Loading...
HomeMy WebLinkAboutC2016-009 - 1/26/2016 - Approved SERVICE AGREEMENT FOR INSPECTION CLEANING and REPAIR OF BUNKER GEAR Service Agreement No. 6 I b THIS Inspection Cleaning and Repair of Bunker Gear Service Agreement (this "Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City"), acting by and through its City Manager or his designee ("City Manager"), and Gear Cleaning Solutions, LLC ("Contractor"), effective for all purposes upon execution by the City Manager. WHEREAS Contractor has proposed to provide Inspection Cleaning and Repair of Bunker Gear in response to Bid Event No. 76, which includes Specification 1264, dated 08/05/15; WHEREAS the City has determined Contractor to be the only bidder; NOW, THEREFORE, Contractor and City enter into this Agreement and agree as follows: 1. Services. Contractor will provide Inspection Cleaning and Repair of Bunker Gear Services in accordance with Bid Event No. 76, which includes Specification 1264, dated 08/05/15 ("Services"), which bid and related specifications, if any, are attached to this Agreement and incorporated by referenced into this Agreement as Exhibit"A". Contractor's proposal to provide the services is attached to this Agreement and incorporated by reference into this Agreement as Exhibit"B". 2. Term. This Agreement is for a term of one (1) year, commencing on the date signed by the City Manager and continuing for twelve (12) months thereafter. The term includes an option to extend for up to two (2) additional one-year periods subject to the approval of the Contractor and the City Manager. 3. Payment. Payment terms are net 30 days after the goods are provided or services are completed, as required, or a correct invoice is received, whichever is later. 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement including deductions for non-performance and authorizations for payment. All of the Contractor's notices and communications regarding this Agreement must be directed to the Contract Administrator, who serves as the Corpus Christi Fire Department Contract Administrator, unless indicated otherwise in this Agreement. 5. Independent Contractor. Contractor shall perform the Services hereunder as an independent contractor and furnish such Services in its own manner and method, and under no circumstances 2016-009 1/26/16 M2016-015 Gear Cleaning Solutions LLC INDEXED will any employee, agent, or representative of the Contractor be considered an employee of the City. 6. Insurance. Before Services can begin under this Agreement, the Contractor's insurance company must deliver a Certificate of Insurance as proof of the required insurance coverages to the Contract Administrator. Additionally, the certificate must state that the Corpus Christi Fire Department Contract Administrator and the City's Risk Manager will be given at least thirty (30) days' notice of cancellation, material change in the coverages, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 15 days of the City Manager's written request to Contractor. 7. Assignment. No assignment of this Agreement nor any right or interest herein held by the Contractor is effective unless the City Manager first gives written consent to such assignment. The performance of this Agreement by the Contractor is the essence of this Agreement, and the City's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. 8. Fiscal Year. All parties recognize that the continuation of any contract after the close of any fiscal year of the City (the City's fiscal year ends each September 30th) is subject to budget approval and appropriations providing for such contract item as an expenditure in the fiscal budget. The City does not represent that a budget item for this Agreement will be actually adopted, as that determination is within the sole discretion of the City Council at the time of adoption of each fiscal budget. 9. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 10. Compliance with Laws. This Agreement is subject to all applicable federal, state and local laws. All duties of the parties will be performed in Corpus Christi, Texas. The applicable law for any legal disputes arising out of this Agreement is the law of Texas, and the forum and venue for such disputes is the appropriate district or county court in and for Nueces County,Texas. 11. Subcontractors. The Contractor may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, however, the Contractor must obtain prior written approval from the Corpus Christi Fire Department Contract Administrator. In using subcontractors, the Contractor is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of the Contractor. All requirements set forth as part of this Agreement are applicable to all subcontractors and their employees to the same extent as if the Contractor and its employees had performed the services. 12. Amendments. This Agreement may be amended only in writing and signed by persons authorized to execute the same by both parties. 13. Termination. A. The City Manager may terminate this Agreement for Contractor's failure to perform the services specified in this Agreement and its exhibits. The Contract Administrator must give the Contractor written notice of the breach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period stated in the notice, the City Manager may terminate this Agreement immediately thereafter. Failure to keep all insurance policies in force for the entire term of this Agreement is grounds for termination. B. Alternatively, the City may terminate this Agreement without cause upon twenty (20) days' advance written notice to the Contractor. However, the City may terminate this Agreement upon twenty-four (24) hours' advance written notice to the Contractor for the Contractor's failure to pay any required taxes or to provide proof of payment of taxes as set out in this Agreement. The Contractor may terminate this Agreement upon ninety (90) days' advance written notice to the City. 14. Taxes. The Contractor covenants to pay all applicable federal and state payroll taxes, Medicare taxes, FICA taxes, unemployment taxes, and all other taxes in accordance with Circular E "Employer's Tax Guide", Publication 15, as it may be amended. Upon request, the City Manager shall be provided proof of payment of these taxes within fifteen (15) days of such request. 15. Drug Policy. The Contractor must adopt and enforce a"Drug Free Workplace"policy. 16. Violence Policy. The Contractor must adopt and enforce a "Violence in the Workplace" policy. 17. Notice. Notice must be given by personal delivery, facsimile(fax), or by certified mail, postage prepaid and return receipt requested, and is deemed received on the date hand-delivered or faxed,with proof of accepted transmission, and on the third day after deposit in the U.S. mail if sent certified mail. Notice must be sent as follows: IF TO CITY: City of Corpus Christi Attention: Corpus Christi Fire Department Contract Administrator P. O. Box 9277 Corpus Christi, Texas 78469-9277 2402 Leopard St. Ste. 300 Corpus Christi,Texas 78408 Fax# (361) 826-4344 IF TO CONTRACTOR: Contractor Name: Gear Cleaning Solutions, LLC Contact Person: Rick Johnson Mailing Address: 2221 Manana Dr. Suite 190 City, State,ZIP: Dallas,Texas 75220 Physical Address: 2221 Manana Dr. Suite 190 City, State,ZIP: Dallas, Texas 75220 Fax#: (214) 774-2438 18. Month-to-Month Extension. If the City has not completed the procurement process and awarded a new Inspection Cleaning & Repair of Bunker Gear Service Agreement upon expiration of the original contract term or any extension period, the Contractor shall continue to provide goods/services under this Agreement at the most current price, in accordance with the terms and conditions of this Agreement or extension, on a month-to-month basis not to exceed six months. Any month-to-month provision of goods/services by the Contractor under this Agreement automatically terminates on the effective date of a new contract. 