R-2020-0180 - 7/9/2020RESOLUTION NO. R=2020=0180
WHEREAS, the City of Round Rock ("City") desires to purchase public safety and firehouse
supplies and equipment, and related goods and services; and
WHEREAS, Chapter 271, Subchapter F of the Texas Local Government Code allows for local
governments to participate in cooperative purchasing programs with other local governments; and
WHEREAS, the Buy Board Cooperative Purchasing Program ("Buy Board") is a cooperative
purchasing program administered by the Texas Association of School Boards for the purpose of
procuring goods and services for its members; and
WHEREAS, the City 14ps a member of Buy Board; and
WHEREAS, GT Distributors, Inc. i*s an approved vendor of Buy Board; and
WHEREAS, the City desires to purchase said goods and services from GT Distributors, Inc.
through Buy Board, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City an
Agreement for Purchase of Public Safety and Firehouse Supplies and Equipment with GT Distributors,
Inc., a copy of said Agreement being attached hereto as Exhibit "A" and incorporated herein.
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
0112.20202; 00449247
RESOLVED this 9th day of July, 2020.
, A/
CRAIG M, RGA ,Mayor
City of Round R ck, Texas
ATTEST:
SARA L. WHITE, City Clerk
EXHIBIT
„ A »
CITY OF ROUND ROCK AGREEMENT FOR
PURCHASE OF PUBLIC SAFETY AND
FIREHOUSE SUPPLIES AND EQUIPMENT
WITH
GT DISTRIBUTORS. INC.
THE STATE OF TEXAS §
CITY OF ROUND ROCK §
COUNTY OF WILLIAMSON §
COUNTY OF TRAMS §
KNOW ALL BY THESE PRESENTS9
:
THAT THIS AGREEMENT for the purchase of public safety and firehouse supplies and
equipment, and for related goods and services (referred to herein as the "Agreement', is made
and entered into on this the day of the month of , 2020 by and between
Is
the CITY OF ROUND ROCK, a Texas home-ruleunicipality,, whose offices are located at 221
East Main Street, Round Rock, Texas 78664=5299 (referred to herein as the "City', and GT
DISTRIBUTORS, INC., whose offices are located at 2545 Brockton Drive, Suite 100, Austin,
Texas 78758 (referred to herein as "Vendor").
RECITALS:RECITALS:CITse0
WHEREAS, City desires to purchase certain deliverables, specifically public safety and
firehouse supplies and equipment; and
WMREASio City is a member of Buy Board Cooperativeitve Purchasing ("Buy
Board") and Vendor i*s an approved Buy Board vendor through Buy Board Contract #603-201*I and
WHEREAS, City desires to purchase said goods and services from Vendor through Buy
Board as set forth herein; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties, and obligations;
NOW, THEREFORE, WITNESSETH:
Is
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration, the sufficiency and receipt of which are hereby acknowledged, I*t i*s
mutually agreed between the parties as follows:
1901 DEFINITIONS
A. Agreement means the binding legal contract between City and Vendor whereby
City is obligated to buy specified goods and services and Vendor is obligated to sell said goods
and services.
004a8446/ss2
Be City means the City of Round Rock, Williamson and Travis Counties, Texas.
C. Effective Date means the date upon which the binding signatures of both parties to
this Agreement are affixed.
D. Force Maj*eure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires,, rri'canessto hurms, floods, restrantofithe government and
the peoP
le, civil disturbances, explosions, or other causes not reasonably within the control of the
party c such inability.
E. Goods mean the specified supplies, materials, commodities, or equipment.
F. Vendor means GT Distributors, Inc, its successor or assigns.
2*01 EFFECTIVE DATE, TERM, PRICES FIRM
A. This Agreement shall be effective on the date this Agreement has been signed by
each party hereto, and shall remain iinfull force and effect unless and untl it expires by operation
of the term indicated herein, or is terminated or extended as provided herein.
Be This Agreement shall terminate March 31, 20230
C. City reserves the right to review the relationship with Vendor at any time, and may
elect to terminate this Agreement with or without cause or may elect to continue.
3.01 CONTRACT DOCUMENTS AND EXHIBITS
The goods and services which are the subject matter of this Agreement are described in
Exhibit "A" and, together with this Agreement, comprise the Coitract Documents. Any
inconsistencies or confli*cts in the contract documents shall be resolved by giving preference to the
terms and conditions set forth i*n pages one (1) through nine (9) of this Agreement.
