Loading...
HomeMy WebLinkAboutResolution - 2024-R0198 - PO 10027315, DACO Fire Equipment, Structural Firefighting Protective Clothing - 04/09/2024Resolution No. 2024-R0198 Item No. 6.40 Apri19, 2024 RESOLUTION 13E IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and �n behalf of the City of Lubbock, Purchase Order 10027315, for the purchase of Bunker Gear for Lubbock Fire Rescue, as per Purchasing Co-op Contract BuyBoard 698-23, by and between the City of Lubbock and Daco Fire �quipment of Lubbock, 1'exas, and all related documents. Said Purchase Order is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on Apri19, 2024 TRA AY ,, MAYOR ATTEST: iey Paz, City S etary � APPROVEll AS TO CONTENT: Fo�erson,/�i�e Rescue Chief APPROVEll AS TO FORM: Ryan roo e, Senior Assistant City Attorney ItES.I'O 10027315-Bunker Gear, Daco Fire Equipment 3.27.24 SFr City of Lubbock TEXAS PURCHASE ORDER TO: DACO FIRE EQUIPMENT PO BOX 5006 201 AVE R LUBBOCK TX 79456 Page - 1 Date - 3/20/2024 Order Number 10027315 000 OP Branch/Plant 5619 SHIP TO: CITY OF LUBBOCK CENTRAL FIRE STATION COMPLEX 1515 E URSULINE ST LUBBOCK TX 79403 INVOICE TO: CITY OF LUBBOCK ACCOUNTS PAYABLE P.O. BOX 2000 LUBBOCK, TX 79457 BY: Marta Alvarez, Director of Purc sing & Contract Management Ordered 4/9/2024 Freight Requested 4/23/2024 Taken By Delivery PER R SALAZAR REQ 61539 BUYBOARD 698-23/PUR 18005 K MORGAN If you have any questions about this order, please contact Raul Salazar at 806-775-3176 or via email at RSalazar@mylubbock.us Description/Supplier Item Ordered Unit Cost UM Extension Request Date CVFM-32 Red Zone Coat 61.000 2,158.0000 EA 131,638.00 4/23/2024 PVFM Belted Pants 61.000 1,411.0000 EA 86,071.00 4/23/2024 Stay Safe Warranty 122.000 96.0000 EA 11,712.00 4/23/2024 Total Order Terns NET 30 DAYS 229,421.00 This purchase order encumbers funds in the amount of $229,421.00 awarded to Daco Fire Equipment of Lubbock, TX, on April 9 , 2024. The following is incorporated into and made part of this purchase order by reference: Quote dated January 5, 2024, from Daco Fire Equipment of Lubbock, TX, and BuyBoard Contract 698-23. Resolution # 2024-RO198 CITY OF K: ATTEST: Tray Pa e, y Courtney Paz, E�Secretary Re\. 3/2022 Seller and Buyer agree as follows: PURCHASE ORDER TERMS AND CONDITIONS STANDARD TERMS AND CONDITIONS ACCEPTANCE OF THIS PURCHASE ORDER CONTRACTOR ACKNOWLEDGES. by sunolvmu anv Goods or Services that the Contractor has read, fully understands. and will be in full compliance will all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between the City's terns and conditions and any terms and conditions crowded by the Contractor, the terns and conditions provided herein shall prevail. The terns and conditions provided herein are the final terns agreed noon by the parties. and any prior conflicting terns shall beof no force or effect. I SELLER TO PACKAGE GOODS Seller will package goods in accordance with good commercial practice Each shipping container shall be clearly and permanently marked as follows (a) Seller's name and address, (b) Consignee's name, address and purchase order or purchase release number and the supply agreement number if applicable, (c) Container number and total number of containers, e g box I of 4 boxes, and (d) the number of the container bearing the packing slip Seller shall bear cost of packaging unless otherwise provided Goods shall be suitably packed to secure lowest transportation costs and to conform with requirements of common carriers and any applicable specifications Buyer's count or weight shall be final and conclusive on shipments not accompanied by packing lists 2 SHIPMENT UNDER RESERVATION PROHIBITED Seller is not authorized to ship the goods under reservation and no tender of a bill of lading will operate as a tender of goods 3 TITLE AND RISK OF LOSS The title and risk of loss of the goods shall not pass to Buyer until Buyer actually receives and takes possession of the goods at the point or points of delivery 4 NO REPLACEMENT OF DEFECTIVE TENDER Every tender of delivery of goods must fully comply with all provisions of this contract as to time of delivery, quality and the like If a tender is made which does not fully conform, this shall constitute