19. Severability. Each provision of this Agreement is severable and if, for any reason, any provision or any part thereof is determined to be invalid and contrary to any applicable law, such invalidity shall not impair the operation of or affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part thereof had been omitted. 20. INDEMNIFICATION. CONTRACTOR SHALL INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS AND CAUSES OF ACTION OF ANY NATURE ON ACCOUNT OF DEATH, PERSONAL INJURIES, PROPERTY LOSS OR DAMAGE OR ANY OTHER KIND OF LOSS OR DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH THIS AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT REGARDLESS OF WHETHER THE INJURIES, DEATH, OR DAMAGES ARE CAUSED OR ARE CLAIMED TO BE CAUSED BY THE CONCURRENT OR CONTRIBUTORY NEGLIGENCE OF INDEMNITEES BUT NOT IF BY THE SOLE NEGLIGENCE OF INDEMNITEES UNMIXED WITH THE FAULT OF ANY OTHER PERSON OR ENTITY. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL REASONABLY SATISFACTORY TO INDEMNITEES, AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING FROM ANY SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SURVIVE THE EXPIRATION OR SOONER TERMINATION OF THIS AGREEMENT. Contractor: Gear Cleaning Solutions, LLC Signature: Printed Name: ick Johnson Title: Owner/President Date: 12/28/2015 CITY OF CORPUS CHRISTI Signature: -4 Printed Name: Maria Pedraza ATTEST: immoi Title: Procurement Manager REBECCA HUERTA CITY SECRETARY Date: 02/ al I(0 Incorporated by Reference: Exhibit A: Bid Event No. 76, including Specification 1264 (Available upon request) Exhibit B: Bidder's Bid Offer/Response (Available upon request) Approved as to form: �1l / i • 1.• � // i HUK{L Assi tit City Attorney !Y COUNCIL For City Attorney 4Ft`.Rcr v 1 EXHIBIT A CITY OF CORPUS CHRISTI PURCHASING DIVISION P. O. BOX 9277 CORPUS CHRISTI, TEXAS 78469 BID INVITATION I INVITATION TO: INVITATION NO.: Event# 76 (Must appear on Bidder's return envelope) COMMODITY: Inspection Cleaning and Repair of Bunker Gear REQUISITION NO.(S) BID CLOSING TIME: September 9, 2015 10:00 AM (By Purchasing Division Time Stamp) This invitation includes these forms: *Bid Invitation For information on contract: Notice to All Bidders Instructions to Bidders Std. Purchase Terms&Conditions *Bid Sheet Jeannette P. Tijerina Specifications No. 1264 Senior Buyer Insurance Requirements- Supply Agreement Standard Provisions Telephone: (361) 826-3163 Service Agreement- email:jeannette@cctexas.com *Minority Business Enterprise Information Form *Disclosure of Interest *These documents must be properly completed and returned as must your bid. BID(Refer to"Instructions to Bidders"before completing) The undersigned,by his/her signature,represents that he/she is authorized to bind the bidder to fully comply with the terms and conditions of the attached Bid Invitation, Specifications,and Special Provisions for the amount(s)shown on the accompanying bid sheet(s),if the offer is accepted within calendar days(90 days unless a different period is inserted)after date of bid opening. Firm Name: Telephone: - - Ext. Address: Fax: - - City: State: Zip: - E-mail: Date: Signature of Person Authorized to Sign Bid Signer's Name: Title: (Please print or type) NOTICE TO ALL BIDDERS 1. BIDDER SHALL SUBMIT ITS BID ELECTRONICALLY, AS INSTRUCTED IN THE BID, VIA THE CITY OF CORPUS CHRISTI SUPPLIER PORTAL (http://www.cctexas.com/business/supplierportal). 2. Bidder must state if bid is all or none, otherwise, City may pick and choose any item or • group of items according to the City's best interest. 3. Before submitting your bid, please read all bid invitation documents carefully. If there are questions, contact the buyer indicated on the Bid Invitation. Any discrepancies between the Bid Invitation and the Bidder's response generally extend the bid evaluation period and often cause the bid to be declared non-responsive and eliminated from consideration. FACSIMILE AND E-MAIL BIDS: The City's Charter and the City's Electronic Procurement Policy require that all submitted bids be sealed, secret, unopened and time-locked through the closing time specified in the Bid Invitation, to be publicly opened and read aloud in the presence of one or more City employees and those Bidders desiring to be present. Therefore, bids submitted directly to the City by facsimile machine or e-mail will be considered non- responsive and will be eliminated from consideration. SPECIAL INSTRUCTIONS TO BIDDERS A pre-bid conference will be held in the Conference Room, 6th Floor, City Hall Building, 1201 Leopard Street, Corpus Christi, Texas at 1:30PM Central Time (CT) on Tuesday, September 1,2015. The purpose of the pre-bid conference is to discuss the Bid Invitation and specifications. Bidders' questions shall be submitted in writing, online via City's Supplier Portal (http://www.cctexas.com/business/supplierportal) using the electronic question feature specific to this bid and shall be submitted no later than 5:00 PM CT on September 3, 2015. Questions submitted after 5:00 PM CT on September 3, 2015 shall be deemed late and shall not be considered. The City shall provide'responses in writing online via City's Supplier Portal using the electronic response feature and/or in the form of written addenda electronically posted via City's Supplier Portal if such information is necessary to bidders in submitting bids or if the lack of such information would be prejudicial to uninformed bidders. Oral explanations or instructions provided by the City before the award of the contract shall not be binding upon the City. The date and time the Bidder electronically submits its bid via City's Supplier Portal shall be electronically recorded by City's Supplier Portal and shall be the official "time stamp" for the purpose of this bid. The time maintained by City's Supplier Portal shall be the official time for the purpose of the BID CLOSING TIME for this Invitation to Bid. CITY OF CORPUS CHRISTI PURCHASING DIVISION INSTRUCTIONS TO BIDDERS Preparation of Bids Any explanation desired by a Bidder regarding the meaning or interpretation of the Bid Invitation,drawings,specifications,etc., must be submitted in writing to the Purchasing Division as detailed in Special Instructions To Bidders. Oral explanations or instructions given before the award of the contract will not be binding. Any information given to a prospective Bidder concerning a Bid Invitation will be furnished to all prospective Bidders in writing,online via the City of Corpus Christi's supplier portal (http: wo\c.ccte\as.combusiness supplierportal) using the electronic response feature and/or in the form of written addenda electronically posted via the City of Corpus Christi's supplier portal, if such information is necessary to Bidders in submitting bids in response to the Bid Invitation or if the lack of such information would be prejudicial to uninformed Bidders. 1. Specifications Bidders are expected to examine the specifications,drawings,standard provisions and all instructions. Failure to do so will be at the Bidder's risk. Bidders may provide a product exceeding specifications,as an alternate bid, if they so desire. 