4.01 ITEMS
A. The goods which are the subject matter of this Agreement are described generally
in the attached Exhibit "A."
B. This Agreement shall evidence the entire understanding and agreement between the
parties and shall supersede any prior proposals, correspondence or discussions.
C. Vendor sh I satisfactorily provide all deliverables described in Exhi'Obi"t,"Al"I within
the contract term specified. A change in the Scope of Services or any term of this Agreement
,
including bonding requirements, must be negotiated and agreed to in all relevant de-tal-,Is, and must
be embodied i*n a valid Supplemental Agreement as described herein.
5.01 COSTS
A. City agrees to pay for goods and/or services during the term of this Agreement at
the pricing set forth I*n the Vendor's catalog and as set forth i*n Exhibit "A." Vendor specifically
acknowledged and agrees that City is not obligated to use or purchase any estl*mated annual
quantity of goods. Only if, and when needed by City, the costs listed on Exhibit "A" shall be the
basis of any charges collected by Vendor.
Be In consideration for the deliverables and services related to the deliverables, the
City agrees to pay Vendor an amount not to exceed Nine Hundred Thirty Thousand and No/100
Dollars ($930 000-00) for the goods and services set forth I*n this Agreement for the term of this
Agreement.
6.01 INVOICES
All invoices shall include, at aminimum, the following information:
A. Name and address of Vendor;
Be, Purchase Order Number;*
co Desc6 49 ription and quantity of items received or services provided; and
D. Delivery or performance dates.
7.01 NON -APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. Iti'*s understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
I"f the Poverning body of City does not appropriate funds sufficient to purchase the services as
determined by Ci*ty's budget for the fiscal year in question. City may affect such termination by
giving Vendor a written notice of termination at the end of its then current fiscal year.
8.01 PROMPT PAYMENT POLICY
In accordance with Chapter 225 1, V.T.0 A., Texas Government Code, payment to Vendor
will be made within thirty (30) days of the day on which City receives the performance, supPlies,
materials, equipment,, and/or deliverables, or within thirty (30) days of the day on which the
performance of services was complete, or within thirty (30) days of the day on which City receives
11P a correct invoice for the performance and/or deldeliverablesor services, whichever is later. Vendor
may charge interest on an overdue payment at the "rate I*n effect' on September 1 of the fiscal year
in which the payment becomes overdue, i*n accordance with V.T.C.A., Texas Government Code,
Section 2251.025(b); however, this Policy does not apply to payments made by City in the event0
:
A. There is a bona fide dispute between City and Vendor, a contractor, subcontractor
or supplier about the goods delivered or the service performed that cause the
payment to be late; or
B. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
co There is a bona fide dispute between Vendor and a subcontractor or between a
subcontractor and its supplier about the goods delivered or the service performed
that causes the payment to be Iate; or
D. Invoices are not mailed to City in strict accordance with instructions, i*f any, on the
purchase order or the Agreement or other such contractual agreement.
9.01 GRATUITIES AND BRIBES
City may, by written notice to Vendor, cancel this Agreement without liability to Vendor
if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or otherwise
were offered or given by Vendor or its agents or representatives to any City officer,, employee or
elected representative with respect to the performance of this Agreement. In addition, Vendor may
be subject to penalties stated I'@n Title 8 of the Texas Penal Code.
10.01 TAXES
City isexe pt from Federal Excise and State Sales Tax; therefore, tax shall not be included
in Vendor's charges.
11.01 ORDERS PLACED WITH ALTERNATE VENDORS
If Vendor cannot provide the goods as specified, City reserves the right and option to obtain
the products from another supplier or suppliers.
12.01 CITY'S REPRESENTATIVE
City hereby designates the following representative authorized to act in its behalf with
regard to this Agreement:
Allen Banks, Chief of Police
Round Rock Police Department
2701 North Mays Street
Round Rock, Texas 78665
(512) 218m5521
abanksaxoundrocktexas.9 ov
13eO 1 INSURANCE
Vendor shall meet all City of Round Rock Insurance Requirements as set forth at:
httva Hwww.roundrocktexas-, gov/wp-content/uv load s/2014/1 2/corr07-20112.iDdf.