a breach and Seller shall not have the right to substitute a conforming tender, provided, where the time for performance has not yet expired, the Seller may reasonably notify Buyer of his intention to cure and may then make a conforming tender within the contract time but not afterward 5 INVOICES & PAYMENTS a S e I I e r shall submit separate invoices, in duplicate, one each purchase order or purchase release after each delivery Invoices shall indicate the purchase order or purchase release number and the supply agreement number if applicable Invoices shall be itemized and transportation charges, if any, shall be listed separately A copy of the bill of lading, and the freight waybill when applicable, should be attached to the invoice Mail To Accounts Payable, City of Lubbock, P 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 entertamment, 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 It The Seller warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for commission, percentage, brokerage, or contingent fee excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Seller for the purpose of securing business For breach of vitiation of this warranty the Buyer shall have the right in addition to any other right of rights to cancel this contract without liability and to deduct from the contract price, or otherwise recover without liability and to deduct from the contract price, or otherwise recover the full amount ofsuch commission, percentage, brokerage or contingent fee 9 WARRANTY -PRODUCT Seller shall not limit or exclude any implied warranties and any attempt to do so shall render this contract voidable at the option of the Buyer Seller warrants that the goods famished will conform to the specification, drawings, and descriptions listed in the bid invitation, and to the sample(s) furnished by the Seller, ifany 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 Seller represents and warrants fault -free performance and fault -free result n the processing date and date related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract The obligations contained herein apply to products and services provided by the Seller, its sub- Seller or any thud 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 collection within a reasonable time, correction made by Buyer will be at the Seller's expense I I NO WARRANTY BY BUYER AGAINST INFRINGEMENTS As pan of this contract for sale Seller agrees to ascertain whether goods manufactured in accordance with the specifications attached to this agreement will give rise to the rightful claim of any third person by way of infringement of the like Buyer makes no warranty that the production of goods according to the specification will not give rise to such a claim and in no event shall Buyer be liable to Seller for indemnification in the event that Seller issued on the grounds of infringement of the like If Seller is of the opinion that an infringement or the like will result, he will notify the Buyer to this effect in wiling within Iwo weeks after the signing of this agreement If Buyer does not receive notice and its 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 NON APPROPRIATION 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 monapproprintion 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 Inability, 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 its 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 13 RIGHT OF INSPECTION Buyer shall have the right to inspect the goods at delivery before accepting them 14 CANCELLATION Buyer shall have the right to cancel for default all or any part of the undelivered portion of this order if Seller breaches any of the terns hereof including warranties of Seller or If the Seller becomes insolvent or commits acts of bankruptcy Such right of cancellation is in addition to and not in lieu of any other remedies which Buyer may have in law or equity in accordance with this provision Termination of work hereunder shall be effected by the delivery of the Seller of a "Notice of Termination- specifying the extent to which performance of work under the order is terminated and the date upon which such termination becomes effective Such right or