Loading...
R-2020-0312 - 11/12/2020RESOLUTION NO. R-2020-0312 WHEREAS, the City of Round Rock ("City") desires to purchase firefighter turnout gear cleaning, inspection and repair services; and WHEREAS, Section 252.022(4) of the Texas Local Government states that expenditures for items available from only one source are exempt from competitive bidding requirements; and WHEREAS, Gear Cleaning Solutions, LLC is the sole source provider for the firefighter turnout gear cleaning, inspection and repair services as shown in Exhibit "A," and incorporated herein for all purposes; and WHEREAS, the City desires to enter into an Agreement with Gear Cleaning Solutions, LLC to purchase firefighter turnout gear cleaning, inspection and repair services, 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 Firefighter Turnout Gear Cleaning, Inspection and Repair Services with Gear Cleaning Solutions, LLC, a copy of same being attached hereto as Exhibit "B" and incorporated herein for all purposes. 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 5 51, Texas Government Code, as amended. RESOLVED this 12th day of November, 2020. CRAIG OR N, Mayor City of ound ock, Texas ATTEST: SARA L. WHITE, City Clerk 01 12.20202, 00458551 EXHIBIT :KT[}Ul5 City of Round Rock Purchasing Form Justification ---------- ---------------- ---------------------- ---------------------------------- ------- - ---- - -------- --- ----------- ------- - ----------- . . . ......... ... .... . ... . ....... .... ....... ........ .. ... . ...... ..................... : .. ..... .... .... ... ... .......... ...... :De�l?8t'tnletlt- Dat�:' ....... ...... ... ......... . . .... ......... . . .... .......... . .. .. . ......... . ..... ... . .... ....... ...... .. . . ..... . ..... ... ... .. ......... .... ........ ... ............ .......... FIRE ..... . . ...... ......... ........ .....2020. ....... .................... 17 AU us... .................. -0 nUe tVFWIs............................... ......... .... ....... . ............ . . .... ...jig:.h:S.To: Purc asing .... Karen Johnson e.................. ... . . . . . . .. .. .. ... onePh .............218*&3203 .... ... .... ... rjNumnLInstructions: Coirriplete this forl-i-ftl for- all purchases that will exceed $3,000 and will be exempted froillg t CO*de Chapter 252,022, Attach additional competition as prescribe'd n Texas Local Government as needed to support the exemption request. The City declares the competitive bidding procedures in Texas Local Government Code Chapter 252 to It be exempt for this procurement. This Justification Form is executed and filed with the Purchasing Division as follows. 1. 16 isThe undersigneded is authorized and- cerfiffies. that the following exemption applicable to this purchase. Please check the criteria listed below that applies to this Purchase request: [✓] Sole ASource (check one) �] Items that are available from only one source because of patents,. copyrights, secret process, or natural monopolies. ❑ Films, manuscripts or books. ❑ Gas, water. and other utilities. ❑ Captive replacement parts br components for eyuiprnent ❑ Books, papers -,-and other library materials, for a public library that are available only from the persons holding the exclusive rights to the materials Public Calamity • A procurement made because of a public calamity -that. requires the *immediate a:' tionrelieve the necessIfty of the municipalitys residents or to appropri of money to preserve.property of a municipality. .., Public Health and Safety • A procurement necessary to preserve or protect the public health or safety of the municipality's residents. ❑ Unforeseen Dama • A procurement necessary equipment, or other property, because of unforeseen damage to public 'machinery, U Personal. Prnfessianal or Planning Services 1-MM's • A procurement of personal, professional, or Planning services ijPage- X in deta"I below why an exemption 2. Justification. Describe according to Section 252.022 of the Local Gavemment Code is being submitted for this purchase-. (Attach additional pages if needed) 30 9 4 Invitation for bids were recently Solicited for firefighting turnout gear cleaniing, nspection and renai services for the City of Round Rock Fire Department., After publication It was discovered that Glob Manutacturing has unique relationship with Gear Cleaning Solutions(GCS). GSG is the only - provider In the state of Texas authorized. by Globe to repair and