14e01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, i"n good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
15.01 DEFAULT
If Vendor abandons or defaults under this Agreement and i*s a cause of City purchasing the
specified goods elsewhere, Vendor agrees that it may be charged the difference in cost, if any, and
that 1*t will not be considered in the re -advertisement of the service and that it may not be considered
in future bids for the same type of work unless the scope of work is significantly changed.
Vendor shall be declared in default of this Agreement if 1*t does any of the following:
A. Fails to fully, timely and faithfully perform any of its material obligations
under this Agreement;
Be Fails to provide adequate assurance of performance under the "Right to
Assurance" section herein; or
C. Becomes insolvent or seeks relief under the bankruptcy laws of the United
States.
16.01 TERNIINATION AND SUSPENSION
A. City has the right to terminate this Agreement, i*n whole or in part, for convenience
and without cause, at any time upon thirty (30) days' written notice to Vendor.
Be In the event of any default by Vendor, City has the right to terminate this Agreement
for cause, upon ten (10) days' written notice to Vendor.
C. Vendor has the right to terminate this Agreement only for cause, that being i*n the
event of a material and substantial breach by City, or by mutual agreement to terminate evidenced
in writing by and between the parties.
D. In the event CCitytemi
rnates under subsections (A) or (B) of this section, the
following shall apply: Upon Cl*ty's delivery of the referenced notice to Vendor, Vendor shall
diiall services iscontnuen connection with the performance of this Agreement and shall proceed
to cancel promptly all existing orders and contracts insofar as such orders and contracts are
chargeable to this Agreement. Within thirty (30) days after such notice of termination, Vendor
shall submit a statement showing in detail the goods and/or services satisfactorily performed under
this Agreement to the date of termination. City shall then pay Vendor that portion of the charges,
I*f undisputed. The parties agree that Vendor is not entitled to compensation for seryices it would
have performed under the remaining term of the Agreement except as provided herein.
17.01 INDEMNIFICATION
Vendor shall defend (at the option of City), indemnify, and hold City, its successors,
assigns, officers, employees and elected officials harmless from and against all suits, actions, legal
proceedings, claims, demands, damages,, costs, expenses, attorneys fees, and any and all other
costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor, or
Vendor's agents, el-11Ployees or subcontractors, in the Performance of Vendor's obligations under
this Agreement, no matter how, or to who such loss may occur. Nothing herein shall be deemed
to limit the rights of City or Vendor (including, but not limited to the right to seek contribution)
against any third party who may be liable for an indemnified claim.
18.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
A. Vendor, its agents, employees and subcontractors shall use best efforts to comply
with all avplicable federal and state laws, the Charter and Ordinances of the City of Round Rock,
as amended, and with all applicable rules and regulations promulgated by local, state and national
boards, bureaus and agencies.
Be In accordance with Chapter 2270, Texas Government Code, a govenunen n tal entity
may not enter into a contract with a company for goods and services unless the contract contains
's
written verification from the company that it's (1) does not boycott Israel; and (2) will not boycott
Israel during the term of a contract. The signatory executing this Agreement on behalf of Vendor
verifies that Vendor does not boycott Israel and will not boycott Israel during the term of this
Agreement.
19.01 ASSIGNMENT AND DELEGATION
The parties each hereby bind themselves, their successors, assigns and legal representatives
to each other with respect to the terms of this Agreement. Neither party shall assign, sublet or
of the other party.
transfer any interest in this Agreement without prior written authorization
20.01 NOTICES
All notices and other communications iinconnection wth this Agreement shall be in writing
and shall be considered given as follows:0
1. When delivered personally to the recipient's address as stated in this Agreement;
or
2. Three (3) days after being deposited in the United States mail, with postage prepaid
to the recipient's address as stated in this Agreement.
Notice to Vendor:
GT Distributors, Inc.
2545 Brockton Drive, Suite 100
Austin, Texas 78758
Notice to City:
City Manager
221 East Main Street
Round Rock, TX 78664
Stephan L. Sheets, City Attorney
AND TO: 309 East Main Street
Round Rock, TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representaxives of City and Vendor.
21.01 APPLICABLE LAW.* ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary
by either party with respect to the enforcement of any or all of the terms or conditions herein,
exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed
by and construed in accordance with the laws and court decisions of the State of Texas.
