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