will save Buyer harmless. If Seller in good faith ascertains the
production ofthe goods in accordance with the specifications; wit result in mfiirgermst orthe
like, the contract shall be null end void.
12, RIGHT OF INSPECTION. Buyer shall have the right to inspect the goods at delivery before
accepting them.
13. 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 Saileror if the Seller becomes insolvent or commits acts ofbankruptcy. Such right of
cancdlation is in addition to and not in lieu of any other remedies which Buyer may have in
law or equity.
14 TERMINATION. The performance of waA under this order may be terminated in whole, or in
part by the Buyer in accordance with this provision. Termination of work hereunder shall be
effected by the delivery of the Seller of s "Notice of Termination" specifying the extent to
which performance of worn under the order is terminated and the date upon which such
terminationbecanes effective. Such right or termination is in addition to and not in lieu of the
rights of Buyer set forth in Clause 13, herein.
15. 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 perry is unable to prevent.
16. 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. Arty
attempted assignment or delegation by Sellershall be wholly void and totally ineffective for all
purpose unless nude in conformity with this paragraph.
17. WAIVER. No claim or right arising out ore breach of this contract an 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.
18. 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 partiesas a fire[ expression of their
agreement and intended also as a complete and exclusive statement of the terns of their
agreement. Whenever a term defined by the Uniform Commercial Code is used in this
agreement, the definition contained in the Code is to control.
19, APPLICABLE LAW. This agreement shall be governed by the Uniform Commercial Code.
Where everthe 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.
20. RIGHT TO ASSURANCE. Whenever one party to this contract in good faith has reason to
question the other patty's intent to perform he may demand that the other Percy 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.
21. INDEMNIFICATION. Seller shall indemnify, keep and save harmless the Buyer, its agents,
officials and employees. against all injuries, deaths, loss, damages, claims, patent claims, sou,
liabilities, judgments, costs and expenses, which may in anywise accrue against the Buyer in
consequence of the graining 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 expanse, appear, defend and pay all charges of attorneys and all costs
and other expenses arising therefrom of incurred in connection therewith, and, if am judgment
shall he rendered against the Buyer in any such amoq the Seller shell, at its own expenses.
saisfy and discharge the same Seiler expressly understands and agrees that am bond required
by this contract, or otherwise provided by Seller, shall in no war limit the responsibility to
nndemmfv, keep and save harmless and defend the Buyer as herein provided
21 TI'vIE. It is hereby expressly agreed and urderstocd that time is of the essence for the
performance of this contract, and failure by contract to meet the time specifications of this
agreement wil cause Seller to be in default of thus agreement.
23, GIBE. The City of Lubbock hereby ratifies all bidden that in regard to any contract entered
into pursuant to this request, minority and women business cnterpnses will be afforded equal
opportunities to submit bids in response to thus invitation and will not be discriminated against
an the grounds of race. color, sex or natural ongin in consideration for an award.
Rev. 1):3l:.if)OS