22.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Vendor and City. This Agreement may only be amended or supplemented by mutual agreement
of the parties hereto in writing, duly authorized by action of the City Manager or City Councl"I-
23.01 DISPUTE RESOLUTION
City and Vendor hereby expressly agree that no claims or disputes between the parties
A�-
arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration
proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9 USC
Section 1-14) or any applicable state arbitration statute.
24.01 SEVERABI ITY
The invaliinvalidity,illegal*ty, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no way
affect the validity or enforceability of any other portion or provision of this Agreement. Any void
provision shall be deemed severed from this Agreement, and the balance of this Agreement shall
be construed and enforced as if this Agreement did not contain the particular portion or provision
40
held to be void. The parties further agree to amend this Agreement to replace any stricken provision
with a valid provision that comes as close as possible to the intent of the stricken provision. The
provisions of this section shall not prevent this entire Agreement from being void should a
provision which is of the essence of this Agreement be determined void.
25.01 NUSCELLANEOUS PROVISIONS
Standard of Care. Vendor represents that it employs trained, experienced and competent
persons to perform all of the services, responsibilities and duties specified herein and that such
services, responsibilitiesmd duties shall be performed in a manner according to generally accepted
industry practices,.
T0 ime is of the Essence. Vendor understands and agrees that time i*s of the essence and
that any failure of Vendorto fulfill obligations for each portion of this Agreement within the agreed
ti'ameframes will constitute a material breach of this Agreement. Vendor shall be fully responsible
for its delays or for failures to use best efforts in accordance with the terms of this Agreement.
Where damage is caused to City due to Vendor's failure to perform I*n these circumstances, City
may pursue any remedy available without waiver of any of City's additional legal rights or
remedies.
Force Maj"eure. Neither City nor Vendor shall be deemed in violation of this Agreement
if it is prevented from performing any of its obligations hereunder by reasons for which it i*s not
responsible as defined herein. However, notice of such impediment or delay in performance must
be timely given and all reasonable efforts undertaken to mitigate its effects.
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document; and all of which, when taken
together, shall constitute one and the same instrument.
[Signatures on the following page.]
IN 'WITNESS WHEREQt", City and Vendor have executed this Agreement on the dates
indicated.
City of Round Rock, Texas
By: ---- - ---- -
Printed Name,
rlt-l-e.
-- --------------- -- --------------
---- ------- --------------- -- ------------- 14-9-0-9-009 -------- ----------------- ------
Date Signed: - - ---------------- - ---------
Attest:
By0
: . .. ..... M-MR-4--mw ------- wiftli --------- ON ------- ---------------
* Sara L. White, Ciey Glerk
For City, -Approved as to Form:
w .
StephanCity L. -Attorney
GT Distributers, Inc..
-------
--------------------- ----------------------------------------------------- - ----- - ------ ........ . . ....... Erin e. Name: QAVID CURTIS
Title: BIOS MANAGER
Date Signed:
06/17/2020
0 4 4 R R q 4
Exhibit "A"
City of Round Rock, Texas
Price Sheet
GT Distributors Inc.
BuyBoard Contract 603-20
The City of Round Rock would like to enter into a contract with GT Distributors per the terms of Buy Board Contract 603-20.
The City intends to purchase from this contract public safety and firehouse supplies and equipment in a total amount not to
exceed $930,000,
Contract Term: Effective from date of execution and will expire on 03131/2023, per the terms of BuyBoard Contract No. 603-
*211
1*1 0,
Special Instructions- Complete pficina below aand submit copy of price list or catalog,
............... Sectio.n.....1. ubltc Saf iuppfies ana t .. .....
Cl-UIPMe ............
........... . ....
.4.i
R" g ..........
'00r. ....... - WHI.,
g.......... ....... .......
.......... ... . ............. ... . . ..... .. ..........
Firearms and Ammunition ... ... .... ... ....... ....... . . .. . ........ -
1
A1arns Arms
0.11
2
Agulla Ammunition
A-:.i�
Benelli
2-2, 1
4
CCI Speer
27.6%
5
CMMG
6
Colt Arms
S. 0
:.:{.RANG GUNS 0. NLY
7
Core 15
10. 1
8
Daniel Defense
12.1
9
Defense Technology
10
Federal Cartridge
27.6
11
FN America
.1. 1 1 %
'LONG GUNS ONLY
12
Force on Force-ATK
2.7,6%
13
Glock
SEE ATTACHED I-ETTER
14
Heckler & Koch
16. 1 X>
LONG GUNS ONLY
15
Hclrnady
43.6%
6
Lc- �--Js Machine & Tool
8,0%
17
LWRC International
6.
