HomeMy WebLinkAboutResolution - 2025-R0347 - Purchase Order 10028639, Strohman Enterprise, Red-Dot Rifle Sights, LPD - 07/22/2025Resolution No. 2025-R0347
Item No. 6.22
July 22, 2025
RESOLUI'ION
13E IT RESOLVEll BY THE CI1'Y COUNCIL OF THE CITY OF LU13130CK:
"TIlA7' t11e Mayor of the City of Lubbock is hereby authori�ed and directed to execute for and
on behali� of the City of Lubbock, Purchase Order 10028639 (sole source contract), for the
pui•chase of red dot sights for rifles for the Lubbock Police Department, by and between the
City of Lubbock and Strohman Enterprise, Inc., of Mechanicsville, VA, and all related
documents. Said Purchase Order is attached hereto and incorporated in this resolution as if i'ully
set forth herein and shall be included in the minutes of the City Council.
Passed by the City Council on July 22, 2025
-
MA12K W. MCI3RAYElt, MAYOR
A "TES'1':
Co rtney Paz, City Secretary
AYl'ROVF 3 AS TO CONTENT:
Scth llerman, Chiei�of Policc
AYPROVEll AS TO FORM:
_ � ��
Ryan'E3ro� e, Sc ior Assistant City Attorncy
R�S.f'O IU028639-Strohman L;nterprise, Inc.
6.13.25
��. �ity of
Lubbock
TEXAS
PURCHASE ORDER
Page -
Date -
1
6/12/2025
Order Number 10028639 000 OP
TO: STROHMAN ENTERPRISE, INC.
7494 INDUSTRIAL PARK RD, STE H
MECHANICSVILLE VA 23116
Branch/Plant
5719
SHIP TO: CITY OF LUBBOCK POLICE ACADEMY
REESE CENTER
508 DAVIS DRIVE
LUBBOCK TX 79416
INVOICE TO: CITY OF LUBBOCK
ACCOUNfSPAYABLE
P.O. BOX 2000
LUBBOCK, TX 79457 BY:
Msrta Alvarez, Director Purchasmg 8c Contract Mamgement
Ordered 6/12/2025
Requested 9/12/2025
Delivery L PEDERSON 62934
Freight
Taken By
S RIVERA
SOLE SOURCE
If you have any questions, please contact Lisa Pederson: LPederson cr mylubbock.us 806-775-2765
Description/Supplier Item Ordered Unit Cost UM Extension Request Date
200759 DUTY RDS RED DOT FLEX 150.000 403.5000 EA 60,525.00 9/12/2025
200759
SIGHT IONE PIECE TORSION NUT
Total Order
Terms NET 20 DAYS
60,525.00
This purchase order encumbers funds in the amount of $60,525.00 awarded to Strohman Enterprises, Inc of Mechanicsville, VA on June 24,
2025. The following is incorporated into and made part of this purchase order by reference: Quote dated June 12, 2025 from Strohman
enterprises, Inc. of Mechanicsville, VA, Sole source.
Resolution# 202_5-R0347
IT �' T,UBBO K:
�—
rk M rayer, Mayor
ATTES' :
Courtne az, City Secretary
Rev. 3/2022
Seller and Buyer agree as
follows:
PURCHASE ORDER
TERMS AND CONDITIONS
STAIYDARD TERMS AND CONDITIONS
ACCEPTANCE OF THIS PURCHASE ORDER�
CONTRACTOR ACKNOWLEDGES. by�yylyine� Goods or Services that the Conhacror has rcad. fullv
unders�ands. and will be in full compliance with all �ema and condi�ion: and the descriotive material wntained hercm
and anv additional associated documen�s and Amendmems. The C�ty disclaims anv trnns and condrtwns yrovided bv
Ihe Conhaaor unlas a�oed uoon m writin¢ bv the oarlies. In Ihe evenl of conflict between ihe Citv's tems and
conditions and am tmns and wndrtions orovided bv the Contractor. the �em�s and condhions provided hercin shall
prevail. 'Ihe �emis and conditions orovidcd herein are the final urtns �g�eed uoan by the partia. and anv prior
wnlhctine trnns shall be of no force or efTect.
1. SELLER TO PACKAGE GOODS Seller wdl package goodc in accordance wilh good commercial pmctice.
Each shippmg wntainer shall be clearly and pem�anenlly madced as follows (a) Seller's name and addras, (b)
Cons�gnee's name, address and purchau order or purchase release number and the supply agreement number if
appliwble, (c) Contamer number and lolal number of containers, e.g. box I of 4 boxa, and (d) �he number of the
contamer bearing �he packing sl�p. Seller shall bear cosl of packaging unlas othenviu provided. Goods shall be
smtably packed ro secure hwat traiuportatan costs and �o confom� with requirements of wmmon carriers and any
appl�cable speaficauonc. Buy+er"s count or we�ght shall be final and conclusive on shipments not accompanied by
packmg I�s�s
2. SHIPMENf UNDER RESERVATION PROHBITED. Seller is nol authoriud to ship the goods under
ramation and rw tender of a bill of lading will operale as a lenda ofgoods.