2. Information Required Each Bidder shall furnish the information required by the Bid Invitation. The Bidder shall sign the Bid Invitation, Bid Sheet, and, when appropriate, Specifications. Erasures or other changes must be initialed by the person signing the offer. Bids signed by an agent are to be accompanied by evidence of his authority unless such evidence has been previously furnished to the City purchasing office. A. The Bidder should quote its lowest and best price, F.O.B.destination on each item. If delivery and shipping quantities affect unit bid price,multiple bids may be made so as to indicate"price break"quantities in order for the City to determine maximum economic benefit. Pricing should include packaging and transportation unless otherwise specified. Pricing shall be entered as instructed on the Bid Sheet. In case of discrepancy between unit price and total price,the unit price will be presumed correct. B. Bids should be firm. If the Bidder,however,believes it is necessary to base its price on a price adjustment, such a bid may be considered,but only as an alternate bid. C. Transportation Charges. If the quoted price does not include transportation charges, such charges must be itemized separately; provided, however, that the City shall have the right to designate what method of transportation shall be used to ship the goods. D. Taxes. The City does not have to pay Federal Excise Taxes or state and local retail sales and use taxes. Tax exemption certificates can be provided upon request. E. Time,if stated as a number of days,will include Saturdays, Sundays, and holidays. Time of delivery is part of the bid and is very important. The required delivery date indicated is at point of destination. If the indicated date cannot be met or date is not indicated,Bidder shall state its best delivery time. F. If the Bid Invitation indicates "approved equal" products are acceptable, the seller may offer an "equal" product as an alternate bid. Final"approved equal"determination remains with the City. G. Bids submitted on other than City forms or with different terms or provisions will be considered nonresponsive and will be eliminated from consideration. 3. Submission of Bids A. Bids should be submitted via the City of Corpus Christi's supplier portal and in the manner instructed in the Bid Invitation. B. Bids must be submitted before the exact hour and date of the BID CLOSING TIME. Bids received at or after the exact hour and date of the BID CLOSING TIME shall not be considered. 4. Modification or Withdrawal of Bids Bids may be modified or withdrawn via the City of Corpus Christi's supplier portal prior to the exact hour and date of the BID CLOSING TIME. 5. Evaluation Factors A. Lowest Responsible Bidder or Best Value. This contract is being solicited by competitive sealed bids. Therefore, the City will award the contract to either the lowest responsible bidder or the bidder who provides goods or services at the"best value"for the City. 1. The City may award purchase orders and contracts to the Lowest Responsible Bidder. To determine the Lowest Responsible Bidder,the City may take into consideration: a. the quality of the product; b. the adaptability to the particular use required; c. the ability,capacity,experience,efficiency and integrity of a bidder; d. a bidder's financial responsibility; e. a bidder's past performance or relationship with the City or with other entities; f. a bidder's safety record;or g. whether a bidder is in pending litigation or is involved in a lawsuit or claim against the City. 2. - The City may award purchase orders and contracts to the bidder who provides goods or services at the"best value"for the City. To determine the best value for the City,the City may consider: a. the purchase price; b. the reputation of the bidder and of the bidder's goods or services; c. the quality of the bidder's goods or services; d. the extent to which the goods or services meet the City's needs; e. the bidder's past relationship with the City; f. the impact on the ability of the City to comply with laws and rules relating to contracting with historically underutilized businesses and nonprofit organizations employing persons with disabilities; g. the total long-term cost to the City to acquire the bidder's goods or services;and h. any other relevant criteria specifically listed in this bid invitation/request for bids or proposals. FAILURE TO COMPLY NVITH ALL REQUIREMENTS AND CRITERIA OR QUALIFICATIONS OF ANY KIND MAY RESULT IN BIDDER'S BID BEING ELIMINATED FROM CONSIDERATION. B. Partial Awards. Bidders may furnish pricing for all or any portion of the Bid Invitation. Unless the Bidder specifies otherwise in his bid, the City may award the contract for any item or group of items shown on the Bid Invitation. C. Reservations. The City expressly reserves the right to: I. Waive any immaterial defect,irregularity or informality in any bid or bidding procedure; 2. Reject or cancel any or all bids; 3. Reissue the Bid Invitation; 4. Extend the bid opening time and date; 5. Procure any item by other means; 6. Increase or decrease the quantity specified in the Bid Invitation, unless the Bidder specifies otherwise; 7. Consider and accept an alternate bid, as provided herein, when most advantageous to the City, in the event no bid is received that fully complies with all requirements and criteria used to determine the lowest responsible bid. 6. Acceptance Acceptance of Bidder's offer for an open market purchase will be in the form of a purchase order. Acceptance of Bidder's offer for supply agreements will be by acceptance letter. Acceptance of Bidder's offer for service agreements will be by fully executed contract. Subsequent purchase orders and release orders may be issued as appropriate. 7. Conflicts of Interest Bidders must comply with the conflict of interest provisions of the City Charter and Code of Ordinances. Prior to the submission of any bid, each Bidder must file with the City's purchasing office a disclosure of interests on the form supplied by the City. Bidders are obligated to provide updated information concerning the disclosure of interests,as warranted,throughout the time the bids are being considered. Bidders who already have a current disclosure of interest form on file in the City's purchasing office will not be required to submit a separate form with their bids, provided that they have signed the certificate on the Bid Sheet certifying that the disclosure of interest information on file is current and true. 8. Equal Employment Opportunity Bidders are expected to comply with the Affirmative Action Policy Statement of the City with respect to its provisions concerning contractors. Any complaints filed with the City alleging that a Bidder is not an Equal Opportunity Employer due to activities arising during a previous City contract will be referred to the Human Relations Commission ("Commission") of the City for the purpose of review and recommendation. Summaries of reports by the Human Relations Administrator or the Commission may be considered in any future bid awards by the City. The City expressly reserves the right to consider such reports in determining the lowest responsible bid. CITY OF CORPUS CHRISTI PURCHASING DIVISION BID SHEET BID INVITATION NO. Event# 76 PAGE 1 OF 3 DATE: BIDDER AUTHORIZED SIGNATURE 1. Refer to"Instructions to Bidders"and Standard Purchase Terms and Conditions before completing bid. 2. Quote your best price,F.O.B.Destination,on each item. 3. In submitting this bid,I certify: a. That the prices in this bid have been arrived at independently,without consultation,communication,or agreement with any other bidder or competitor,for the purpose of restricting competition with regard to prices; b. That I am an Equal Opportunity Employer; and c. That the disclosure of Interest information on file with City purchasing pursuant to the Code of Ordinance is current and true. ITEM UNIT TOTAL NO.