to perform limited warranty the work on Globe gear. The Fire Department purchases anywhere from 30-40 sets of Globe Turnout Gear annuailyand a large number, even a majority of the departments gear Is still under warranty. Attach and submit the following documentation that supports this justiftcetion as applicable.. Vendor's proposallquote. • tf sole source a Manufacturer's letter declaring the purchase is sole source and why. The letter should be no older than 6- months old and signed by an authorized representative on company letterhead. Because the above facts and supporting documentation the City of Round Rock exempts this procurement from M LGC Chapter 252 and intends to contract with: ---------------- - - - - - - - - - - - - - -------------------------- - - - - - ----- ------ ------------------- ------- ---- ---------------- -------- - - - -------------- ---------------- Vendor Name.*. Gear Cleaning Solutions (GCS) - ---------- --------- ------------- - ------------------- ---------------------- -- ------------ --------- .. ..... . ----------------- --------------- Descript . ion, Turnout Gear Cleaning, Inspection Repair Senvices ----------------- - - ------------------- Check the purchase type and fill in the dollar amount and purchase term as applicable ❑ ft 4Thisis a one-time purchase request for $ ------ -- - ----- ---- -------- (Q This is a term60 contract request ONOW, Recommended ------------------- - -- ----- By q ttor ,. Approved By Purchasing Office Review Purchasing Office,'* Management Review # months) In the amount. of $ A 26.6s 740'1Q ----------- - - --- ----------------------- ------ ,. Date -------------------- ---- ------------ - - ------- - -- - - ----- - --- ------------ ment Manager, Asst Ctirectar or Director Date Depa WM rpm NOW -------- --------- 003 Purchaser Date /1rzr.�rt�L 8121/2020 Supervis"anager (over $50,000)Purchasii,Date EXHIBIT CITY OF ROUND ROCK AGREEMENT FOR PI.JRCHASE OF FIREFIGHTER TU VOcIT GEAR Cl.EAVINC, INSPECTION AND PAIR SERVICES c a �� lawGEAR CLEANING SLU1`101IS11 LLC t�'ITI ------------ *rHE STATE OF TEXAS CITY OF ROUND ROCK COUNTY OF W''ILLIA SC3N KNOW ALL Y THESE P ESENTS: That this Aareement for iireii;hter turnout dear cleat3ing, inspection and repair- vervices (rcfcri•cci to 1icrcin as the Aizrccmcnt") i*s made at,d CntLi-ca into nn this the day ol' tllc Enonth of Zi}?0, b}' and between the C 1"I'Y C)�" ROUND ROCK, "I"EXAS. a iiomc-rt�lc mtinicip�jlity 4`�hosc olticcs are locatcetat A!.. "'A* I East Main Sircct, Round Rock, Tchas 7RF+6-t (referred to Herein as the "CItv' and GECLEANTNG SOLUTIO\S% LLC�Wtiose tierew oil'ices are, located at V[anana Dr" S`uic 190, Dallas, Texas 75220 (rei`crrcd to III as tlie 4`Services Piovicier"). RECITALS* WHEREAS, City desires to have Services Provider prorride firLtighting tarnuitt gear cleaning, in�laeclion .incl repfair srro°iceti; rind `i'}lEREAS, expeiidiiureti that are fm 46 procureniew of ilems 1'rom mily oilesource are exellipt froni competitft*ve biddin�requirements pursuant to Sectino25?.{►22 of the Texas Local CiUe crnmcnt Cocic: anti WHEREAS, the City has cictccrnitied that Sete ices Pi•ovitler is a sole source pro` illc,' fot tiiese services; and 31 4 NEREAS,VI-ithe ,,slrucs d-u�arc to enter Into 11iis Av,,,rectuent to set Coutli III tVultl]142- 111cif resliectiNe iu%duft'esI and obligations: omw VUSV, THEREFORE., N1. "ITNESSET11., That for and in consideration of the mutual piamises cantainc�d Ilerein and c�ti'er good and valuable Ti the rcccipt andsul�licicncy arwhich are hcrcby ackr►otvlcclged. the pariics mutualtv area as follows. AV 1.01 DEFINITIONS fl. Aga•ecznent means the t'incliila lei►al contract between City and Senyices Provider Whcrebxv City agrees to buy specified mid *icesProvIclerIs to saic! services., 2" B, city r°neans tile City ot"'ROLLnd Rock, Williamson and Travis Counti^es, Texa.s. t�orce .