3. TITLE AND RISK OF LOSS. The lrtle and risk of loss of the goods shall not pass to Bu}er until Buyer actually
recerves and �akes possession of �he goods az the point or points of delivery.
4. NO REPLACEMEM' OF DEFECTIV E TENDER Every tenda of delivery of goods musl fully tomply with all
prov�sions uf this contract az tv nme of delivery, qualrty and lhe lilce. If a tender is made which doa no� (ully wnform,
this shall constuute a brcach and Sella shall not have the righl to substitute a conforming tenda, provided, wherc the
time for performance has nol yel expved, Ihe Sella may reasanably notify Buya of his intrntion to cure and may
then make a confo�ming �ender within Ihe wntraq �ime but no� aRelward.
5. INVOICES & PAYMENTS. a S e I I e r shall submrt separate invoica, in dupliwte, one wch purchase order or
purchase release after each delivery Invoices shall mdiwte Ihe purchase order or purchaze rclease number and
the supply agrmment number if applicable. Invo�ces shall be itemized and Iransportation charges, i( any, shall be
listed separately. A copy of the bill of ladmg, and the freighl waybill when applicable, slwuld be atlached lo Ihe
invoice. Mail To: Accounts Payable, City of Lubbock, P O Box 2000, Lubbock, Tezaz 79457. Payment shall not
be due until the above instruments are submiucd aRer dehvery.
6. GRATUITIES. The Buyer may, by written notice to �he Seller, cancel this wntraa witlwut liability �o Sella if
it is determined by Buytt �hat graluitia, in the form of rntertainment, gifls or othenvise, were offered or given by Ihe
Seller, or any agent or reprarntative of Ihe Seller, to any offiar or employee of Ihe City of Lubbock with a view �o
securing a coniract or securing Favorable hwtmenl with rapect to the awarding or amending, or the making of any
ddrnninations with rapect to the pafofming of such a contad. In �he evenl lhis contrect is canceled by Buyer
pursuant to Ihis provision, Buyer shall be entitled, in addi�ion �o any other rights and rcmedia, to recover or withhold
the amount of Ihe cost incurred by Seller in providing such gratuities.
7. SPECIAL TOOLS & TEST EQU[PMENT. If the pnce stated on the face haeof includa the cost of any special
tooling or special tat equipment fibricated or roqu'ved by Sella for the pufpou of filling �his o�der, such special
tooling equipmem and any process shxts rclated �hercto shall become the properry of the Buysr and to Ihe exlrnt
feasible shall be idenlified by Ihe Seller as such.
8. WARRAPICY-PRICE. a The price to be paid by the Buyer shall be thal contained in Seller's bid which
Seller wartants �o be no higha than Seller's culrent pmc�cs on orders by others for pmducts of the kind and
specification covered by this agreement for similar quanrn�a under similar of like conditions and methodsof purchase.
In the evrnt Sella breaches this warranty, Ihe prica o(the items shall be reduced to �he Seller's current prica
on orders by others, or in �he altemative. Buyer may caricel this contraa without liability to Selkr for brcach
or Seller's ac�ual expense. b. The Seller warran�s that no pason or selling agency hat been employed or retained to
solicit orsaurc this contract upon an agrament or understandmg for commission, percemage, brokerage, or contingent
fa eacep�ing bona fide employees of bona fide eslablishcd commercial or selling agencia maintained by the Seller for
�he p�u}wse ofsecuring businas. For brcach of vicialion of this wartanty Ihe Buyer shall have the right in addition to
any other right of rights to cancel �his contract witFrout liability and to deducl fiom the contract price, or olhmvise
recover without liability and to dedua from �he contraa price. or othenvix rccova �he PoII amount of such co�mniuion,
percrntage, brokemge or contingenl fee.
9. WARRANTY-PRODUCT. Sella shall not limit or exclude any implied wartantia and any attempt �o do so shall
render this conlract voidable at �he aption of �he Buyer. Sella warrants lhal the goods (umished will wnform to �he
specifiwtion, drawings, and damptions listed in the bid invitation, and to the sample(s) Pomished by the Seller, ifany.