# DESCRIPTION QTY UNIT PRICE PRICE Twelve month service agreement for Inspection Cleaning and Repair of Bunker Gear, with options to extend for up to two additional twelve (12) month period, subject to the approval of the supplier and the City Manager or designee for Inspection Cleaning and Repair of Bunker Gear in accordance with NFPA 1851: Standard on Selection, Care and Maintenance of Protective Ensemble for Structural Fire Fighting and Proximity Fire Fighting, 2014 Edition. Section 6.3 Advanced Inspection, Section 7.3 Advanced Cleaning and Decontamination and Chapter 8 Repairs. ANNUAL QUANTITIES 1.0 Turnout Jackets- 1.1 Advanced Inspection and Advanced Cleaning and 638 Each Decontamination of Turnout Jackets— in accordance with NFPA 1851: Standard on Selection, Care and Maintenance of Protective Ensemble for Structural Fire Fighting and Proximity Fire Fighting, 2014 Edition. Section 6.3 Advanced Inspection, Section 7.3 Advanced Cleaning and Decontamination. CITY OF CORPUS CHRISTI PURCHASING DIVISION BID SHEET BID INVITATION NO. Event# 76 DATE: PAGE 2 OF 3 BIDDER AUTHORIZED SIGNATURE UNIT TOTAL ITEM DESCRIPTION QTY UNIT PRICE PRICE Turnout Jackets—Continuation 1.2 Repair of Turnout Jackets in accordance NFPA 1851: 2014, Chapter 8, and to Table A.10.1.4 Sample Calculator for Turnout Gear Repair Limits. a. Repair of Turnout Jacket - Year- 2006 57 Each b. Repair of Turnout Jacket - Year- 2007 87 Each c. Repair of Turnout Jacket - Year—2008 69 Each d. Repair of Turnout Jacket - Year—2009 86 Each e. Repair of Turnout Jacket - Year—2010 36 Each f. Repair of Turnout Jacket - Year—2011 40 Each g. Repair of Turnout Jacket - Year—2012 40 Each h. Repair of Turnout Jacket - Year-2013 64 Each i. Repair of Turnout Jacket - Year—2014 99 Each j. Repair of Turnout Jacket - Year- 2015 60 Each Turnout Pants- 1.3 Advanced Inspection and Advanced Cleaning and 638 Each Decontamination of Turnout Pants— in accordance with accordance with NFPA 1851: Standard on Selection, Care and Maintenance of Protective Ensemble for Structural Fire Fighting and Proximity Fire Fighting, 2014 Edition. Section 6.3 Advanced Inspection, Section 7.3 Advanced Cleaning and Decontamination. CITY OF CORPUS CHRISTI PURCHASING DIVISION BID SHEET BID INVITATION NO. Event# 76 DATE: PAGE 3 OF 3 BIDDER AUTHORIZED SIGNATURE UNIT TOTAL ITEM DESCRIPTION QTY UNIT PRICE PRICE Turnout Pants—Continuation 1.4 Repair of Turnout Pants in accordance NFPA 1851: 2014, Chapter 8, and to Table A.10.1.4 Sample Calculator for Turnout Gear Repair Limits. a. Repair of Turnout Pants - Year- 2006 57 Each b. Repair of Turnout Pants - Year- 2007 87 Each c. Repair of Turnout Pants - Year- 2008 69 Each d. Repair of Turnout Pants - Year—2009 86 Each e. Repair of Turnout Pants - Year—2010 36 Each f. Repair of Turnout Pants - Year—2011 40 Each g. Repair of Turnout Pants - Year—2012 40 Each h. Repair of Turnout Pants - Year—2013 64 Each i. Repair of Turnout Pants - Year- 2014 99 Each j. Repair of Turnout Pants - Year—2015 60 Each It is the City's intent to award a single service contract for Inspection Cleaning and Repair of Bunker Gear. CITY OF CORPUS CHRISTI SPECIFICATION NO. 1264 PURCHASING DIVISION REVISED DATE: 8/6/15 PAGE 1 OF 1 SPECIFICATIONS FOR INSPECTION CLEANING & REPAIR OF BUNKER GEAR SCOPE: These specifications cover the basic requirements for Inspection Cleaning and Repair of Bunker Gear in accordance with NFPA 1851: Standard on Selection, Care and Maintenance of Protective Ensemble for Structural Fire Fighting and Proximity Fire Fighting, 2014 Edition. Section 6.3 Advanced Inspection, Section 7.3 Advanced Cleaninj and Decontamination and Chapter 8 Repairs. 1. All firefighting gear shall require advanced cleaning, advanced inspection and repairs of firefighting gear in accordance with NFPA 1851: Standard on Selection, Care and Maintenance of Protective Ensemble for Structural Fire Fighting and Proximity Fire Fighting, 2014 Edition. 2. Successful bidder shall pick-up firefighting gear at the following location: Fire Department Warehouse 1501 Holly Road Corpus Christi, Texas 78417 3. Successful bidder shall deliver firefighting gear within 48 hours after pick-up. 4. Successful bidder shall track and document all key steps in the advanced cleaning, advanced inspection and repair of firefighting gear in accordance with NFPA 1851. The Corpus Christi Fire Department will request record of all firefighting gear that have been advanced cleaned, inspected and repaired with the specifics of what repairs were completed. 5. The work must be performed by an Independent Service Provider (ISP) that is authorized to work on Globe Fire Suits Structural firefighting gear. 6. Successful bidder shall be an authorized repair dealer for Globe Fire Suits and able to provide Corpus Christi Fire Department with the free hook and loop ("Velcro")repair we currently receive from Globe Fire Suits. 7. Firefighting gear that is under warranty shall be repaired by the manufacturers authorized warranty repair dealer at no charge to the Corpus Christi Fire Department. 8. The annual quantities required for a 12 month period is approximately 638 sets of firefighting gear per year. EXHIBIT INSURANCE REQUIREMENTS BIDDER'S LIABILITY INSURANCE A. Bidder must not commence work under this agreement until all insurance required has been obtained and such insurance has been approved by the City. Bidder must not allow any sub-bailee to commence work until all similar insurance required of any sub-bailee has been obtained. B. Bidder must furnish to the City's Risk Manager and Fire Chief , 2 copies of Certificates of Insurance (COI) with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-written day notice of cancellation, Bodily Injury and Property Damage required on all certificates or by applicable Per occurrence - aggregate policy endorsements Commercial General Liability including: $1,000,000 Per Occurrence 1. Commercial Broad Form 2. Premises—Operations 3. Products/Completed Operations 4. Contractual Liability 5. Independent Bidders 6. Personal Injury- Advertising Injury BAILEE'S CUSTOMERS GOODS $75,000 Value of Goods All Perils including Transportation AUTO LIABILITY (including) $500,000 Combined Single Limit 1. Owned 2. Hired and Non-Owned 3. Rented/Leased WORKERS' COMPENSATION For Paid Employees - Statutory EMPLOYER'S LIABILITY $500,000/$500,000/$500,000 C. In the event of accidents of any kind related to this lease agreement, Bidder must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. II. ADDITIONAL REQUIREMENTS A. Applicable for paid employees, Bidder must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Bidder will be promptly met. B. Bidder shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Bidder's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. C. Bidder shall be required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Bidder shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi • Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 D. Bidder agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations, completed operation and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide thirty (30) calendar days advance written notice directly to City of any suspension, cancellation, non-renewal or material change in coverage, and not less than ten (10) calendar days advance written notice for nonpayment of premium. E. Within five (5) calendar days of a suspension, cancellation, or non-renewal of coverage, Bidder shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Bidder's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. F. In addition to any other remedies the City may have upon Bidder's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Bidder to stop work hereunder, and/or withhold any payment(s) which become due to Bidder hereunder until Bidder demonstrates compliance with the requirements hereof. G. Nothing herein contained shall be construed as limiting in any way the extent to which Bidder may be held responsible for payments of damages to persons or property resulting from Bidder's or its sub-bailee's performance of the work covered under this agreement. H. It is agreed that Bidder's insurance shall be deemed primary and non-contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under this agreement. I. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. 2015 Insurance Requirements CCFD Bunker Gear Cleaning & Repair Contract 7/16/2015 ds Risk Management dt) SUPPLIER NUMBER TO BE ASSIGNED BY CITY = PURCHASING DIVISION City of Corpus EXHIBIT Christi CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST Corpus Christi Code § 2-349, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See next page for Filing Requirements, Certification and Definitions. COMPANY NAME: STREET ADDRESS: P.O. BOX: CITY: STATE: ZIP: FIRM IS: 1. Corporation ❑ 2. Partnership ❑ 3. Sole Owner ❑ 4. Association 0 5. Other ❑ If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Job Title and City Department(if known) 2. State the names of each `official" of the City of Corpus Christi having an `ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an `ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)]. CERTIFICATION I certify that all information provided is true and correct as of the date of this'statement, that I have not knowingly withheld disclosure of any information requested, and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas, as changes occur. Certifying Person: Title: Signature of Date: Certifying Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee of the city, including the board of any corporation created by the city. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the city, whether under civil service or not, including part- time employees and employees of any corporation created by the city. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements. g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. CITY OF CORPUS CHRISTI PURCHASING DIVISION BUSINESS DESIGNATION FORM ENSURE THIS FORM IS SUBMITTED WITH YOUR BID RESPONSE PLEASE INDICATE WHETHER YOUR COMPANY IS ANY ONE OF THE FOLLOWING: ❑YES ❑ NO - CERTIFIED HISTORICALLY UNDERUTILIZED BUSINESS (HUB) Select all that are appropriate: ❑ ASIAN PACIFIC ❑ BLACK ❑ HISPANIC ❑ NATIVE AMERICAN ❑ WOMAN Please visit the following website for information on becoming a Texas Certified HUB: http://w ww.NNindow.state.tx.us/procurement/grog/hubi ❑ YES ❑NO - LOCAL SMALL BUSINESS (LSB) A for-profit entity employing less than 49 employees located within the City limits of Corpus Christi,Texas ❑TES ❑ OTHER(PLEASE NO SPECIFY): ❑ THIS COMPANY IS NOT A CERTIFIED HUB or LSB THE INFORMATION REQUESTED IN THIS FORM IS FOR STATISTICAL REPORTING PURPOSES ONLY AND WILL NOT INFLUENCE AWARD DECISIONS OR THE AMOUNT OF MONIES EXPENDED WITH ANY GIVEN COMPANY. EVENT NO: Firm Name: Telephone: - - Ext. Address: Fax: - - City: State: Zip: - E-mail: Date: Signature of Person Authorized to Sign Form Signer's Name: Title: (Please print or type) EXHIBIT B Analyze Responses For Event # —I(SourcingEvent.EventVersionString translation)H— Responses By Supplier Supplier Supplier Code Location Contact Vendor Performan Suppl Negotiate Line Event Total Bid Name ce ier Terms Responses Score Evaluation Attac Score hment s 940 Gear Rick 0.00 View 22/22 0.00 127,6 Cleaning Johnson 76.00 Solution, _ LLC Page I of 1 I September 22,2015 Analyze Responses For Event # —1(SourcingEvent.EventVersionString translation)1— Responses By Line Line# Name Item Commodity Commodity Quantity UOM Output Type Status Total Award Code Description Quantity 1 Turnout TURNOUT 340-34 Fire 638.0000 EA CM Blanket Open 0.0000 Jackets JACKETS Protection Inspect Clean Clothing Decontamina (Turnout tion Coats Bunker Gear Gloves) Line Responses By Supplier Supplier Supplier Contact Vendor Performanc Contra Quantity Unit Extended Award Supplier Contact Name e ct Price Amount Quantity Evaluation Score 940 1 Gear Rick 0.00 638.0000 36.000 22,968. 0 0.0000 Cleaning Johnson 00 00 Solution, LLC Line# Name Item Commodity Commodity Quantity UOM Output Type Status Total Award Code Description Quantity 2 Repair TURNOUT 340-34 Fire 57.0000 EA CM Blanket Open 0.0000 Turnout JACKETS Protection Jacket Year 2006 Clothing 2006 (Turnout Coats Bunker Gear Gloves) Line Responses By Supplier - Supplier Supplier Contact Vendor Performanc Contra Quantity Unit Extended Award Supplier Contact Name e ct Price Amount Quantity Evaluation Score 940 1 Gear Rick 0.00 57.0000 80.000 4,560.0 0 0.0000 Cleaning Johnson 00 0 Solution, LLC Line# Name Item Commodity Commodity Quantity UOM Output Type Status Total Award Code Description Quantity 3 Repair TURNOUT 340-34 Fire 87.0000 EA CM Blanket Open 0.0000 Turnout JACKETS Protection Jacket Year 2007 Clothing 2007 (Turnout Coats Bunker Gear Gloves) Page I of 0 September 14,2015 Analyze Responses For Event#—I(SourcingEvent.EventVersionString translation)j—continued... Line Responses By Supplier Supplier Supplier Contact Vendor Performanc Contra Quantity Unit Extended Award Supplier Contact Name e ct Price Amount Quantity Evaluation Score 940 I Gear Rick 0.00 87.0000 80.000 6,960.0 0 0.0000 Cleaning Johnson 00 0 Solution, LLC Line# Name Item Commodity Commodity Quantity UOM Output Type Status Total Award Code Description Quantity 4 Repair TURNOUT 340-34 Fire 69.0000 EA CM Blanket Open 0.0000 Turnout JACKETS Protection Jacket Year 2008 Clothing 2008 (Turnout Coats Bunker Gear Gloves) Line Responses By Supplier Supplier Supplier Contact Vendor Performanc Contra Quantity Unit Extended Award Supplier Contact Name e ct Price Amount Quantity Evaluation Score 940 1 Gear Rick 0.00 69.0000 80.000 5,520.01 0.0000 Cleaning Johnson 00 0 Solution, LLC Line# Name Item Commodity Commodity Quantity UOM Output Type Status Total Award Code Description Quantity 5 Repair TURNOUT 340-34 Fire 86.0000 EA CM Blanket Open 0.0000 Turnout JACKETS Protection Jacket Year 2009 Clothing 2009 (Turnout Coats Bunker Gear Gloves) Line Responses By Supplier Supplier Supplier Contact Vendor Performanc Contra Quantity Unit Extended Award Supplier Contact Name e ct Price Amount Quantity Evaluation Score 940 1 Gear Rick 0.00 86.0000 80.000 6,880.01 0.0000 Cleaning Johnson 00 0 Solution, LLC Page 2 of q September I4 201, Analyze Responses For Event#—j(SourcingEvent.EventVersionString translation)I--continued... Line# Name Item Commodity Commodity Quantity UOM Output Type Status Total Award Code Description Quantity 6 Repair TURNOUT 340-34 Fire 36.0000 EA CM Blanket Open 0.0000 Turnout JACKETS Protection Jacket Year 2010 Clothing 2010 (Turnout Coats Bunker Gear Gloves) Line Responses By Supplier Supplier Supplier Contact Vendor Performanc Contra Quantity Unit Extended Award