*0 VVC# Vlajeurc means acts Of C;od, strikes, lockouts, or other ind strial dislulol);Inces. act-s"s 0F (Ile lltiblic enemy, orders ol'any kitid frojil the tt�Cro\*eriimentof the United ir States or the State of Texas ar any civil or military 1titl10iltV, insurrections., riots, epidenaics, Iail1LlSIltIC:S. lluhlning, Lai-thquakc5, fires. hUrrici*tncs. 5tornts. Iloocis, rcat.caizit csi the go\fernnienl and the people, ei'vi'l di*sturbances, explosi^ons. or other causes not reasonablywithin the control ut'thc part,=claiming sucii i'rabiiiiy. a * ew V inD6 Services niean the specitied. services herei #n or tile attached exhibit(s). E. Services Provider rncar>s Gear Clcanislg Solutions, LLC, its successors or a�si�ns. 2.1 EFFECT[`'E DATE., DURATION AND TERM A. `Fh1*s Agreement slaal! be effective on the date it his been signed by both parties lacrcto, and slial.1 rejualn in full force and Cl'fCd Unless C"Aild witil fl expires by operation of'flic teniistated herein., ar until terminated as set forth herein. Be. The lcrm ot`this Agi•ccmcni snliall be i`or siYiy {60) mantles #yam the c17'cciiNc date ilereof. Co. City reserves the rig1it to review tits Services Pi•avider's perfaniianre at any tine, sincl mely elect tea 4einiirla#c this Agreetneiit wath or v,;ithotn cause o1° snay elect to contis,LI.c. 3.o1 co:vrr Ac°r lluc{u ENTs Iry XHIBITS 19 T"he services are fire subject matter of #leis ILgreement are descrl'bed "in Exhibit *OA" atid t.hey-are fia((y capiarf. of" t1il's Agreement as, I't'repeatedlicicinni till. Togetiicr, ExhiF�itA 10 and pages one (1) tlizauell nine {c)) of this agreement, comprise the total Amecment. 4*0 1 1P1'J4,",MS A I'hc sea���ices vv1iJ^ch are ti-ie subject niattei or tlils Agreemont are (tescribed t"yetierally t*n the attachedd�'xtiihit &%A,.%" 4.W 0 B. This Agree nient s}r�til evi'ct'ence the entire understandingir and aareenient. betweetithe parties and sliall supersede anyprior 1�ropasals, con'es}�onde�tce car di'scurz.;sJons., co Services Provider shall satisfactorily provide all itenis described -in Ex1i1*b1*'t A"'Wlthl*n the contract tcrin sspcc1*1'1ed. A chanee i"n anv, terni of tlil's ti�rccnicnt, 111LIst be tiegotlated,CoW-# and agreed10 in all relevant details, and MUst be. embodi'ed ina valid SLIP1.1.1emental Agreement as dcscrsbcd in Section 9.tJ1 iicrcin. S.1 COSTS A,, City agrees io pay for seryices ancVor supplies during the terns of this A;vreemerit at the pricing set fcirttt at in Exhibit "A.," Services Provider specificaily acknowledged and agrees that City 'i's not obli�?alCd EO use t►i pul'Cha5C anv CSti11'latCa annual quantity of yen ices. Only if, and when needed by City, the costs listen on Exhibit "A" shall be Mlle basis of any chargcs collecicd by Services Provider. Be. The City shall be actit7orizecf to exceed Two Hundred Six -Six Thousand ($266,740.10) foil, the term oi` this A�*reement. 6.01 INVOICES pay SciviGes rovicicr a total amacint ,lot -to - Seven Hundred Forty and 10/100 Dollars All invoices shall include, at a minimum, the following information: A. Name and address of Services Prutirider> B. Put -chase Order Nui�zbcr; {". 1"}escriptian and quantity of itenis receid;vewid 16*Afth. D. Dciivcry dates. 7.01 Gov-APPRC}PRIATIt}.N AND FISCAL FUNDING to "Phis Agreement is a canumilnierit oi` City'S cian•ei�t rc`enLICS oily. It is u�iderstood and agreed that City shall have the ri�,lat to terazti�iate tliiti,A.cjreeine.Yit at the end ofaiiy Git}° fiscal Year If the goteniirtg bodv ofClty toes iot appropriatc funds sufficicnt to Purcliase the servi'ces as detenn*nedbyCity's buc�oet for the fiscal year in question., City niav etT.ect such ternil'nat.1*011 bv1W 4Pgivilig Serv,.ices Provl*dcr a written nonce of termination at the end at`its then current fiscal year. 8.01 PiIIPT P:1YMElVT POLICY .fcrnmcnt Code, piny payment to be 'In accordance withCiaaptcr.'M0W)W%*%251-4 V.7'.C.A., Texas Go�. made b}� City to See, -ices Provader will be made wathsn tliii-ty (3U'► da_y�s of the date City receives foods Under this Aar`ement, the date the periai7nance of the services under this Agreenicnt arc co,npletcci, or tLtc date City rec`ivcs a coiTect 1`nvoiacc t.or the goods or scrv1*Ceq,, wlii*cliever I*S J.-elier. Scrvi.ces Provider miiy charLyc interest oan o\- a?crdL1C.peciyiiien1 ithe rate in C11qeC(3F 4j 011I'ved whichb�come:sSepteniber I of the t-iicai vcar in the payment or°eidue, accordance�vitll V.T.C.A.. Texfe.,is Ciovcn-imciit Co(le. Sec11*011 )M.1.51.02h.5(b). This Pronipt Payment Pollev "doesnot to rzyments made by City in die event9 4F �.�nd Provider. a contractor, .A, Thcre 'is a bona I'Idc ciisputc that Ace pea�furmed subcantrncEa�-, c)r s-aw I" ibout tlie iaoods vere- P ler 4" de.11^ d or the serkcauscs Ilie <,,ivnicnt tM bc fate; or PIV t3. `F]-iere is a bona (ide dispUte between 5e,viceti PI'CtlridG'P 3itEI a rubconiracior nr between a subcontractor and its supplier about the goods delivered or the sen�ice per!'onne�l that causes," the payn3ent ica be, iiPl.Ci car TI'e ter s of a i*Cdetval contract, grant. 