.18
Mossberg
20,0%
LONG GUNS ONLY
-Rio
1.0.0%
0
Rock, River
1.5%
Ruger
LONG GUNS ONLY
sasad ai
MID%
23
sionics
01,
24
Springfield
20, 0
LONG GUNS --- ONLY
2 S
Surefire
6
J�Ahndham Weaponry
2 0, 0
Tactical Equipment
27 5,11 T actical 22, 1 %
28
Bianchi International
29
BlackHawk
41, 1`*,';�'>
30
Blackhas.vk Dynarnic Entry
3 5 0
Blue Force Gear
%
2
Boston Leather
Camellbak
0, 0 "!/O
34
De -Santis
-'2 0
35
C, u ty ni a n
2 7 0 1
36
Fobus
3 -3. 0
37
Galcowe
38
39
1 d & G o o d ri C.- h
High Speed Gear
3 0" 0
&
M
Exhibit "A"
40
Magul
1601%
41
Maxpedition
171%
42
Phalanx
30m.0%
HOLSTERS ONLY
43
Rieoffs
1790%
44
Safariland
29*6%
45
Spec Ops Brand
2790%
46
Stallion Leather
23*0%
47
Sticky Holsters
1090%
48
Strong
26,sO%
49
Telor Tactical
309 0%
so
Thyrm 2545 B
204%
1100=0
51
UncleiMike's
35*0%
52
Viking Tactics
371%
53
Wilderness Tactical
110%
54
ASP
3091%
55
Monadnock
22ol%
56
Redman
15*0%
1
57
Ring's - BlueGuns
20.w0%I
1 . .. � _ . i.w • ....ram � .... .. � ' 'L e B
_•• ..
i • • '
.!M- ZT! mr.
58
Damascus
20*0%
59
Hatch
21,.1%
60
Monadnock
21s1%
61
Paulson Manufacturinis
241s0%
62
Premier Crown
1040%
63
ProTech Tactical
211%
64
Saftriland Body Armor
4191%
L���l�t�i�iir��;R�at�cA'�ss�i.. ', .... ..
65 �
Able2 -Show-Me � - -
564,1%
- -- -
66
67
Blit Skv Racks
1000%
BrookingIndustries
26,.0%_
68
Federal Signal
4095%
69
___
fire Research Corp
20sO%
70
Go Rhino
32*1%
71
GO -LIGHT
3990%
72
Havis, Shields
41sl%
73
Laguna Manuf
26s,5%
74
Lund Industries
215%
75
Ops Public Safe
20*0%
76
Priority rt
10-00%
77
Pro -Gard Industries
35,s.5%
78
Santa Cruz
310%
79
Setina MFG
32,*S%
80
Signal Vehicle
4000%
81
Sound Off
40*0%
82
Star WarnIng Systems
40,v0%
83
Stinger Spike Systems Federal Signal)
590%
84
Tufloc
110%
85
Unity
6000%,
86
Whalen MFG
48*0%1
an . . . .
• a .. re a e
87
ASP
311%
88
Defense Technology
1500%
89
FN
1191%
90
Mace
31*1%
Exhibit "A"
91 EPeaierball Technologies l8,o6%1
low.- Night�Vis�on.Equipmer�t 000-IM_IbIo. -
92
_o
ATN
13,90%
93
Bushnell
26el%
94
FUR
111%
95
UabEoTech
1501%
T. .6 .4
ih.eOjL1i1!".,,3 [hg!-qqujpM
069 _,O .40
96
ATN 13*0%
97
FUR 2545 B 12*1%
98
L3,wEoTech 15,v1%1
. - Flaskii15" � ecies, and. related items . ` _ _ - ..ftmwfom A .
99
ASP
31ol%
100
Bayco Products
1391%1
101
Nightstick
111%
102
Pelican Products
30loO%
103
Streamlight Ughts)5796%
104
SureFire
IDEM
21*1%
105
2090%
of o'.0
_...:.._. __ . _.:_.. _.. Ha�dtu��nd:Rett. raints: 0 .. _.... IN, ._:. _ --- wv - --- - -.'