In �he event of a wnflict or bnwan lhe specificaliont, drzwings, and dacriptions, the specifiw�ions shall govem
Notwitl�tanding any provisions contained in the contraclual agramenl, Ihe Seller rcpresents and warran�s fault•Gee
perfo�manceand faulbfrceraultintheprocasingdateanddaterclaleddata (including, but no� limited to calculating,
comparing and sequencing) of all hardware, software and fimnvare products delivered and servica provided under
this Conhacl, individually or in combinalion, az the case may be fi'om the eflective date of �his Contrac� The
obligatio� contained herein apply to pmducts and smica provided by the Sella, ils sub- Sella or any third party
involved in Ihe creation or development of the producls and urvices to be delivered �o �he City of Lubbock under this
ContraM. Failure lo comply with any of the obligations wntained herein, may rault in Ihe City of Lubbock
availing itself of any of its rights wder the law and under this Conhact including, bul nol limited lo, its right peftaining
ro tamina�ion or default The warrantia contained haein are uparate and discrele from any other wartamia
specified in this Contract, and are not subjat to any disclaimer of warranty, implicd or exprascd, or limitation of the
Seller's liability which may be specified in this Contract, its apprndica, its uhedula, iLs annexa or any documen�
incoryoated in this Comract by rc&rence.
10. SAFETY WARRANTY. Seller warrants Ihat Ihe pmdua sold lo the Bu}er shall wnfortn to the standards
promulgated by the U. S. Departmrnt of Labor wda the Occupa�ional Safety and Health Acl of 1970. In the event Ihe
produn does no� wnform to OSHA standards, Buysr may rtum Ihe product Por coaection or rcplacemrnt at Ihe
Seller's expense. In lhe event Seller (ails to make Ihe appropria�e wrteclion within a reasoreble �ime, cortection
made by Buyer will be at the Seller's ezpense.
11. NO WARRANfY BY BIJYER AGAINST INFRINGEMEM'S. As part of Ihis contrsa for sale Seller agrea
to atcMain whnha goods manufactured in accordance with the specifiwtions atlached to �his agrxment will give
rise to the rightful claim of any �hird person by way of infringement of the like. Buyer maka no wartanty that the
production of goods according to Ihe specification will not grve rise to such a claim, and in no event shall Buyer be
liable to Sella for indemnification in Ihe evenl Ihat Seller is sued on Ihe gounds of inGingement of the like. If Seller
is otthe opinion that an inGingement or the like will rault, he will notify the Buya lo lhis effecl in writing within lwo
waks afler Ihe signing of this agreement. If Buyer doa not receive notice and is subsequently held liable for
Ihe in6ingement or Ihe like, Seller will save Buyer hafmless If Seller in good faith azcenains the produc�ion of Ihe
goods in accordance with the specifiwlions will result in infringement or the like, the contraa shall be null and void
12. NON APPROPRIATION. All funds for payment by Ihe C�ty under Ihis contract are subjat to Ihe availability ofan
annual appropriation for this pmpou by the Ciry. In lhe evrnt of nonappropriation of Po�ds by the City Council of the
Ciry of Lubbock for Ihe goods or servica provided under �he contract, �he Ciry will �ttmina�e the contraa, wi�hout
tertnination charge or olher liability, on Ihe lasl day of the thrn-curtent fival year or whrn the appropriation made for
the then-curtent year for the goods or servica covered by this conhact is spent, whichever evem occurs firs�. If at any
�ime funds are not appropriated for the continuance of Ihis conhact, cancellation shall be accepted by the Seller on
thirty (30) days prior wriurn nolice, but failurc ro give such notice shall be of no effect and the City shall not be
obligated unda Ihis contract beyond Ihe date of �mnina�ioa
13. RIGHT OF MSPECTION. Buyer shall have the righl to inspecl the goods at delivery beforc accep�ing them
14. CANCELLATION. Buyer shall have the right to cancel for defaul� all or any pan of the undelivered ponwn of
this order if Seller breaches any of the trnns hereof i�luding warrantia of Sella or iP Ihe Seller becoma insolven� or
commits acts of bankruptcy. Such right o(cancellation is in addition ro and not in lieu of any other rcmedia which
Buyer may have in law or equity.
I5. TERMINATION. The perfomunce of work unda this order may be levninated in whole, or in part by the Buyer
m accordance with this provisiort Trnnination of work hernmda shall be effected by the delivery of the Sella of
a"Nouce of Tmnmation" speafymg �he extrnt ro whkh perfomiance of wodc unda Ihe order �s termmated and the
date upon which such tertnmation becomes efTec�iva Such righ� or �rnnination is in addi�wn to and nol m lieu of the
nghts of Buyer xl forth m Clause 14, haan
16. FORCE MNEURE. Neither pany shall be held raponsible for losses, raulting if the fulfillmem of any
tem�t of pmvisions of this contratl is delayed or prcvrnted by any cause not within the con�rol of the party whou
perfomwnce is interfered with, and which by �he eaercise of reasonable diligence said party is unable �o prevent
17. ASSIGNMENT-DELEGATION. No right or interest in �his contract shall be atsigned or delegalion of any
obligauon made by Sella withow the wrium pmnission of �he Buyer. Any attempted assignment or delegation by
Sella shall be wholly void and lotally inetTative for all purpose unlas made in confofmirywith �his paragraph
18. WAIVER No claim or right arising out of a brcach of this wnlraa can be discharged in whole or in pan by a
waiva or renuncialion of the claim or right unlas the waiver or renmciation is supported by consideration and �s in
writing signed by the aggrieved party.