1*CgL11auon,, or statute p��cvcni CIO C+tyfrom tl11ICHItg a tl1Tiety payment with federal funds'; or D. The invoice is not mailed tv City in strict accordance with any -iristructivn on tlle purchase order ielating tQ the payment. 9.i SUPPLEMENTAL AcEcME�Ts The tcrnis o!` thi5 Agrecmcni may be niodit;cd by wriitcn SIPp(.7ICTt9Ciltill Ag3'GC111Cf11 .00".0 aliereto, dtil authorl*zed bv City counct*1 or h�f the City Managr--er, 'iftile C1,tv deterniines- that there Y AW iias been a siernificant chanac in (.1) ti c Scopc, cortiplcxity, or character of` the sciov-icc;s to be pN.tfC)1111Cd: the costs of the work or (3} ttze diii•ltion of the work-. Anv such 5tipp1enlental. Ag:•ecmeni rnL'sc be cxccueeci by both parties wi'thiji the period specl*fied 1-1s tile terni of thl*S Agreenient. Services,Pra��ider• qliatl not perform anyu�work orfaac�er �tnt; 1c(di�ional costs pt•iar to 4, both 10, bp-set111ol�Sethe excCution Anreenient, rN;ices Provi'dete sli*tll inake 110 clai*ni for extra work done t3T 11'iSte2'13i`+fLit't71Slled unless and until there IC full BAeCllt1C111 Uf -invy SLl(}PICt11C211dI Agt'CCHTtCIIt, and the Ciiy shall riot be responsibic for actioiv5by Scre°ices PIWoN`idci• uor for any costs incurred by Services PrUvider relating to additional %vork not directly 10 authorizcd by Supplemental Agreement. tU.0l G "t'UITiES AND BRIBES City n a %v rt1tcn natice to Scry ices 1'ruVittct•, canccl this ALcecnient �vlthoLl inc t►rr nt sir�y liability to Se»°ices I'roti�ide .4 'f it is determined by C::=ty that g%-ratuj"ties or bribes n the f-omi of i I criicrtaiaaanrnt, gifts, ter otherrvisc were oliLtcci or �ivcn 'Provp'der or 'its agcnts or representatives to any City officer. eniployee or elected representative with respect to the performaiice ol'thl*s Abrecrnent. Provider may be subject to penalties states! ire T 8 Uf the Texas Penal Code. 11.Q1 TAXES City is exempt froni Federal Excise and State Sales Taxb tfierefore. tax shall not be is1ClttCLzd itt Si;i'viCC'.` Prnvidei•°� chargest. 12.01 iNSt1RANCF Scry "Ices Providcr chalk nicct all Citsv ul`Ruurra RoLk set IuF`t.ii at: 40 Tov .1moinsu�•ance.`17. 011 d'. ttpNVN\rW,rOLindrocktexas..R. /WP-ftC0[1te. loadcsAl pop In 13.01 C1TY'S REPRESENTATIVE City hereby desi�nuies the 1"011owl'011U, repi"eseflUALl"Ve CHL11borl-zect to 4act in its bl%..,zhalf with %W.10 regard io tht5 Agreernent: Cilarles Dittman A,sistani Fire Ctiici' 2t)3 Comiiierce Boulevard Round Rock, Texas 78664 51?-b71-2776 TO ASSURA�iCE 14,o01"x%j`GT VJ%enever either -party to thisAgreemin ent, good faith, leas region to que-sti"on the ottierparty""tz; 'I'lit-clit to perforiii hercunder, thcn dcniand maY be inade to thevriitcn e othcr party for assurance of the "intent to perform. Ire the event that no wrl'Iten assuricnce is gikren withln the reasonable Innc s,. eci('ied when deniand I's Made, tlien andin tthatevent the denianclingparty maPft.." treat such failure ae an a�ttici�atoay repudi*ati"on of this A.areenient. 15.1}1 DEF"AULT I1' Servl'ces Provi"der abandons or default!bi Under thl's Ag-reenient and i's- a cause of City purat�'rrces flial i"t inay bechas)-lig tlie spccif'1cd goods and 15xr%.---1'CeS c1scwherc, Servl*ce-s charged the dl*i7ference in cost, if any, and that- it will not be consI'deredin the re-ada�ertisement of the s;crvicc and that it tnay no. t be cons,-odercd In 111tUre bi(ls for the sanic type ol'%vorkttnlcss the. cliasi,ed. scope of workIs Slgtlif1C8711Iy Services PCOi'ICI2i shall b4' declared in default of this A�ieZ111Ei1t if 1t does anv of the % Collowitii'l,: *W1( A. Fails to fully, timely and faitliCidliy per -form any of its material dbli*gations under this Agreenient; B. F1iIs to provide adequ�tc assurance off perfomic�ncc under the"Right to Assurance°' scctioi1 hc,•cir1: ar C. Rc:cori7es insotr-vtlt car &;,ecks relict ui1cicr• t-lie banki•tcplcy la.rvS oitiac t.Jniiecl States. E6.01 TEit. IN''1UN AND SUSPENSION V 'I�I�e City has the rl"glit to te iincite th"s Agreenient, i'n whole orAltin part, for cone eliicncc and without ccausc. ai aiay tinic upon thirty (30) days* 'written not'j"ce to the Scrx ices ['rovader. B. In the event of any defatalt ley Services; Provider. City (ias tlie right tt> ici7iiiriatc tiais Aareenzent for cause., -upon ten (10) days` wi°itten notice to SenJices ProtXider. ce Services Provider has the right to tei7ninate this Agreenient only f6r cause, that City, UP011 