106
ASP
3191%
107
C&S
2*0%
108
Humane Restraint
135%
109
Monadnock
21.1%
110
Peerless Handcuff Company
34.1%
111
Zak Tool
10*0%
oo. oo. ..
Scopfe'sfand�Binoculars _ I.
112
Alme!lft
16ol%
113
AmerjGlo,
28,61%
114
Bushnell
3390%
115
Crimson Trace
1001%
116
U - EOTech/insiaht
175%
117
Leupo!d
21w1%
118
Magpuf
16,ol%
119
120
Nightforce
Nikon
110%
11-91%
121
Shield Firearms-& Sights
5,610%1
122
Steiner
21e1%
123
Tri icon
2891%
124
Truglo
31,1%
125
Vortex
1901%
1
126
XS Soilhts
9.1'16_..
- -A,,lcoholand�Dru& �estj-ISM14'IJ Rroducts artd Relatgd� 5ervice� - :.. .
127
CM1
800%
128
forensics Source
20.oO%
129 Sirchie 1.5%
.. W_;S'mmement-Txalni . Ta ets
130
Action Targets
1080%
131
132
do. I,F!�gerPr�nt:EquipnneM
133
Champion
5 eedwell
Forensics Source
111%
17,80%1
and Supplies
500%
134
Sirchlea
1.5%
Is oo. qow a
W�E gnt -Knives and. Tools _ .
135 5.11 Tactical 22*1%
Exhibit "A"
136
Benchmade
30oO%
137
Soker USA
1000%
138
Columbia River
371%
139
Gerber
14*2%
140
Ka -Bar
201%
141
Kershaw Knives
16el%
142
Leatherman
23.1%
143
Real Avid 25456
1000%
I
Spyderco
161%
145
Zero Tolerance
17*6%1
.:ih - _ :.r�J�cke ;,�� �.�. 'saa Iffiawwo
a far - - 000- .0 Oft -M.Us EM0181M.W.6 A-T . ,0,0 f l� ice, q6wJo=ae
qm~ M. Vwft mob.W.. MP -Gw-%.we oqwgdnp-,
. w 00 �'��-�'. �
146
111 Tactical
30,v0%
147
Aleha--Broder
210%
148
Anchor
26*0%
149
AtIancoft TruSpec
210%
150
Bates Boots
210%
151
Belleville
164%
152
Blackinton
3291%
153
Blauer
164%
154
CW Nielson
2664im
155
Damascus
20oO%
156
Danner
18*3%
157
Dickies
15,80%1
1S8
Edwards Garment
25*0%
159
Elbe
2&0%
160
first Tactical
210%
161
Flying Cross
27eO%
162
Gerber Outerwear
IHaix
1&0%
163
19.1%
164
Hatch
21*1%
165
Hero I s Pride
1&0%
166
Horace Small
32*0%
167
Ube Uniform Manuftcturing Co., Inc.
29eO%
168
Merrell Tactical Footwear
311%
169
Mocean
20,4%
170
Neese Industries
1605%
171
Original Footwear SWAT
2595%
172
173
174
175
Premier Emblem
Propper
Ridge Outdoors
Rin r Gloves
1&0%
1690%
1900%
110%
176
Salomon Forces footwear
20*0%
177
Samuel Broome
1000%
178
Sanmar
210%
179
Smith & Warren
3291%
180
Splewak
20,v0%
181
Tact Squad
210%
182
183
Taylor Leather
Thorogood I Weinbrenner—
1000%
40e0%
184
TurtleSkin
34e0%
185
Under Armour
38*0%
186 IVertx
25*0%
187
Workrite
240%
I.*. andit... _
188
ALG Defense
1101%
189
Blue Force Gear
6,ol%
190
Chip McCormick
1101%
This Page is too large to OCR
Exhibit " A'
------------------- wnmmmw - -- - - - -----------------------------------------------------------------------------
239------------
Damascus ---------------------------------- ---------- ------------- -- -- - - - ---
------------------------
-- ---------------- -- - ------- ----------------- -------------
----- ------- -�d•0�
- 111111111111111
- ---- --- -
N ------------- . ...... .