19. INTERPRETATION-PAROLE EVmENCE. This writing, plus any spaifiwtions for bids and performance
provided by Bu}er in ils advMixment for bids, and any other documents provided by Seller as pan of his bid,
is intended by the parties as a final ezprasion of �he'v agreement and intrnded also az a complete and ezclusrve
statement of �he �mns of the'v agreemem. Whenever a Irnn defined by the Uniform Commercial Code is used m this
agrcement, the defini�ion wnlained in the Code is lo control.
20. APPLICABLE LAW. Tha agr«ment shall be govemed by the Uniform Commmcial Code. Whaever the �rnn
"Uniform Commercial Code' is used, it shall be contln�ed as meaning [he Unifortn Commercial Code as adopted in
the State of Tezas as effeaive and in force on the date of this agreement.
2 L RIGHT TO ASSURANCE. Whenever one party a �his contraa in good failh hat reason to queslion the other
party's mtem to perform he may demand Ihat the other party give written assurance of his iment to perfo�m. In the
event that a demand is made and no assuronce is given within five (5) days, the demanding party may trwt Ihis
failurc as an anticipatory rcpudation of 1he contract.
22. INDEMN�ICATION. Sella shall indemnify, kap and save harmlas Ihe Buyer, its agents, officials and
employces, against all injuria, dwths, lou, damaga, claims, palent claims, suits, liabilitia, judgments, wsts and
expensa, which may in anywise acerue against the Buyer in consequence of the granting of this Contrad or which
may anyw�se rault therefrom, whe�her or not it slull be alleged or darnnmed that �he acl was caused �hrough
negligence or omission of the Seller or its employea, or of Ihe subSelkr or assignee or its employees, if any, and the
Sella shall, at his own expense, appear, dek� and pay all charga of aaomeys and all wsts and other expenses
arising Iherefrom of incmred in connalion ihemvilh, and, if anyjudgmem shall be rrndercd against �he Buyer in any
such actan, the Seller shall, at iLs own expenses, sa�isfy and discharge the same Seller eapressly understands and
agrea Ihal any bond requircd by �his wntraa, or othmvise provided by Sella, shall in no way limit �he
responsibihry to indemnify, keep and save hartnlas and defend the Buyer as herem provided.
23. TN1E. It is haeby expressly agrad and mderstood Ihat time is of �he essence for the performance of this
wntraa, and failure by contract to mee� �he time specificalions of �h�s agreement will cause Selkr a be in default
of �his agreemrnt.
24. MBE. The Cily of Lubbock hereby notifia all bidders �ha� in rcgard to any contraa rntered into pursuam to
�his request, minoriry and women business enteryrisa will be afforded equal opportunitia to submit bids in response
lo Ihis invrtation and will no� be discrimina�ed against on the grou�s of race, color, sex or na�ural origin in
consideration for an award.
25. NON-ARBITRATION. The City raerva the right to exncice any right or remedy to i� by law, cantract, equity, or
othmvise, mcluding without Iimitalion, the right to sak any and all Corms of rel�ef in a coun of compe�rnt
jurisdictioa Funher, the City shall nol be subject to any arbitralion process pnor lo exercising its unrestricted
right to seek judicial rcmedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised
co�urtently. To the exlent of any wnFlicl betwan Ihis provision and anotherprov�s�on in, or rclated to, �his document,
this provision shall contml.
26. RIGHT TO AUDIT. A� any �ime during the trnn of lhe conlrad, or thereafler, Ihe City, or a duly awhoriud
audi� rcpraentative of �he Ciry or the Staze of Texas, at its expense and at rcasonable times, rcsma the right to
audil Conhadors records and books rclevant to all smices provided to the Cny under this Contract. In the event such
an audil by lhe Cily reveals any ertors or overpayments by the City, Contraaor shall rcfu� the City �he full artaunt
of such overyayments within �hirty (}0) days of such audit findmgs, or the Ciry, at ils option, rcsrnes the right to