onc Jiun&cd and twenty being I*II the event of a materialmaterial and SUbstaWl*al bt"each (I Z()) days' wri'tten notice to Ci'ty or by mutual caareenient to teniiinate evidenced i'n writing bYW1.111dbetween the partics. D. !'a the evc��t City temil"natcs un-der subsectIODS or (B of tl-its sectio.n. the follo�vinL -fz1;#11311 apply:upon City's delivery of the referenced notice io Szrvices Provider, Sc►1°ices Provider shall. discontinue all. Services in conncction wl*th the perfori-nance of t1lis A�reen�z<�t and ghalt proceed to cancel proanptlyall existirig orders and ccyntracts insofar as such orders and contracts are chargeable to this Agreement. Within tlil'rty (3m.)0) days. aller such notl*cc of termination,termination, Ser-xfProt=idea•shallsubmit a St1te11I211I showing in detail the Servicesice,.-; satisCacionlyperle�rmcd under tlil's Agrcc►t�cnt. to Ilic datc of"' tcrnit*nafi^on.. City shall tlicn pxy Sere�ice� Proti�ider that portion of the charges, if' tindispured. The parties agee that Services Ptoot?I'der i*s not entitled to compensation -for Scrvicesit would Dave perlorancd untler the !'elI11tf1111g CEi'1T1 of the (k�reement except as provided lierei'n.. 17.O1 INDEtVTFiCAT1UN Services Provider shall defend (at the option of City'). itidemnii'y, and hUld t'i its successors, assigH3s, officers, emplayces arttl cicctcd of'ticials harmless ii•om and it-i-c-rainst all suits, actions legal proceeciings. claiel,s, demands. damages,, costs, expenses, aitor-ney's fees. and an,; ai1(! all other cods or tees arising out ol; or incicicn! to, conccr°nine ar resultine from the Is negli clef Q*�,-t oc` dvillfiai izcts o1• oniissiuns of Services Providet•. or Services Ai•ovicler's agents, f..1MP1w,-ecs oi• subcontractor in file oerforniance ofS(:1'�fiG(:SS Provider's under this Agreement, na matter how, or to tivhom, sort' loss Tay occur. Nothing herein shall be deemed to so l�m►t iiic right, o-f City or Sc-nr1#CeS Provl*dcr (including, but not li'n-iited to the ri'aht to scek 1�;.�intit Conti°ib�,tion) any third party who may be liable for an indemnified claim. 18.01 COVIPLI;I�NCC WITH LAIR'S, CHARTER AND ORDINANCES A. Services Pi•ovidcr, its agents, ctiiplayees and subcontractors strati use best efforts to. c,oinply Willi all r�pplicable fiederal Cand st.dpitc laws, ilic Charter and Ordt'ntuiccs ot'lhe 1'1Y ofRound Rock', as ainended,andVV11I1 1l.I applicableregulations rules andregulationspronlutcrated by' Eocal, ,laic <�rici bnards, bEireaRis atici aLc;nci<ti. B. in accordancc wl^tll C11ca-pter Texas Ctovernmen-1. Code. a trov-ernmental elit1tv niaN:-, not enter into a confor ;Dods or se�•vices tract with a compauy unless the contract contains IL rvrittcc� ticriCLaticm from the conipany that it: (1') doesnot boycott. Isracle: and W1*11not bocotl 00Israel and wl�11.not boycott Israel durEnc the term of thifi contract. 'I'he signatar}� executing this A t rerilics Scii-:-t'lces Pro\fidcr does not boYcott Istael andnd-ccrient on behalf of Services PronA.16wiII not boycott Israel dun'ng the term of this'sAgreeiliento" M t4.t}1 ASSICrNNTEVT AiVD UE [..EGA'1`1{?N The parties each hereby bind €hemse:to.-vs, succLzsors, <Yssi.gns and (cgal representatives to eacl, other zvitia respect to the teens ai` t4iis Agreement.. Neither party shall si�sign, sublet OC it'at1SIi;1' filly interest lfl II111 AgI't;CI11C271 lVIIIIQtli PI'iC}C lVl'llll;tl aULIl01'ILilUOft 0i*1hC atlier party, 2U.Ot NOTICES in 19ta�ik(iAllnott'ces and Wither coniniunications connection thiti Agreement st,ali be in 6 6 fit:Gc conserelivenW1,01nty WiLt sliall idd as follows: 1. Whutt dc3ivcrcd persoatally to the recipicnt's acidress `A5 stated in this Agrccmcnt; or 2. V V Thxee (_3} days after being deposited in the Ltnited States n1ail, with iostage prepaid to the recipient°s address ;is stated in lhis Agreement. Notice to Sea°vices Provider: Gear Cleaning Solutions 2?21 Mana'ia Drive, Suite 19Q Dallas, TX 75??U `once to Cite: Laurie F{ztillcy. City Maa�ager'121 1".ast Milan Stl-beetAND Tii: Round Rock., T'Y 786G4 Stephan L. Sheets, t;ity Attorney 3{)9 T act Main Street Round Rock., T:k 78G64 Nothing cantained herein shall be construcci to restrict ilie trae.i'missian of routine ,&Oft comn2unications between representatives of CItY and S81'VICeS Provider. 21.01 APPLICABLE LAW; ENFORCEMENT AND VENUE 16 is This Adr-ccmcnt sluolll be enforceablean RoLind Rock. Texas, an(I 1`f )cgral action nece�sat�� icy either party Nv�Lth respect to the enforcement of any or all ofthe tenns or conditions 6Williaittsot� Texas. 