termination is in addition to and not in lieu of the rights of Buyer set fanh in Clause 14, herein 16 FORCE MAJEURE Neither party shall be held responsible for losses, resulting if the fulfillment of any terms of provisions of this contract is delayed or prevented by any cause not within the control of the party whose performance is interfered with, and which by the exercise of reasonable diligence said parry is unable to prevent 17 ASSIGNMENT -DELEGATION No right or interest in this contract shall be assigned or delegation of any obligation made by Seller without the written permission of the Buyer Any attempted assignment or delegation by Seller shall be wholly void and totally ineffective for all purpose unless made in conformity with this paragraph 18 WAIVER No claim or right arising out of a breach of this contract can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and Is in writing signed by the aggrieved party 19 INTERPRETATION -PAROLE EVIDENCE This writing, plus any specifications for bids and performance provided by Buyer in its advertisement for bids, and any other documents provided by Seller as pan 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 20 APPLICABLE LAW This agreement shall be governed by the Uniform Commercial Code Wherever the term "Uniform Commercial Code" is used, it shall be construed as meaning the Uniform Commercial Code as adopted in the State of Texas as effective and in force on the date of this agreement 21 RIGHT TO ASSURANCE Whenever one party to this contract in good faith has reason to question the other party's intent to perform he may demand that the other party give written assurance of his intent to perform In the event that a demand is made and no assurance is given within five (5) days, the demanding party may treat this failure as an anticipatory repudiation of the contract 22 INDEMNIFICATION Seller shall indemnify, keep and save harmless the Buyer, its agents, officials and employees, against all injuries, deaths, loss, damages, claims, patent claims, suits, liabilities, Judgments, costs and expenses, which may in anywise accrue against the Buyer in consequence of the granting of this Contract or which may anywise result therefrom whether or not it shall be alleged or determined that the act was caused through negligence or omission of the Seller or its employees, or of the subSeller or assignee or its employees, if any, and the Seller shall, at his own expense, appear, defend and pay all charges of attorneys and all costs and other expenses arising therefrom of incurred in connection therewith, and, if any judgment shall be rendered against the Buyer in any such action, the Seller shall, at its own expenses, satisfy and discharge the same Seller expressly understands and agrees that any bond required by this contract, or otherwise provided by Seller, shall in no way limn the responsibility to indemnify, keep and save harmless and defend the Buyer as herein provided 23 TIME It is hereby expressly agreed and understood that time is of the essence for the performance of this contract, and failure by contract to meet the time specifications of this agreement will cause Seller to be in default of this agreement 24 MBE The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this request, minority and women business enterpnses will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex or natural origin in consideration for an award 25 NON -ARBITRATION The City reserves the right to exercise any right or remedy to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control 26 RIGHT TO AUDIT At any time during the term of the contract, or thereafter, the City, or a duly authorized audit representative of the City or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided to the City under this Contract In the event such an audit by the City reveals any errors or overpayments by the City, Contractor shall refund the City the 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 ow ing the City from any payments due Contractor 27 The Contractor shall not assign or sublet the contract, or any portion of the contract, without women consent from the Director of Purchasing and Contract Management 28 Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorst Organization Prohibited Pursuant to Section 2252 152 of the Texas Government Code, prohibits the City from entering into a contract with a vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or service with Iran. Sudan or a foreign terrorist organization 29 Texas Government Code Section 2252 908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency Instructions for completing Form 1295 are available at nll0 r'wwsvci lubback.tr uw;drpa mtmal- m:Witeydman men I i purchasmg,'rcodor •mfprmm to 30 No Boycott of Israel Pursuant to Section 2271 002 of the Texas Government Code, Respondent certifies that either (I) it meets an exemption criteria under Section 2271 002, or (it) it does not boycott Israel and will not boycott Israel during the term of the contract resulting from this solicitation Respondent shall state any facts that make it exempt from the boycott certification in its Response 31 No Boycott of Energy Companies Pursuant to Section 2274 of the Texas Government Code, Respondent certifies that either (I) it meets an exemption criteria under Section 2274 002. or (it) it does not boycott Energy Companies and will Trot boycott Energy Companies during the term of the contract resulting from this solicitation Respondent shall state any facts that make it exempt from the boycott certification in its Response 32 No Boycott of a Firearm Entity or Firearm Trade Association Pursuant to Section 2274 of the Texas Government Code, Respondent certifies that either (I) it meets an exemption criteria under Section 2274 002, or (it) it does not boycott a Firearm Entity or Firearm Trade Association and will not boycott a Firearm Entity or Firearm Trade Association during the term of the contract resulting front this solicitation Respondent shall state any facts that make it exempt from the boycott certification in its Response 33 Contracts with Companies Engaged in Business —Ill Iran, Sudan, or Foreign Terronst Organization Prohibited Pursuant to Section 2252 152 of the Texas Government Code, prohibits the City from entering into a contract with a vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or service with Iran. Sudan or a foreign terrorist organization 34 TEXAS PUBLIC INFORMATION ACT The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the contractor or vendor agrees that the contract can be terminated ifthe contractor or vendor knowingly or intentionally fads to comply with a requirement of that subchapter 35 Pursuant to Section 552 301(c) of the Texas Government Code, the City of Lubbock has designated the following email address for which public information requests may be made by an entailed request oirj;Or,�rUi{1i2Q6':yg Please send this request to this email address for it to be processed 15 TERMINATION The performance of work under this order may be terminated in whole, or in pan by the Buyer REV. 312022 Account LUBBOCK, CITY OF PO BOX 2000 LUBBOCK, TX 79456 USA Product CVFM-32 Daco Fire Equipment 201 Ave. R Lubbock, Tx 79408 806-763-0808 WWW.DACOFIRE.COM Customer Quote 6470-1 Quote II IIIIII III IIIIIIIIIIIIII III 6470-1 General Quote Date Jan 5, 2024 Quote Exp Date Apr 26, 2024 Reference Ship Via Sales Rep GD Terms Description Quantity Sell Price Extension V-Force Coat -Male Model 32", Red Zone Garment, Iso- 61 each $2,158.00 $131,638.00 Dri C7 Center Cut Liner. LION APPAREL, INC. 3684-1 PVFM V-Force® Belted Pants -Male 61 each $1,411.00 $86,071.00 LION APPAREL, INC. 3684-1 STAYSAFE STAY SAFE WARRANTY PER GARMENT 122 each $96.00 $11,712.00 LION APPAREL, INC. 3684-1 BUYBOARD BUY BOARD CONTRACT 698-23 1 each $0.00 $0.00 SubTotals 245 $229,421.00 Sales Tax $0.00 Total Sale $229,421.00 Ship To LUBBOCK FIRE RESCUE 1515 URSULINE LUBBOCK, TX 79403 USA Remit To Address: DACO FIRE EQUIPMENT, INC. P.O. BOX 5006 LUBBOCK, TX 79408 1 1 1 CERTIFICATE OF INTERESTED PARTIES FORM 1295 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos, 1, 2, 3, 5, and 6 if there are no interested patties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2024-13.38320 Daco Rre Equipment, INC. Lubbock, TX United States Date Filed: 03/25/2024 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 6470-1 PPE Equipment- Bunker Gear Nature of interest 4 Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary Daco Fire Equipment, INC. Lubbock, TX United States X 5 Check only if there Is NO Interested Party. 