deduct such amomts owing the Ciry from any payments due Contraaor
27. The Contraaor shall not assign or sublet the contracl, or any pomon of the wntract, without wrinen consenl from
the D'vector of Purchazing and Contract Managemrnt
28. Comracts with Co�anies Engaged in Businas wi�h Iran, Sudan. or Forcign Temorisl O�anization Prohibited.
Pursuant to Section 2252.152 of the Tuu Govemmenl Code, prohibits the C�ly from entering into a contract wilh a
vendor that is idemified by The Comptrolla as a company known to have conhacts with or provide supplies or serv�ce
with Iron, Sudan or a foreign �morisl organization
29. Teaaz Govemment Coda Sx�ion 2252.908 rcquves a busmess entiry entenng into certaim m�trac�s wi�h a
govemmental entiry or state agency �o file with the govemmemal rnuty or sta�e agrncy a discbsurc of interested parua
at the time �he businas entiry submits the signed conhacl lo the govemmrntal endry or stale agrnty. Inttruct�ont for
completing Fortn 1295 are available al. httu:�(www.ci.luEbotk.lx.us'AeoaftmenlaF
w�s6si�cs� dcc�anmenis'py.�has.my,• �en3vr�nfernw� ien
30. No Boycott of Israel Pursuant to Section 2271 002 of the TexaS Govemmen� Code, Rapondrnt cMifies that
eitha (i) it mee�s an exemption criteria under Salion 2271 002�, or (ii) rt doa not boycolt Israel and will not boycott
Israel during the lerm of the wntraa raulting Gom this solicitation Rapondrnt shall state any Facts tlut make it
ezempl Gom Ihe boycon cMification in its Responu
31. No Boyco�t of Enelgy Companies. P�usuant to Satron 2274 of the Texaz Govemment Code, Respondent
cenifies that either (i) it meels an exemption critma under Seclan 2274 002: or (u) rt doa not boycott Energy
Compania and will nol boycott Enngy Compama during the tmn of the cantracl resulting from �his solicita�wn.
Rapo�em shall state any 6cu Ihat make it exempt Gom Ihe boycott cM�fiwt�on m its Raponse.
32. No Boywu of a Fircarm Enlily or Fireartn Trade Associat�on. Pursuant lo Section 2274 otthe Taas
Govemmrnt Code, Rapondm� cenifia that either (i) rt meets an exempuon cntrna unda Section 2274.002, or (iQ �t
does not boycott a F'uearm Emity or Fircarm Trzde Assoaanon and wdl not boycatt a F'vearm Entiry or Fircarm
Trade Association during the Irnn of the contract fesultmg (rom th�s wl�crtal�on. Rapondent shall sUle any fac�s that
make n exempt from the boycott certificalion in its Responte
33 Contracls with Companies Engaged in Business wi�h Iran, Sudan, or Forcign Terrorist Organ'va�ion Prohibited
Pursuanl �o Section ?252.152 of the Tezas Govemment Code, prohibrts the C�ry from rntering into a contraq wuh a
vendor thal is identified by The Comptroller as a company known to have conhacu wnh or pmvide supplia or
serv�ce wnh Iran, Sudan or a forcign tertorist organ'vation
34 TEXAS PUBLIC INFORMATION ACT. The requircments of Subchapter J, Chapter 552, Govemment Code.
may apply to Ihis wntraa and the wntraaor or vendor agrca that Ihe contraa can be �rnninated if the contracror ar
vendor knowingly or intrntionally fails to comply wilh a requirement of that subchapler.
35 Pwsuant to Section 552.301(c) of the Texas Govemment Code, the City of Lubbock has daignated Ihe followmg
ema�l addras Cor which public informalion requats may be made by an emailed rcquest: v��,f�5. Pkase
send this «quat �o �his email address for it ro be proccsed
REV 3 202?
Strohman Enterprise, Inc
7494 Industrial Park Rd Ste H
Mechanicsville, VA 23116
+18044773578
joe@sedirect.net
http://www.strohmanenterprise.com
Estimate
ADDRESS
Lubbock Police Department
1205 15th Street
Lubbock, TX 79401
SHIP TO
Lubbock Police Department
508 Davis Drive
Lubbock, TX 79416
SrKoun�n� CNTF:RYRItiIt
� G
;
S
ESTIMATE # 23308
DATE 06/12/2025
EXPIRATION DATE 09/12/2025
PRODUCT/SEFiVIC�
200759
0810AS
DESCRIPTION
200759 Duty RDSTM Red
Dot Reflex Sight - One-
piece Torsion Nut Mount,
39mm
Shipping included to one
location
All orders placed &
processed in Hanover
County Virginia
SUBTOTAL
TOTAL
Accepted By Accepted Date
null � All orders placed & processed in Hanover County Virginia
Q7Y
150
1
RATE AMOUNT
403.50 60,525.00
0.00 0.00
60,525.00
$60,525.00
City ot Lubbock
Purchasing and Contract Management
Request for Exemption from Local Covernment Code §252
(For ExpendUures orer $3.000)
Name of Director Submitt�ng Ihe Request: Depufy Chie( Marcus Wall
Department: Lubbock Pa6ce Deparlment Date' 1l28�2025
�
�
Provide a detailed descript�on of rtem(s) or sennce(s) exempt from the Texas Local Govemment Code per §252.022 and
an explanation why the items(s) or servue(s) are necessary Explam what the �tems are, how the items w�l l bc used, who
will use the items, and when and where the nems wil! be used
Strohman Enterprises is a distributor of the optic that was identified and reoommended fo� purchase.