'f"h*s Agreementsli-till be lierein, exclLism"ve venue. f'of b-'amc:-.3911all lie 'In governed byand constioued 'in accordance witli the laws and court decisions of the State of Texas. 22.Q1 EXCLUSIVE AGREEMEIVT bettiveenThis docunient. and all appended documents, constitutes the entire Agreenient Services Provi-der and City,, Thj*s Aitreenient may on] be amiieri(fcd or SLIPP]eniented b 11111tUal Y Yaureeinent of the pitirtl*es liereto i"n �vritin;T,dUly aLlfhorized bv acti'011 of the City Manao-yer or CityL"kwoo coE6tiC1l. 7 Z3.i)i DISPUTE itFSOLUTI+()N City anti Services Provider herebv expressly agree thiA no claims yr disputes between the parties acising out of or relating to this Agreement or a breach thcrcoi steal [ be ciccided by any arbitration praceedina, inchaditlg without limitation, any Proceeding under the Federal 0 Arbilraiiott Act (9 1JSC Scctio11 1-1 4j ar any applicable st`itc arbitration sti-aftite. 1QW%%L 24.!!1 SE,'ER--A-BILt.irnry 'I"he invalidity, illegality, or unenforcesibiiit}= of any provision of dais hm-eenient or the occurrenYcc of an cycnt rcnd.eri*ng any porft*on or provisioii of this Aarcenient Vo'ldshall in na way affect the validity or enforceability ofatiy other portion ar provision afthis Agreement. 11ny void provision shall be decaned sc:vcred from this Agrcenicnt. and the balance of t1ii6s Aarecnicnt shall be construed and enforced as if thi's Ae.,reeinent did not contai^n the plricutlarpai-tion or UAW provision llcld to be voj'd. The parties agree to acuend thl's Aerreenient treplace anv stri"eken prprovisionwith a valid proNISion that comes asclose as possible to the intznt of the fi#otn VI 10114 lialI not stricken proN S The provibsj*olls of this section s pre'vent this ciltire Agrcc«lcnc l�euiy void should a provision which is of the essence aF dais Jtxgre-enient be dete wined to be vaid. ?5.O1 MISCELLAVF US PROVISIONS Standard of Care. Services Provider represents that it einploys trained. exper1'enced andi"% dUttes specit'ied Inercin and C0111potent, pvrsons to pert'orni alloCtlie t'C5j�0i1SlblilitC5 that such Servi*ces,., res�'oi�sibiliiies and duties shall be pei•Carttted rn a manner accordi'tg to q gellc, JA V accepicd industry practices. Tine 1%;V. is of the Essence. Sen=iccs Provl^dcr undet-stand.s and agree.s that urne is of the OPFAL loessence and that any failure of Servi'ce,,;,Provider to fulfill obligations for each portion of citis Agrccmcnt wl*tliin the agreed tiincfiamcs will consh'tute a materl'a.] brcacl.i. of this Aizrccnient. Services Provi'der shall be fullyresponsible for its delays ox for failures to use best efforts illIVaccordance %vith the tcrms of thi.s Aareement. Where damage 'i's caused to City dLIC to Servi'Ces 0 Pzavider's failure to �serfornl 'in these circumsttances. C'ity nay PUrsue any remedy available 'vithout waiver of City'srightsof any Icgat ar rcnlcdics. Force Nlajeure. Ncilhcr City nor Scrviccs Provider shall be cleaned iil violation of i(iiti Acyreement if it is Prevented from performing any of its obDigltions hereunder by reasons for evhich it is not rc5ponsiblc as defincd licrcin. Ho:veve±•, notice of such impeciinicnt or delay in pei•foi°iliance must be timely aiVen, and all reasonable efforts undertaken to mitis:aie its effects. Viultiple Counterparts, This A�r�ement may be exectited 'in i-nijitiple counte ads,, anv1Wone of vvin'cli oz)lia.11 be considered an ori.-Y'c�C this clUcurnent: anti ull of wi�ich> w1iL1z taken together, shall consti^ttite one and the sa e i'iistnnment, [Signatures un the f"ollO«-ins: �te�c.] S., IN vb'ITVESS WHEREOF, City and Services Provider have executed this Agreenlent on the cla.tes indicated. TE?X�S 0 CITY HvOU NT D I By: --------- ------------------------------------------------------------------------------- ----------- - -------------------- Printed Name: - - - ---------------- Titlr. 4 pate Signed* ------ ----------------- L . .. . .... E., S T,,9* ------------------------------ - ---------------------------------------------------------------------------- - - - ------- - ------ - ------------ Sara L `White, City Clerk 0 FOR CITY, AprRor En AS TO FORM, Stephan L. Sheets, City Attome�; 9 %.v �r% 4" A q�1111 t'�l, � By. 1*Vwwwwww~--q - MIR NAme:Printed Tiilc: Date Sigmcd: �ill�iG.