6 UNSWORN DECLARATION My name is Briarla Garcia and my date of birth is My address is P.O. BOX 5006 Lubbock TX 79408 USA (street) (city) (state) (ztp code) (country) I declare under penalty of perjury that the foregoing is true and correct. e Lubbock county, state of Texas —on the 25thday of March 2024 BRIANA GARCIA (month r ) (year) . o Notary Public, State of Texas Comm. Expires 03-21-2026 Notary ID 133656747 Signature of authorlie—d-dgent of contracting business entity (Declarant) t-orms proviaea by I exas ttnics commission www.ethics.state.tx.us Version V3.5.1.5b35027 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: i Name of business entity filing form, and the city, state and country of the business entity's place of business. 2024-1138320 Daco Fire Equipment, INC. Lubbock, TX United States Date Filed: 03/25/2024 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 03/25/2024 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 6470-1 PPE Equipment - Bunker Gear 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Daco Fire Equipment, INC. Lubbock, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.5b35d027 Cheryl Brock Changed On Description Before After 03/27/2024 Current Account Balance $433,031.00 $427,806.04 03/27/2024 Geo Rules Caller Type None Submittal —Received 03/27/2024 Completed No Yes 03/27/2024 Complete Date [none] 3/27/2024 03/27/2024 Item Review Status ID Under Review Approved 03/27/2024 Passed No Yes 03/27/2024 Submittal Status ID Under Review Approved EnerGov Service Changed On Description Before After 03/19/2024 Completed No Yes 03/19/2024 Complete Date [none] 3/19/2024 03/19/2024 Completed No Yes 03/19/2024 Workflow Status Started Passed 03/20/2024 Completed No Yes 03/20/2024 Complete Date [none] 3/20/2024 03/20/2024 Completed No Yes 03/20/2024 Workflow Status Started Passed 03/21/2024 Completed No Yes 03/21/2024 Complete Date [none] 3/21/2024 03/21/2024 Completed No Yes 03/21/2024 Workflow Status Started Passed 03/25/2024 End Date [none] 3/25/2024 03/25/2024 Workflow Status Started Passed 03/25/2024 Completed No Yes 03/25/2024 Complete Date [none] 3/25/2024 03/25/2024 Completed No Yes 03/25/2024 Workflow Status Started Passed 03/25/2024 Plan workflow status change 03/27/2024 End Date [none] 03/27/2024 Workflow Status Started 03/27/2024 Completed No 03/27/2024 Complete Date [none] 03/27/2024 Completed No Purchasing Approval v.1 Approved 3/27/2024 Passed Yes 3/27/2024 Yes Current Balance Cost of Good/Services Additional Info $427,806.04 $229,421.00 Plan (PUR-2024-18005) $427,806.04 $229,421.00 Plan (PUR-2024-18005) $427,806.04 $229,421.00 Plan Submittal Item Review (Budget Director) $427,806.04 $229,421.00 Plan Submittal Item Review (Budget Director) $427,806.04 $229,421.00 Plan Submittal Item Review (Budget Director) $427,806.04 $229,421.00 Plan Submittal Item Review (Budget Director) $427,806.04 $229,421.00 Plan submittal text: (3/25/2024) Current Balance Cost of Good/Services Additional Info $427,806.04 $229,421.00 Plan submittal text: (3/19/2024) $427,806.04 $229,421.00 Plan submittal text: (3/19/2024) $427,806.04 $229,421.00 Plan submittal text: (3/19/2024) $427,806.04 $229,421.00 Plan workflow step action text: (Department Head) $427,806.04 $229,421.00 Plan submittal text: (3/19/2024) $427,806.04 $229,421.00 Plan submittal text: (3/19/2024) $427,806.04 $229,421.00 Plan submittal text: (3/19/2024) $427,806.04 $229,421.00 Plan workflow step action text: (Risk Management Coordinator) $427,806.04 $229,421.00 Plan submittal text: (3/19/2024) $427,806.04 $229,421.00 Plan submittal text: (3/19/2024) $427,806.04 $229,421.00 Plan submittal text: (3/19/2024) $427,806.04 $229,421.00 Plan workflow step action text: (Assistant City Manager/CFO) $427,806.04 $229,421.00 Plan workflow step text: (Purchasing Approval) $427,806.04 $229,421.00 Plan workflow step text: (Purchasing Approval) $427,806.04 $229,421.00 Plan submittal text: (3/25/2024) $427,806.04 $229,421.00 Plan submittal text: (3/25/2024) $427,806.04 $229,421.00 Plan submittal text: (3/25/2024) $427,806.04 $229,421.00 Plan workflow step action text: (Final Purchasing Approval) $427,806.04 $229,421.00 Plan (PUR-2024-18005) $427,806.04 $229,421.00 Plan workflow step text: (Initial Approvals) $427,806.04 $229,421.00 Plan workflow step text: (Initial Approvals) $427,806.04 $229,421.00 Plan submittal text: (3/25/2024) $427,806.04 $229,421.00 Plan submittal text: (3/25/2024) $427,806.04 $229,421.00 Plan submittal text: (3/25/2024) March 28, 2024 Page 1 of 5 03/27/2024 Workflow Status Started Passed 03/27/2024 Plan workflow status change. Initial Approvals v.1 Approved Kristine Dills Changed On Description 03/20/2024 Geo Rules Caller Type 03/20/2024 Plan Note added 03/20/2024 Completed 03/20/2024 Complete Date 03/20/2024 Item Review Status ID 03/20/2024 Passed 03/20/2024 Submittal Status ID Raul Salazar Changed On Description 03/19/2024 Plan added 03/19/2024 Scope 03/19/2024 Geo Rules Caller Type 03/19/2024 Workflow Status 03/19/2024 Plan Submittal added 03/19/2024 Start Date Before After None Submittal —Received No Yes [none] 3/20/2024 Under Review Approved No Yes Under Review Approved Before After This is a This is a procurement for 31 sets of procurement for 38 structural protective coat and pants for sets of structural new recruits and 30 sets to replace gear protective coat and or individual components of gear that pants to replace either fail National Fire Protection Agency gear or individual testing or becomes unserviceable due to components of damage that occurs during the course of gear that either fail an emergency response. National Fire Protection Agency testing or becomes unserviceable due to damage that occurs during the course of an emergency response. None Submittal —Received Not Started Started [none) 3/19/2024 $427,806.04 $229,421.00 Plan workflow step action text: (Budget Director) $427,806.04 $229,421.00 Plan (PUR-2024-18005) Current Balance Cost of Good/Services Additional Info $427,806.04 $229,421.00 Plan (PUR-2024-18005) $427,806.04 $229,421.00 Plan note text: (No insurance required. Approved.) $427,806.04 $229,421.00 Plan Submittal Item Review (Risk Management Coordinator) $427,806.04 $229,421.00 Plan Submittal Item Review (Risk Management Coordinator) $427,806.04 $229,421.00 Plan Submittal Item Review (Risk Management Coordinator) $427,806.04 $229,421.00 Plan Submittal Item Review (Risk Management Coordinator) $427,806.04 $229,421.00 Plan submittal text: (3/19/2024) Current Balance Cost of Good/Services Additional Info $427,806.04 $229,421.00 Plan (PUR-2024-18005) $427,806.04 $229,421.00 Plan (PUR-2024-18005) $427,806.04 $229,421.00 Plan (PUR-2024-18005) $427,806.04 $229,421.00 Plan workflow step text: (Initial Approvals) $427,806.04 $229,421.00 Plan submittal text: (3/19/2024) $427,806.04 $229,421.00 Plan workflow step action text: (Department Head) March 28, 2024 Page 2 of 5 03/19/2024 Workflow Status Not Started Started $427,806.04 $229,421.00 Plan workflow step action text: (Department Head) 03/19/2024 End Date [none] 3/19/2024 $427,806.04 $229,421.00 Plan workflow step action text: (IT director) 03/19/2024 Workflow Step General Reas [none] Not Required. $427,806.04 $229,421.00 Plan workflow step action text: (IT director) 03/19/2024 Workflow Status Not Started Skipped $427,806.04 $229,421.00 Plan workflow step action text: (IT director) 03/19/2024 Plan Submittal added $427,806.04 $229,421.00 Plan submittal text: (3/19/2024) 03/19/2024 Start Date [none] 3/19/2024 $427,806.04 $229,421.00 Plan workflow step action text: (Assistant City Manager/CFO) 03/19/2024 Workflow Status Not Started Started $427,806.04 $229,421.00 Plan workflow step action text: (Assistant City Manager/CFO) 03/19/2024 End Date [none] 3/19/2024 $427,806.04 $229,421.00 Plan workflow step action text: (Fleet Services) 03/19/2024 Workflow Step General Reas [none] Not Required. $427,806.04 $229,421.00 Plan workflow step action text: (Fleet Services) 03/19/2024 Workflow Status Not Started Skipped $427,806.04 $229,421.00 Plan workflow step action text: (Fleet Services) 03/19/2024 Plan Submittal added $427,806.04 $229,421.00 Plan submittal text: (3/19/2024) 03/19/2024 Start Date [none] 3/19/2024 $427,806.04 $229,421.00 Plan workflow step action text: (Budget Director) 03/19/2024 Workflow Status Not Started Started $427,806.04 $229,421.00 Plan workflow step action text: (Budget Director) 03/19/2024 Plan Submittal added $427,806.04 $229,421.00 Plan submittal text: (3/19/2024) 03/19/2024 Start Date [none] 3/19/2024 $427,806.04 $229,421.00 Plan workflow step action text: (Risk Management Coordinator) 03/19/2024 Workflow Status Not Started Started $427,806.04 $229,421.00 Plan workflow step action text: (Risk Management Coordinator) 03/19/2024 Workflow Step General Reas SKIP: ( By: Raul Salazar) $427,806.04 $229,421.00 Not Required. 