They provide the "Aimpoint Duty RDS" optic. This optic was tested alo�g with other optics and it
outperformed the others. It is also the most economical for what we need. As the Police Deparlment
updates iYs �ifle platfarm to address the needs of rapid response capabilfies to active shooters and
othe� threats, this optic will address seve�al key issues: oificer safety, reliability and durability and cost
effective. The department and officers will benefit greatly by upgrading the rifle platform with the
additbn ot this optic.
Stalutory exemplion fo� {Check one or more �f appl�cable}.
1 a procurement made because of a public calam�ty that reqmres the immediate appropnauon of money to rel�eve the
necessity of the muacipalit�s residents or to preserve the property of the municipality; (1n case of emergency, a
contract may be awarded without compe�uive sealed b�ddmg or compeuUve negotiation; however, such procurement
shall be made with such compedt�on as is pracUcable under the etrcumstances. A written detemanation of the basis
for the emergency and for the selection of the particular contwctor shall be included m the contract file Attach
Emergency Purchese Explanetion Form PUR-75 to this request.)
❑ 3
a procurement necessary to presenre or protect the publ�c health or safety of the municipality's residenls, (Attach
Emergency Purchase Explanation Form PUR•75 to t6is request.)
a procuremettt necessary because of unforeseen damage to public machmery, equipment, or othcr properry;
[l_4 a procurement for personal, profess�onal, or plann�ng services;
❑ 5 a procurement for work that is performed and paid for by the day as work progresses;
0_6 a purchase of land or a right-of-way;
0 7• a procurement of items that are available from only one source, including; (Atlach Sote Source Justitication Form
PUR-Q70. Upon a determination i� writing tAat there is only one source practicably available fw that wh�ch �s to be
procured, a contract may be negotiated and awarded to that source without compet�live sealed bidding or competrtrve
negotiation. Pleas all w u to 45 d s t rocess Sole Sourcc Justification.)
(A) ltems that are available from only one source because of patents, copyrights, secret processes, or ,�an,ral
mvnopolies;
(B) Films, manuscnpts, or books;
Q_8.
❑ 9.
❑ 10.
❑ ll.
❑ 12.
(C) Gas, water, and other utiliry services;
(A) Captive replacement parts or components for equipment;
(E) Books, papers, and other library rnaterials for a public library that are available only from the persons holding
exclusive distribution rights lo the ma�erials;
(F} Management services providod by a nonprofit organizalion to a municipal museum, park, zoo, or olher facility
to which Ihe organization has provided significanl financial or other benefits.
a purchase of rare books, papers, and other library materials for a public library;
pavmg drainage, slreet widening, and othe� public improvements, or releted matters, if at least one-Ihird of the cost is
to be paid by or throogh special assessments levied on property that wi11 benefit from the improvements;
a public improvemenl projec�, alrcady in progress, authorized by the voters of the municipality, for which there is a
deficiency of funds for eompleting the projec� in accordance with the plans and purposes authorized by the voters;
a payment under a contract by which a developer participates in the constniction of a public improvement as
provided by Subchapser C, Chapter 212;
personal propeqy so1d:
Page I oC2
Pl1R IO (Ra 12•'A1 �)
(A) at an auction by a state licensed auctioneer;
■
■
■
■
(B) at a gomg out of business sale held in compiience with Subchnp�er F, Chapter 17, Business & Commerce
Code,
(C) by a pol�tical subdivision of this state, a state agency of this state, or an entity of the federal govemment; or
(D) under an �nterlocal contrect for cooperative purchasing administered by a regional planning commission
estabLshed under Chapter 391;
13. sernces performed by blind or severely disabled persons;
14. goods purchased by a municipality for subsequent retail sate by the mumcipality;
I 5. electriciry, or,
16 advertis�ng, other than Iegal notices.
Factual jusiiGcation for the request (Give a bnef summary why this request falls within one or more of the exceptions
circled m paragraph 2 above.)
Requisit�on :
Requisit�on Amou�t:
S. Fleet Approval must be obtained from the Eleet Services Manager when the purchase includes rolliog atock (e g., autos,
hvcks, oti=road equipment, farm equipment, traile�, utilitylservice bodies, etc.).
Signature of Flcel Scrviccs Manager
Datc — • �— - �
6. Approval must be obtained from ihe Manager of Infarmabon Technology when the purehase mcludes any computer
sysfems, computer hardwsre, computer so[tware, or compnter perlpherals.
