Loading...
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.