03/19/2024 Workflow Step General Reas SKIP: (By: Raul Salazar) $427,806.04 $229,421.00 Not Required. 03/19/2024 Scope This is a This is a procurement for 61 sets of $427,806.04 $229,421.00 Plan (PUR-2024-18005) procurement for 31 structural protective coat and pants to sets of structural replace gear or individual components of protective coat and gear that either fail National Fire pants for new Protection Agency testing or becomes recruits and 30 unserviceable due to damage that occurs sets to replace during the course of an emergency gear or individual response. components of gear that either fail National Fire Protection Agency testing or becomes unserviceable due to damage that occurs during the course of an emergency response. 03/19/2024 Target Council Date [none] 4/9/2024 $427,806.04 $229,421.00 Plan (PUR-2024-18005) March 28, 2024 Page 3 of 5 03/19/2024 ACM's List [none] Shaun Fogerson 03/19/2024 Scope This is a This is a procurement for 61 sets of procurement for 61 structural protective coat and pants to sets of structural replace gear or individual components of protective coat and gear that either fail National Fire pants to replace Protection Agency testing or becomes gear or individual unserviceable due to ir-repairable components of damage that occurs during the course of gear that either fail an emergency response. National Fire Protection Agency testing or becomes unserviceable due to damage that occurs during the course of an emergency response. 03/19/2024 Geo Rules Caller Type None Submittal —Received 03/19/2024 Attachment added 03/19/2024 Attachment added 03/20/2024 Attachment added 03/20/2024 Geo Rules Caller Type None Submittal —Received Rob Keinast Changed On Description Before After 03/19/2024 Geo Rules Caller Type None Submittal —Received 03/19/2024 Completed No Yes 03/19/2024 Complete Date [none] 3/19/2024 03/19/2024 Item Review Status ID Under Review Approved 03/19/2024 Passed No Yes 03/19/2024 Submittal Status ID Under Review Approved Shaun Fogerson Changed On Description Before After 03/21/2024 Geo Rules Caller Type None Submittal —Received 03/21/2024 Completed No Yes 03121/2024 Complete Date [none] 3/21,12024 March 28, 2024 $427,806.04 $229,421.00 Plan (PUR-2024-18005) $427,806.04 $229,421.00 Plan (PUR-2024-18005) $427,806.04 $229,421.00 Plan (PUR-2024-18005) $427,806.04 $229,421.00 Attachment (quote.pdf) $427,806.04 $229,421.00 Attachment (Insurance Requirements.pdf) $427,806.04 $229,421.00 Attachment (quote.pdf) $427,806.04 $229,421.00 Plan (PUR-2024-18005) Current Balance Cost of Good/Services Additional Info $427,806.04 $229,421.00 Plan (PUR-2024-18005) $427,806.04 $229,421.00 Plan Submittal Item Review (Purchasing Approval) $427,806.04 $229,421.00 Plan Submittal Item Review (Purchasing Approval) $427,806.04 $229,421.00 Plan Submittal Item Review (Purchasing Approval) $427,806.04 $229,421.00 Plan Submittal Item Review (Purchasing Approval) $427,806.04 $229,421.00 Plan submittal text: (3/19/2024) Current Balance Cost of Good/Services Additional Info $427,806.04 $229,421.00 Plan (PUR-2024-18005) $427,806.04 $229,421.00 Plan Submittal Item Review (Assistant City Manager/CFOtree) $427,806.04 $229,421.00 Plan Submittal Item Review (Assistant City Manager/CFOtree) Page 4 of 5 03/21/2024 Item Review Status ID Under Review Approved $427,806.04 $229,421.00 Plan Submittal Item Review (Assistant City Manager/CFOtree) 03/21/2024 Passed No Yes $427,806.04 $229,421.00 Plan Submittal Item Review (Assistant City Manager/CFOtree) 03/21/2024 Submittal Status ID Under Review Approved $427,806.04 $229,421.00 Plan submittal text: (3/1912024) March 28, 2024 Page 5 of 5