S�gnature of Managcr of lnfomiaaon Technology
RECOM DED AND SUBMITTED BY:
Signature "
(Expend�tures under525,000 Dept Head. orer 525,000 D�rcetor)
E EMPTION APPROVED AND AUTHORIZED BY:
a f Dir of Purchasmg and Contract Management
Page 2 of 2
pate
��2�vj • 2 s-
Uate
_ �P � j� ��L�'-�--
Datc ---._._.
PUR-10(Re+• 12•20t2)
City Of Lubbock
Purchasing and Contract Managemeat
Sole Source JusNficatien
This form must be comp(eted for each requisition/contract that provides for proprietary (sole source) acquisition of goods and
services valued at a total amount of $3,000 or more. If more space is needed, please attach additiona! page(s). Inadequate
justification or documentation for a request for non-competitive procurement will result in a solicitation of bids.
venaor: Strohman Enterprises Requisition:
rrodUovsery��e: Aimpoint Duty RDS Optic for new rifle plaiform
Estimated annual expenditure for the above commodity or service: $499.00 each uhtil We outfit the entire departrr�ent
.i�%2, $�7_ 5"O
1. Unique Features. Specify the unique features or characteristics of the goods or services that are requested:
The Aimpoint Duty RDS is a compact, high-grade reflex optic designed to meet the demanding needs of mode��
law enforcement officers. Its unique features include: 2 MOA Red Dot: Provides precision and fast target
acquisition, Battery Life: Offers 30.000 hours (over 3 years) of constant operatio� an setting 7, Brightness
Settings: I�cludes 1 off position, 4 night vision compatible settings, and 6 daylight settings, Durability:
Submersible to 80 feet (25 meters) and built to withstand extreme conditions, Advanced Opticai Lenses:
Enhance light transmission and provide ultimate dot clarity, Flush-Mounted Adjustments: Windage and elevation
adjustments are flush-mounted and waterproof, eliminating the need for protective caps, Mounting Systern:
Comes with a one-piece torsion nut mount and flip-up lens covers; the hont is solid, and the rear is transparent.
2. Special Needs. Briefly explain why the unique specifications restrict the requisition to one manufacturer or provider:
The uNqus eo�eations o( Ihe AbnpoiM Outy RDS re�Ma �he requhYion ro e sole•aowee orou+rement ein io u�s tallowinp rwsons: vrop�tetary Technopgy 3 pe�Ige . �;�p;��• a
adrinG�d oplieal Nnset povide 6uPerior 6ght Varomtalon and elsAty, whkh vs nol np9cetW by Wha menufeclwen. The 2 MOA red do! eawres bd� rapld Ierget xquhllkn end
p�6ebwn �nooti�. a ealano. u,al oomatlns oa�+es m.y na aadere aa.xeaiYs�y. owanauy a r:evowuy rw �.aw e�aacamem uss - me �o.o00aww beaay Ofe (over 3 yams or
cantlnww aperatlon) reduaes maintenanoe mid ensaes lhe Wlie remsim operalbnel fn ths fiqd wqhoul bequent Wttory repbwmeMs. Waterproof b 801eet (25 melera) and bu�t lo
ondure eaUmr�a aonddlont. making d wpaoN auitaA tor taw mAorcement aDG�ons wmparoA 10 akema6vo aptxa thal may not meel dro wme n�pyednesa slerWuds. Opeialqnal
Advanlages • FLsh�nouNed wtn0ape snd lkvati0n e�ualmenb eGminite tl�e n6ld for protedivs caps. Mdu�lnp pO1M1131 Mfitre p0a1b eiM meluny fiBld edjusVn9M61rore rMIaD18. Nipht
viabn oompau'Eilny wAh 4 ao�eated utGryp �o..w wamless inteoretion witl� e�ostinp nqm vteion systems u:eo ey �ne dapaMnn� Pra•mounted aown nut mamt wuh (pwn tw�s eams
amuros ol6tais haw a �eady.toass aolullon wilh pratxlivs tsalwn Ihat bnprovs durablYy In acWerluy slwellwa. Lsw FslareemaM SlsndardzaUon 6 CompatbiMY • Tbe AImpWM
ouy I�s b atready seaea qr muroo�e bw enraoemen� aqandes. aewrag wmmuity+n aafMng. amWar4p, and 6rta.opareb9'ity w�m ower waea �ear. s�miaaroizms eaWo�� aaoss
olfxws wdiancet oparalional oRoctiveness, redu�es kairdng Ume, and elmpf6as bgistia.
3. Other Sources. State the reason or reasons why competing products are not satisfactory, e.g. a justification for the
proprietary (sole source) acquisition:
See sole source rnemo attached.
4. Initlal all entries below that apply to fhe proposed pnrchase. Attach Reques� jor Face�np�ion from Locat Govt Code 2S2
(form PUR_O10) containing complete justification and support documentation as directed in initialed entry. (More than one
entry will apply to most sole source producls services requested). Please a11ow UP TO 4S DAYS to process Sole Sourcc
Justification.