�4L, TO od''Isi LLIIC Price Sheet FIREFIGHTING TURNOUT GEAR INSPECTION, CLEANING, AND REPAIR SERVICES - - - -that -6The Responen repres ents by their sign4ture bel6w they are submitting a binding offer, Special Instructions: All prices must be quoted. Na... ._, �,I......__ ........�..."I. ..,.4...........,...­.....-,.,...................�� ......,.. _............*�..��......� .............�.........-.- ........­.­..........,I.........-...........,...... :�........*.......:...........'.­...:..:.'....-.�...I, ......'...1I. ..."........*...I, ,. .�...........'....-... ................� .... .. ..........I... . ............*........ ......,. ................._....*.............�, ... .........�..­_...�........,....�.....,.....1...............-.....-*.1..I......�........_.�_-..........-....­...I .....�.........I.. .........­... ...�.........................,..�M................. ......'......-.... ...I...-.....-...-... ., .....-.......M...I....�...I ..­.........�.....��...............­.....1�.............�.......,1.................­*. ._- .....I........ ......,_­.1�........�....1.I. .­.�,..1� ..........................I....1�. ..._..-� .....,...I.-.,.-. .-...r .....-......,_-.�I ..............,..............�..-��,. ......._-.........�,., .............._.......'....,..-..............I....�'I.....-.......,.....­Ir ..-..M.............,.... .�-.......1...I..­.._... �..._,.........-...._... ,.� ........,...�.� .......��. .............-...1........�..-....�..........­ ...' ................-I ..... .................—I- ...z....._, .I..............,.,_I. *.............'-_.M.. ....-...... ........... ............-..........'....'_0......*-.......1......� ..........0_.............I................,I, ....-.,_., ........­...........,-.,,, .........-.,-..I .�..., ............"-.....I ...... .. ..,.17........�..I­ ....-.8.:.......,-.....��. ...,....................._s-._.......'Description **..1:.,­_%'.....,,—*...... ................,�*........................I ... ....-........,._...�-. .�....�....*. .......�.......,...., ...-- ........�.­..--.,... ......­.".,......�� ...,���.., ................�.­......._. ._..r. —:......I ...:.-..,. . ...,......... ................�...... .........�-� ............­.... .....,._,.W .*...........-.....- .....� .�.......'.....................-__ ................II I......�.�.....­ ...*-..*..* Estimated *.. ..,� Quaeitity .. .-........�..-. ....,­'_ .--.-,...s_ ..*.........�...­..'...*.,.0- ......�..........._.�.--.*�%.",.,'.*- ..*...,­.._.-_--..--..._.,­-_ ..-.,,.,r..-.--.......-........* .-.-.0.,.1-...*.....w,.�.........­_ *..O.,-'�1 ..'.* Unit ..*...........�...._- ."_........I....*........_.- .*.'%.*.1.I*.............._I ...-..-1�.P..............-- - ,.-,.-..*" .......�...�-,I,. ...........-. -.*,,..,*',* ....-.*..-......_..,..........*­....*..............�.-%_....,...I-.:........­.:....- .................."- .*..,.,.,-..-.........-..�........ ,-.,.*'-...........�........ *.,--,,.,,.,,,''..,.*.,,.,**-,,*.,*.*,.....-....I............,.....R .....,......-.*...-,......_.._I..'.-................"_-4.....,., ..-...,-..**..*,'1.......*V'..............*-...-, .............*.............., .......*.-I .-.-*,*­.,1 .............�...-...�.�_-. ,,..'*,* ..,....... .,..,*1-.....................*.,..­­.-.:.*..I,..............*.,,.. .*,,......._...._....Cost.:......-.......:..­.. ,*...*.,*,.._......,..*.......I.. .**.....'....,..,....-,.�.­..........-..........,'......-*.......*....'.w *..............I..I.....--_ -...*%*.......:.*'**,..�.'...........-*....... ..,*%.....:'.�­,., ..........::'.....�........-.........'..,*.....�.,-_ ­.:..........'.......I.--....I...............�..- .......-*..........."...-.-..*...- *.-*...,*,.... .......�*.'..:.*..,-:.-..-........:-�'......::..'*.....-*�'.I ....**,*.-.. ­ -....-*..�.,*.-.*...,.:.I ........*..'....-....�, .....-.­.............­.-..*......'......-.................- .,..:.- .....*........-........:**.,.,. .-:.................--,..,*...�Total' *.......'.,.�.'��_*..,".-.,.....,,"...,. ...-...-..,...*., ..............*.-'...�­ *.-**.,-*..,'.. -....�......*.*-.....-,...*.....-.:...........*.-_... ...*.*.-.....,.�.',....*:....--........... .....- ._...:...-.......-.-:*.....�.-...-:*...............,.._..- ..- I ....-'.,_ _........*-.............�. .......­.'.,. ­I........-.�.........I....�. ......., Advanced Cleaning Coat _..............-.'.'- -...­......*........._ .......­...- '., -..--......­...I 300 -...........I1-- -..........-...­....".. EA - ---.........,.......-.. --0........*.......-....