Supplier Contact Name e ct Price Amount Quantity Evaluation Score 940 1 Gear Rick 0.00 36.0000 50.000 1,800.0 0 0.0000 Cleaning Johnson 00 0 Solution, LLC Line# Name Item Commodity Commodity Quantity UOM Output Type Status Total Award Code Description Quantity 7 Repair TURNOUT 340-34 Fire 40.0000 EA CM Blanket Open 0.0000 Turnout JACKETS Protection Jacket Year 2011 Clothing 2011 (Turnout Coats Bunker Gear Gloves) Line Responses By Supplier Supplier Supplier Contact Vendor Performanc Contra Quantity Unit Extended Award Supplier Contact Name e ct Price Amount Quantity Evaluation Score 940 1 Gear Rick 0.00 40.0000 50.000 2,000.0 0 0.0000 Cleaning Johnson 00 0 Solution, LLC Line# Name Item Commodity Commodity Quantity UOM Output Type Status Total Award Code Description Quantity 8 Repair TURNOUT 340-34 Fire 40.0000 EA CM Blanket Open 0.0000 Turnout JACKETS Protection Jacket Year 2012 Clothing 2012 (Turnout Coats Bunker • Gear Gloves) Line Responses By Supplier Supplier Supplier Contact Vendor Performanc Contra Quantity Unit Extended Award Supplier Contact Name e ct Price Amount Quantity Evaluation Score 940 1 Gear Rick 0.00 40.0000 50.000 2,000.0 0 0.0000 Cleaning Johnson 00 0 Page 3 of 9 September 14,2015 \nal ie Responses For Event#—(SourcingEvent.EventVersionStringtranslation)I--continued... Line Responses By Supplier Supplier Supplier Contact Vendor Performanc Contra Quantity Unit Extended Award Supplier Contact Name e ct Price Amount Quantity Evaluation Score Solution, LLC Line# Name Item Commodity Commodity Quantity UOM Output Type Status Total Award - Code Description Quantity 9 Repair TURNOUT 340-34 Fire 64.0000 EA CM Blanket Open 0.0000 Turnout JACKETS Protection Jacket Year 2013 Clothing 2013 (Turnout Coats Bunker Gear Gloves) Line Responses By Supplier Supplier Supplier Contact Vendor Performanc Contra Quantity Unit Extended Award Supplier Contact Name e ct Price Amount Quantity Evaluation Score 940 1 Gear Rick 0.00 64.0000 50.000 3,200.0 0 0.0000 Cleaning Johnson 00 0 Solution, LLC Line# Name Item Commodity Commodity Quantity UOM Output Type Status Total Award Code Description Quantity 10 Repair TURNOUT 340-34 Fire 99.0000 EA CM Blanket Open 0.0000 Turnout JACKETS Protection Jacket Year 2014 Clothing 2014 (Turnout Coats Bunker Gear Gloves) Line Responses By Supplier Supplier Supplier Contact Vendor Performanc Contra Quantity Unit Extended Award Supplier Contact Name e ct Price Amount Quantity Evaluation Score 940 1 Gear Rick 0.00 99.0000 50.000 4,950.0 0 0.0000 Cleaning Johnson 00 0 Solution, LLC Line# Name Item Commodity Commodity Quantity UOM Output Type Status Total Award Code Description Quantity 11 Repair TURNOUT 340-34 Fire 60.0000 EA CM Blanket Open 0.0000 Turnout JACKETS Protection Jacket Year 2015 Clothing 2015 (Turnout Coats Bunker Gear Gloves) Page 4 of 9 September 14,2015 Anahze Responses For Event#—I(SourcingEvent.EventVersionString translation)--continued... Line Responses By Supplier Supplier Supplier Contact Vendor Performanc Contra Quantity Unit Extended Award Supplier Contact Name e ct Price Amount Quantity Evaluation . Score 940 1 Gear Rick 0.00 60.0000 50.000 3,000.0 0 0.0000 Cleaning Johnson 00 0 • Solution, _ LLC Line# Name Item Commodity Commodity Quantity UOM Output Type Status Total Award Code Description Quantity 12 Turnout TURNOUT 340-34 Fire 638.0000 EA CM Blanket Open 0.0000 Pants Inspect PANTS Protection Clean . Clothing,_ _ Decontamina (Turnout tion Coats Bunker Gear Gloves) Line Responses By Supplier Supplier Supplier Contact Vendor Performanc Contra Quantity Unit Extended Award Supplier Contact Name e ct Price Amount Quantity Evaluation Score 940 1 Gear Rick 0.00 638.0000 36.000 22,968. 0 0.0000 Cleaning Johnson 00 00 Solution, LLC Line# Name Item Commodity Commodity Quantity UOM Output Type Status Total Award Code Description Quantity 13 Repair TURNOUT 340-34 Fire 57.0000 EA CM Blanket Open 0.0000 Turnout PANTS 2006 Protection Pants Year Clothing 2006 (Turnout Coats Bunker Gear Gloves) Line Responses By Supplier Supplier Supplier Contact Vendor Performanc Contra Quantity Unit Extended Award Supplier Contact Name e ct Price Amount Quantity Evaluation Score 940 1 Gear Rick 0.00 57.0000 80.000 4,560.0 a 0.0000 Cleaning Johnson 00 0 Solution, LLC Page 5 of 9 September 14.2015 Analyze Responses For Event#—I(SourcingEvent.EventVersionString translation)!—continued... Line# Name Item Commodity Commodity Quantity UOM Output Type Status Total Award Code Description Quantity 14 Repair TURNOUT 340-34 Fire 87.0000 EA CM Blanket Open 0.0000 Turnout PANTS 2007 Protection Pants Year Clothing 2007 (Turnout Coats Bunker Gear Gloves) Line Responses By Supplier Supplier Supplier Contact Vendor Performanc Contra Quantity Unit Extended Award Supplier Contact Name e ct Price Amount Quantity • Evaluation Score 940 1 Gear Rick 0.00 87.0000 80.000 6,960.0 ini 0.0000 Cleaning Johnson 00 0 "61- Solution, LLC Line# Name Item Commodity Commodity Quantity UOM Output Type Status Total Award Code Description Quantity 15 Repair TURNOUT 340-34 Fire 69.0000 EA CM Blanket Open 0.0000 Turnout PANTS 2008 Protection Pants Year Clothing 2008 (Turnout Coats Bunker Gear Gloves) Line Responses By Supplier Supplier Supplier Contact Vendor Performanc Contra Quantity Unit Extended Award Supplier Contact Name e ct Price Amount Quantity Evaluation Score 940 1 Gear Rick 0.00 69.0000 80.000 5,520.0 106 0.0000 Cleaning Johnson 00 0 Solution, LLC Line# Name Item Commodity Commodity Quantity UOM Output Type Status Total Award Code Description Quantity 16 Repair TURNOUT 340-34 Fire 86.0000 EA CM Blanket Open 0.0000 Turnout PANTS 2009 Protection Pants Year Clothing 2009 (Turnout Coats Bunker Gear Gloves) Line Responses By Supplier Supplier Supplier Contact Vendor Performanc Contra Quantity Unit Extended Award Supplier Contact Name e ct Price Amount Quantity Evaluation Score 940 1 Gear Rick 0.00 86.0000 80.000 6,880.0 0 0.0000 Cleaning Johnson 00 0 Page 6 of 4 September 14.2015 Analyze Responses For Event#—1(SourcingEvent.EventVersionString translation)I—continued... Line Responses By Supplier Supplier Supplier Contact Vendor Performanc Contra Quantity Unit Extended Award Supplier Contact Name e ct Price Amount Quantity Evaluation • Score Solution, LLC • Line# Name Item Commodity Commodity Quantity UOM Output Type Status Total Award Code Description Quantity 17 Repair TURNOUT 340-34 Fire 36.0000 EA CM Blanket Open 0.0000 Turnout PANTS 2010 Protection Pants Year Clothing 2010 (Turnout Coats Bunker Gear Gloves) Line Responses By Supplier Supplier Supplier Contact Vendor Performanc Contra Quantity Unit Extended Award Supplier Contact Name e ct Price Amount Quantity Evaluation Score 940 1 Gear Rick 0.00 36.0000 50.000 1,800.0 0 0.0000 Cleaning Johnson 00 0 Solution, LLC • Line# Name Item Commodity Commodity Quantity UOM Output Type Status Total Award Code Description Quantity 18 Repair TURNOUT 340-34 Fire 40.0000 EA CM Blanket Open 0.0000 Turnout PANTS 2011 Protection Pants Year Clothing 2011 (Turnout Coats Bunker Gear Gloves) Line Responses By Supplier Supplier Supplier Contact Vendor Performanc Contra Quantity Unit Extended Award Supplier Contact Name e ct Price Amount Quantity Evaluation Score 940 1 Gear Rick 0.00 40.0000 50.000 2,000.0 a 0.0000 Cleaning Johnson 00 0 Solution, LLC Line# Name Item Commodity Commodity Quantity UOM Output Type Status Total Award Code Description Quantity 19 Repair TURNOUT 340-34 Fire 40.0000 EA CM Blanket Open 0.0000 Turnout PANTS 2012 Protection Pants 2012 Clothing (Turnout Coats Bunker Gear Gloves) Page 7(,f 9 September 