240 Danner
---------- ----------------
- 18.396
----------------
242 Dickies ---------------
.d
242 Edwards Garment— 2.545 B
WIN 25.0'Y-a--
Il MINOW1011111iiiiiiiiiiii I
--------------- - - ------------ -- ----------------
...... ....
243 Elbeco
----- - ---- - ------ - ------------------------------------------------------------------------
- --------------------- 1-1--
----------------- -------------- - -------------- 28,0'-7o.
24+3 First Tactical
22.0%
24.5 FlyingCrass
27.OA*'Q
2A6 Gerber Outerwear
15.09'4
Hai x
247M
MOM 19,41%
248 Hatch
------- ------21.296
---
--------------------------------- - - ----- - ------------------------- -
249 Hero's Pride'----
--------------- -------- -- ----------------- ----------
250 Horace Smalln
- -------
111111
_11 ------ gal -- --- -1$�Q`�
2.0�+------------
----- —
----------- ------------------------ - ---------------------
2S1 Libe Uiform Manufacturin Co., tnc.
-, — -------------
O_WWWO - ----------------------- ---------------
252 H-i.9
Tech / Magnum
------------- --3
30iO%
MIN
------------ -- ------------
III ------ -------------- -111111081 ----------------
---- ------------- ---- -- -- ------------
253 Tactical Footwear ----------------------------- ------ - -- --------- -
WVVV M ---- ------- --------- 1101 -d--1 1010-29*0%
------------ ---------
--------------------------------
254 Mocean
INNN31*1133No
20.0°.6
I III
I MW
NNNNIMMMSMerrell
25S Neese industries
11111111-
16,?5�Q
---I
256 On'Ainal Footwear SWAT
-----------------------------------------------------------------------------------
25.5°f�
------- --
257 Premier Emblem-----------------------
258 Propper
— - ----- ------------ ------- -- ----
16A9'a
MINIM ---------- ---- ------------------ -19011
------------------------------ -------------------
259mmonalm R,idge Outdoors
------------------15.
0 "la
--------------
26Q Ringer Gloves ----------------
15,sO^7*,t
---------------------------------
Z61 Salomon Forces Footwear
262 Samuell Broome 1 M-M-Ill ------------------- MINN! MM-_
101100%
NNIMMINNNIM-NiMM
263 ---------------- --- --1
-- ------------------------ -
-- --------------20-40%
--------
2.��
- ---------------------
IsmSanmar M
---------------
264- Smith &Warren
32,1%
- - ------ IINNNNN ----------�
-------------------- ------------ -- - --------------------------
265 52.lewak --- -
ININ20tO°�
266 Tact Squad
2_,2,t_O_7"'-OJ'
257 Taylor leather
10.0%
-------- -------------------------
268 Thorogood / Weinbrenn-er------------
lTurtleSkin
40407011010140
269 HOHNNN
------------------------------ ----
34.0°�
---------------
W111061-1 04_0 � - � ---
270 Under Armour
38.9�
271 Verbs
----- ------�e
lWorkrit-e
25 .O--------
272
24.0'�
Exhibit "A "
Note on the exception for Glock,,No,.
Item 1 Firearms and Ammunition:
Glock enforces a strict pricing policy and will not allow any authorized dealer to sell Glock firearms
below the prices they set. Any authorized dealer entering even a 196 discount from Glock's Suggested
Agency would be in violation of this, policy. That dealer would be forced to either decline those sales or
be in jeopardy of losing their dealer status, either way, causing them to default on this portion of the
contract.
Glock does allow authorized exclusive dealers to sell to agencies, at $5 below Suggested Agency price per
firearm,, G T Distributors would like to extend this discount to BuyBoard customers.
This restriction does not apply to other Glock items,, so Item No 28 Public Safety Equipment and Repair
Parts can have Glock parts listed at an 8.5% discount.
on the other exceptions for Item No.1 Firearms and Ammunition:Note
As an exclusive Glock Authorized l.aw Enforcement Dealer,, G T Distributors has agreed not to sell other
brands of duty p'0
istols and revolvers to law enforcement departments/agencies. Several of the other
brands we carry manufacture both handguns and long guns. We can offer those long guns (rifles,
shotguns,, and rifle -format handguns) to law enforcement departments/agencies,ustjnot pistols and
revolvers.