-_ -......................�..� -...:..........,......., -.....,...........,..... -..............�......_ -,.............-.........-..,.:........1.............,..*..........­...... -U..................'I -.....,....,.I.,.......... -$26.d0 .- ._..................--.I..--.,..,'*..,,r. !. _.....-...-..*.:,.........-.'_ $7,800.00 _. - -._I 2 Advanced Cleanin Pants 300 EA $26.00 $7,800.00 3 _.....-... ,-.. _..,�-. Advanced Cleanin Helmet M _-� 175 EA $6.00 $1,050.00 4 M.�. M..�.. Advanced Cleaning Boots (rubber or leather) 175- EA _**...'-l...�".-,- $6,00 $1,050.00 5 Advanced Cleanin Gloves 175 EA $3A0 $525.00 6 Advanced Cleanin Hood N --- 300 EA $3.00 - $900.00 7 M���P�.......-. Decontamination -Coat M _....,......1.-- 30 _--........-.......� EA $82.50 M...-....,..w $2,475.00 8 Decontamination "Pants 30 _-...-*�­. EA $82.b0 1...,....._..�....' �-*.,,%,,.*. � $2,475.00 9 Decontamination -Helmet 10 EA $12.50 $125.40 10 Decontamination -Gloves 10 EA $6.25 $62.50 12 0............M�...I.r Decontamination -Boots 9 -.......­....,.­ 10 EA $12.50 $125.40 13 Decontamination -Hood 40 EA $6.25 $250.00 14 _...�.._.._.. Biological Disinfection -Coat -.*--_..­,—,. --.,--*Il --..-­--Is_ -�--..,- 10 EA _ 582.60 $825.00 15 Biological Qisinfection -Pants 10 EA 11 $82.SO $825.00 16 Advanced Inspection Outer Shell Coat 300 -.-,'...%,I EA $0.00 $0.00 17 _ � Advanced Inspection Outer Shell Pants 300 --- -- EA 8_ $0.00 -- ---$0.00 - _.*.­*,. 18 Advanced Inspection Moisture and Thermal Liner Coat 300 8........._......_.--- EA $15.00 --......................- $4500000 19 Advanced Inspection Moisture and Thermal Liner Pants 300 EA --..­'.........- ---....­*......-'.- -- -........�*.-_ $15.00 ---*--..,.',%.,*-_- $4,500.00 -*--...... 20 Coat Re airs Rivets each . 25 EA $5.59 $137.50 21 Coat Re airs Zi e 25 -�'...,.,_�,,__ -_,..,...,.,-- EA -- -- --....*.... -.-...,.-., !I $66.34 - -.,..**-'...".. -1.......-.*...*,.'- --- $1,658.50 22 Coat Bartack ---- 300 EA $5.65 �...-......*.,,. � $1,695.00 23 __ Moisture Seam Tape -.....­...-.­......g 500 EA $1.47 _....-I...................- -.-...­...�...........,.- $735.00 - 24 Thermal Patch (per sq. inch -.......... 1000 -q..........1_ EA -.........�..........._ $2,00 Fx0�, $2,000.00 25 Coat Repairs Pocket reinforcement or replacement 50 EA $ZZ,gS $1142g50 26 Coat Repairs Collar Material 50 -.............­......- EA $5.00 -...-:.............r- $2bQ.00 _ 27 _ 1I Coat Repairs Wristlets (Each) 50 EA $12.00 $80d.00 28 Coat Re airs Hole Re airs 50 -EA - _.*-...........-........$_-_ _---__---�-,.-_-.':.:...,..............- $13.92 -- $69&.00 29 Coat Repairs Han in Haok 10 --.,.w EA _........%...'..I...� $1.00 $10.00 30 Coat Letters Re lace r letter) 10 EA $4,00 $40A0 31 I..........I�.�.......,....-. Velcro Repairs (per inch oftM " 1p00 EA $1,23 - _ $1,230.00 32 _��. Pants Re Rivetseach -_-........-.­....__- 25 EA $1.00 $25A0 33 ,..�.... Pants Repairs velcro one side flyCrotc _ 50 EA $13.83$676.50 I 34 Pants Repairs Leather (Knees) 12 EA $30.96 $371.52 35 Pants Repairs Pockets or Pocket Reinforcement 24 EA $22.85 $548.40 36 Pants Repairs Snaps/Buttons 20 EA $1.OU $20.00 37 RsflecOve Trim CoeUPants (per Inch) 500 -...............0.-.. EA -.......".._- $1,23 �,-,.*..._ --,..*...­ $615.00 38 Pants Repairs Hole Repairs 50 EA $13.82 -................--.­................I..."-­ $696.60 39 Advanced Ins ection Helmet 175 EA $4.00 $700.40 40 Advanced Inspection Boots rubber or leather 175 EA $4.00 $700A0_ 41 Advanced Inspection Gloves ---------- ------ --- - - --- ---. --- 175 - EA $1.00 $175.00 - ---------------- - 42.___1_1 -------- Advanced Inspection Hood --- 30Q - - EA - - --- - -_ $1,800 - - --------------- --------- $300.90 . ------ - ------------------------ - ---------------------- --------------- ------------------------------ ------ ---------------------- -------------- - ----------- - ------------- ------ ------- ---------------------- Removal of existing name on back of jacket and install blank 43 Velcro name _patch on back of jacket as needed. 25 EA - ---- -- ---------- ---- 0 $��0 $450.00 44 Pants Bartack - ------- 30Q EA $5.62 $1,686.00 145 Pants- add paddingto knees --- ------- ------ -------- 30 EA $30.96 $928.80 --------------- - ------- AnnualTotal: $53l3743.22 - - - ----------------- COMPANY NAME: SIGNATURE OF AUTHORIZED REPRESENTATIVE: PRINTED NAME: PHONE NUMBER: EMAIL ADDRESS: GearyCieoning Solutions, i.LC Rick Johnson z1a47a-a21s rick.@p,earcleaningsolutionsecom