I.❑ Sole Source request is for the original manufacturer or provider, there a�e no regional distributors. (At�ach the
manufacturer's written certification that no regional distributors exist. ltem no. 4 also must be completed.)
2. ❑ Sole Source request is for the only grealer West Texas area distributor of the original manufacturer or provider.
(Attach the manufacturer's - not the distributor's written ceNification that identifies al) regional distributors.
Ttem no. 4 also must be complete�.)
3. ❑ The part/equipment are not intercbangeabte with similar parts of another manufacturer.(Explain in separate
memorandum.}
4. ❑ This is the only known item or service that will meet the specialized needs of this department or perform the intended
function. (Attach memorandum with details of specialized function or applieation.)
5. ❑ The parts/equipment are required from this source to permit standardization. (Attach memorandum describing basis
for standardization request.}
6. � None of the above is applicable. A detailed explanation and justification for this sole source request is contained in
attached memorandum.
Page 1 of 2 PUR 70 (12 2012)
The nndersigned reqnests t6at Texss Local Government Code §252.021 Competitive Bidding and Competitive Proposal
Require eats be waived aad that tAe veador identified as the supplier of the sewice or materlal described in this sole
sour �usti tion be autborized as a sole source for the service or material.
Department Head Signature � D�rector Signature
Department Division Date
(P RCHASINC DEPARTMEN7' USE ONLY)
Approved by Purchas�ng Director. Date: Y'��• ��
Disapproved By .
Reason for Disapproval:
Date:
Page 2 of 2 PUR 70 (! 2 2012 )
� City of
� �C
TExas
MEMORAAIDUM
DATE
TO
FROM
January 29, 2025
Marta Alvarez
Director of Purchasing and Contract Management
Marcus Wall, Deputy Chief - Training Academy M8W
Administration Bureau
SUBJECT Sole Source Justification to Standardize LPD's Rifle Platform with the
Following Rifle and Accessories
This memorandum serves as a justification for the sole-source procurement of the Aero
Precislon AR-15 rifle, Dead Air Lazaras suppressor, Aimpoint Duty RDS optic,
Trijicon 3x magaifier, Nightstick LGL 1601ight, and Magpul accessories for the
Lubbock Police Department. After comprehensive evaluation and testing, these products
have demonstrated superior performance, durability, and cost-effectiveness compared to
alternative options.
Justification tor Sole Source Procurement:
1.
2.
Aero Precision AR-l5 Rifle
� Demonstrated superior accuracy, reliability, and durability during testing
when utilized with the beiow listed accessories.
�� Cost-effective compared to other high-performance duty rifles, reducing
long-tean operational expenses.
_= Consistency in manufacturing tolerances ensures compatibility with
agency accessories and reduces training variability.
Dead Air Lazarus Suppressar
� Features proprietary TriskelionT"' Gas Management System,
significantiy reducing back pressure while providing exceptional sound
suppression.
=� Constructed from Haynes� 282 alloy, providing unmatched heat
resistance and durability.
;� Reverse thread attachment method ensures a secure fit, reducing the risk
of suppressor detachment under field conditions. ��
. Noticeably quieter than competitors while being more cost-effective.
3. Aimpoint Duty RDS OpNc
� Offers unmatched durability and reliability, holding zero through rigorous
operational testing.
_� Cost-effective afternative to higher-priced optics without saccificing
performance.
:, Night vision compatibility enswes vperational effectiveness in various
lighting conditions.
No issues with parallax when the dot was out of center.
4. Trijicun 3x Magnifier
.r Provides enhanced target identification capabilities for officers engaging
threats at extended distances.
� Maintains exceptional optical clarity and rugged durability, withstanding
harsh environments.
� Seamless integration with the Aimpoint Duty RDS, ensuring operational
efficiency.
5. Nightstick LGL 160 Weapon Light
�. Outperformed competing weapon lights in brightness, durability, and
battery life.
� Features 1100-lumen output with a long-range beam, enhancing officer
situational awazeness.
-� More affordable than comparable options while maintaining top-tier
performance.
6. Magpul Accessories (Stocks, Grips, and Magazines)
_ Industry-standard for ergonomics, durability, and functionality.
�_ Enhanced control and comfort for officers, leading to better weapon
handling and accuracy.
�� Cost-effective and widely available, ensuring compatibility and easy
replacement when needed.
Conclusion:
Following extensive testing and evaluation, these products used together have exhibited
enhanced performance, durability and cost effectiveness relative to alternative options. A
sole-source procurement is necessary to ensure uniformity, training consistency, and the
highest level of operational readiness. Approving this requisldoa will provide our
ofticers with the most reliable and effective equipment available while remainittg
tiscally responsible.