14,2015 Analyze Responses For Event#—I(SourcingEvent.EventVersionString translation);—continued... Line Responses By Supplier Supplier Supplier Contact Vendor Performanc Contra Quantity Unit Extended Award Supplier Contact Name e ct Price Amount Quantity Evaluation Score 940 1 Gear Rick 0.00 40.0000 50.000 2,000.0 0 0.0000 Cleaning Johnson 00 0 Solution, LLC Line# Name Item Commodity Commodity Quantity UOM Output Type Status Total Award Code Description Quantity 20 Repair TURNOUT 340-34 Fire 64.0000 EA CM Blanket Open 0.0000 Turnout PANTS 2013 Protection Pants Year Clothing 2013 (Turnout Coats Bunker Gear Gloves) Line Responses By Supplier Supplier Supplier Contact Vendor Performanc Contra Quantity Unit Extended Award Supplier Contact Name e ct Price Amount Quantity Evaluation Score 940 1 Gear Rick 0.00 64.0000 50.000 3,200.0 j 0.0000 Cleaning Johnson 00 0 Solution, LLC Line# Name Item Commodity Commodity Quantity UOM Output Type Status Total Award Code Description Quantity 21 Repair TURNOUT 340-34 Fire 99.0000 EA CM Blanket Open 0.0000 Turnout PANTS 2014 Protection Pants Year Clothing 2014 (Turnout Coats Bunker Gear Gloves) Line Responses By Supplier Supplier Supplier Contact Vendor Performanc Contra Quantity Unit Extended Award Supplier Contact Name e ct Price Amount Quantity Evaluation Score • 940 1 Gear Rick 0.00 99.0000 50.000 4,950.0 0.0000 Cleaning Johnson 00 0 Solution, LLC Page 8 of 9 ! September 14,2015 Analyze Responses For Event#--1(SourcingEvent.EventVersionString translation)j—continued... • Line# Name Item Commodity Commodity Quantity UOM Output Type Status Total Award Code Description Quantity 22 Repair TURNOUT 340-34 Fire 60.0000 EA CM Blanket Open 0.0000 Turnout PANTS 2015 Protection Pants Year Clothing 2015 (Turnout • Coats Bunker • Gear Gloves) Line Responses By Supplier Supplier Supplier Contact Vendor Performanc Contra Quantity Unit Extended Award Supplier Contact Name e ct Price Amount Quantity Evaluation Score 940 1 Gear Rick 0.00 60.0000 50.000 3,000.0 a 0.0000 Cleaning Johnson 00 0 Solution, LLC Pane 9 of 9 September 14.2015 SUPPLIER NUMBER TO BE ASSIGNED BY C1I Y PURCHASING DIVISION ver City of Corm EXHIBIT Christi CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST Corpus Christi Code § 2-349, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See next page for Filing Requirements, Certification and Definitions. COMPANY NAME: Gear Cleaning Solutions, LLC STREET ADDRESS: 2221 Manana Drive Suite 190 P.O. BOX: CITY: Dallas STATE: Texas ZIP: 75220 FIRM IS: 1. Corporation 12 2. Partnership [I 3. Sole Owner ❑ 4. Association ❑ 5. Other ❑ If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Job Title and City Department(if known) NONE 2. State the names of each "official" of the City of Corpus Christi having an `ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Title NONE 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee NONE 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant NONE FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)]. CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested, and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas, as changes occur. Certifying Person: Title: Rick Johnson Owner Signature ofDate: Certifying Person: ALJ 9/2/2015 DEFINITIONS a. "Board member." A member of any board, commission, or committee of the city, including the board of any corporation created by the city. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the city, whether under civil service or not, including part- time employees and employees of any corporation created by the city. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements. g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. Aco CERTIFICATE OF LIABILITY INSURANCE DATE(M /DD/YYYY) `-� 1/29/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTNAME: Alicia Alicia Berry Higginbotham Insurance Agency, Inc. PHONE FAX 817-347-6981 817-347 6955 500 W. 13th (A/C.Nq Fxt): (A/C.Not: Fort Worth TX 76102 E-MAADDRESS:aberry@higginbotham.net INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Mid-Continent Casualty Company 23418 INSURED GEARC1 INSURER B Hartford Accident and Indemnity Co 22357 Gear Cleaning Solutions LLC INSURER C:Mercury County Mutual Insurance Co 29394 2221 Manana Drive#180&190 Dallas TX 75220 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:911105920 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LTR INSD WVD POLICY NUMBER (MM/DD/YYYY( (MM/DD/YYYY) LIMITS A COMMERCIAL GENERAL LIABILITY 06GL000896999 2/7/2015 2/7/2016 EACH OCCURRENCE $1,000,000 CLAIMS-MADE X OCCUR DAMAGE TO RENTED PREMISES(Ea occurrence) $100,000 _ X $500 Ded. MED EXP(Any one person) $0 PERSONAL&ADV INJURY _ $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY PRO- JECT LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ C AUTOMOBILE LIABILITY BA420000001808 11/2/2015 11/2/2016 COMBINED SINGLE LIMIT $ (Ea accident) 1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS HIRED AUTOS NON-OWNED PROPERTY DAMAGE $ AUTOS (Per accident) _ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ B WORKERS COMPENSATION 46WBCAE8709 4/1/2015 4/1/2016PER 0TH- AND EMPLOYERS'LIABILITY Y/N X STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? Y N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE$1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) The General Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status and a blanket waiver of subrogation endorsement to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. The Workers'Compensation policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the named insured and the certificate holder that requires it. See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Corpus Christi ACCORDANCE WITH THE POLICY PROVISIONS. Attn: Risk Manager P.O.Box 9277 AUTHORIZED REPRESENTATIVE Corpus Christi,TX 78469-9277 5261 ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: GEARC1 LOC#: ACGREP ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Higginbotham Insurance Agency, Inc. Gear Cleaning Solutions LLC 2221 Manana Drive#180& 190 POLICY NUMBER Dallas TX 75220 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE The Worker's Comp policy includes a blanket notice of cancellation to certificate holders endorsement, providing for 30 days'advance notice if the policy is canceled by the company other than for nonpayment of premium, 10 days'notice after the policy is canceled for nonpayment of premium.Notice is sent to certificate holders with mailing addresses on file with the agent or the company.The endorsement does not provide for notice of cancellation if the named insured requests cancellation. Certificate holder is insured as noted above and complete to include: City of Corpus Christi and its officers,officials, employees,volunteers, and elected representatives ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CITY OF CORPUS CHRISTI PURCHASING DIVISION BUSINESS DESIGNATION FORM ENSURE THIS FORM IS SUBMITTED WITH YOUR BID RESPONSE PLEASE INDICATE WHETHER YOUR COMPANY IS ANY ONE OF THE FOLLOWING: ❑ YES 2 NO - CERTIFIED HISTORICALLY UNDERUTILIZED BUSINESS (HUB) Select all that are appropriate: ❑ ASIAN PACIFIC ❑ BLACK ❑ HISPANIC ❑ NATIVE AMERICAN ❑ WOMAN Please visit the following website for information on becoming a Texas Certified HUB: http://oo w.window.state.tx.us/procurement/prog/hub/ ❑ YES Rv NO - LOCAL SMALL BUSINESS (LSB) A for-profit entity employing less than 49 employees located within the City limits of Corpus Christi,Texas ❑YES ❑ OTHER(PLEASE NO SPECIFY): [`/ THIS COMPANY IS NOT A CERTIFIED HUB or LSB THE INFORMATION REQUESTED IN THIS FORM IS FOR STATISTICAL REPORTING PURPOSES ONLY AND WILL NOT INFLUENCE AWARD DECISIONS OR THE AMOUNT OF MONIES EXPENDED WITH ANY GIVEN COMPANY. EVENT NO: Firm Name: Gear Cleaning Solutions, LLC Telephone: 940- 597 3719 Ext. Address: 2221 Manana Drive Suite 190 Fax: 214-774-2438 City: Dallas State: Texas Zip: 75220- E-mail: rick@gearcleaningsolutions.com Date: 9/2/2015 Signature of on Authorized to Sign Form Signer's Name: Rick Johnson Title: Owner (Please print or type) GLOBE Globe Manufacturing Company, LLC TECHNICAL SERVICES DEPARTMENT MEMORANDUM TO: Asst. Chief Rick Trevino DEPARTMENT: Corpus Christi F.D. FROM: Pat Freeman, Technical Services Mgr. DATE: September 19, 2014 As per request from Matt Wood, Regional Sales Manager for Globe Manufacturing Company, this memorandum is to advise that Gear Cleaning Solutions L.L.C. out of Dallas, Texas is an Independent Service Provider, recognized by Globe for warranty work in the State of Texas. This is a unique arrangement between Globe and Gear Cleaning Solutions to perform the limited warranty work that we allow to be done in the field, and Gear Cleaning Solutions is the only ISP so approved by Globe. GLOBE MANUFACTURING COMPANY is a 127-year old family owned and operated business engaged in the manufacture of turnout clothing for the fire and rescue industry. Recently we have introduced a line of light weight footwear as well. We take great pride in the design and construction of our garments/footwear and strive to continue to make the best product available on today's market. We do business as Globe Firefighter Suits, Cairns Protective Clothing, Globe EMS, LLC and Globe FootGear, servicing a variety of needs. In addition, we offer in-house care & cleaning services and training. In order to maintain our high quality standards, we normally do not allow any ISP to perform warranty work. However, we have been partners with Gear Cleaning Solutions for many years and as such do allow them to perform some warranty repairs. By working together, we are able to ensure the high quality service that all of our customers expect and deserve. Respectfully submitted, 4ette4L a Technical Services Manager 37 Loudon Road, Pittsfield, NH 03263 TEL: 800-232-8323 603-435-8323 FAX: 800-442-6388 603-435-6388 www.globeturnoutgear.corn Globe Firefighter Suits • Globe Cairns • Globe Lifeline • Globe Footwear • Globe CARES Repair Service Providers and Organizations of Structural and Proximity Fire Fighting Garments and Technical Rescue Garments Certificate of Verification Certificate Number MH48561-20150414 Issue Date 2015-April-14 Issued to: Gear Cleaning Solutions L L C Suite 190 2221 Manana Drive Dallas, TX 75220-1301 This is to certify that the above service provider or organization above has been verified to perform the following services: Material NFPA 1851-2014 NFPA 1855-2013 Outer Shell Advanced Repairs X N/A Thermal Liner Advanced Repairs X N/A Moisture Barrier Advanced X N/A Repairs W. L. Gore & Associates Inc. CROSSTECH Black, 2F CROSSTECH 3-Layer, 4A Moisture Barrier Types N/A Stedfast Inc. Stedair Gold Stedair 4000 Advanced Cleaning X N/A Advanced Inspection X N/A UL LLC 12 Laboratory Drive,Research Triangle Park,NC 27709-3995 USA T:919.549.1400/F:919.547.6000/W:UL.com The standard used to verify the above service provider or organization is NFPA 1851, Standard on Selection, Care, and Maintenance of Protective Ensembles for Structural Fire Fighting and Proximity Fire Fighting, 2014 Edition and/or NFPA 1855, Standard on Selection, Care, and Maintenance of Protective Ensembles for Technical Rescue Incidents, 2013 Edition. This Certificate of UL LLC is the only method provided by UL to identify repair service providers and organizations verified under its Certificate and Follow-Up Service. Repair service providers and organizations for which Certificates are issued are considered by UL to be compliant with the applicable requirements at the time of issuance. UL assumes no liability for any loss that may result from failure of the repairs, incorrect certification,or nonconformity with requirements. Certificates are valid for up to one year from date of issue. Issued by: Reviewed by: 6trige14, An -. J&o Gregg A. Skelly Amanda H. Newsom UL LLC UL LLC GLOBE Globe Manufacturing Company,LW Hook & Loop Support Program The 2013 revision of NFPA 1971 added specific requirements for hook and loop tape used in garment construction, which were intended to help insure a more durable product. However, everything wears out eventually and hook and loop is no exception. Recognizing that customers have come to expect a certain serviceable life from their turnout gear, Globe Manufacturing Company LLC is proud to announce an industry first five year support program for the hook and loop tape. This support program will cover hook or loop tape that has begun to fray or otherwise degrade from normal wear, and will be in effect for a period of five years from the original date of manufacture of the garment. This support program will cover the repair or replacement, without charge, of any hook and/or loop on garments produced by Globe Manufacturing LLC. In order to take advantage of this one of a kind support program, the gear must be returned to the Globe factory in clean and serviceable condition. If cleaning and or other repairs are required, these will be accomplished at the normal pricing. The end user is responsible for the shipping costs to Globe and providing there are no chargeable services (i.e. cleaning or repairs), Globe will cover the return shipping. This support program does NOT cover damage from fire, heat, chemicals, misuse, accident or negligence. Failure to properly care for garments will lead to a shortening of the serviceable life, and will serve to void this support program. PAF 2/2013 37 Loudon Road, Pittsfield NH 03263 TEL: 800-232-8323 603-435-8323 FAx: 800-442-6388 603-435-6388 wwwglobefiresuits.corn Globe firefighter Suits•Globe Cairns•Globe lifeline •Globe footGear•Globe CARES 2221 Manana Drive Suite 190 ``R Dallas, Texas 75220 °� 7 m frtt 214.774.2213 ,=, - ,,.. .:,.. itop.v4,411 kof, Firefighters .A - cleaning-rental•products Taking Care of the Gear...That takes Care of You. Cleaning and Disinfecting Coat Repairs Continued.... Cl Advance Cleaning&Inspection $ 36.00 CR30 Coat Zipper $ 56.70 C2 Basic Cleaning $ 24.00 CR31 Coat-add inspection port $ 80.06 CR32 Coat-leather pocket $ 26.78 C3 Pre Wash $ 12.00 CR33 Cuff coat Arashield/Fabric/Leather $ 19.53 C4 Spot Clean $ 6.00 CR34 Cuff on Pants-Arashield/Leather/Fabric $ 19.53 C5 Ultra cleaning $ 75.00 CR35 Flashlight pocket $ 23.31 D6 Decontamination $ 66.00 CR36 Leather elbow patches $ 22.05 D7 Boot decon $ 45.00 CR37 Leather shoulder patches $ 21.56 D8 Glove or Hood decon $ 10.00 CR38 Mic Loop $ 15.75 D9 Helmet decon $ 35.00 CR39 Patch 12x12 $ 60.48 CI10 Boots advanced cleaning&inspection $ 35.00 CR40 Patch 4x4 $ 10.71 CIll Gloves advanced cleaning&inspection $ 8.00 CR41 Patch 8x8 $ 26.88 CR42 Patch per sq inch $ 37.80 CI12 Helmet advanced cleaning&inspection $ 20.00 CR43 Radio Pocket $ 50.93 CI13 Hood advanced cleaning&inspection $ 8.00 CR44 Radio Pocket Notch $ 12.60 CI14 SCBA mask advanced cleaning&inspection $ 9.90 CR45 Radio pocket w/leather $ 64.66 CR46 Restitch up to 12" $ 4.83 Inspections-Coat or Pant CR47 Survivor flashlight holder $ 23.31 CR48 Waterwell $ 31.41 CR49 Wristlet $ 24.63 1120 Advanced Inspection $ 12.00 CR50 Replace arm $ 123.17 1121 Inspect shell $ 6.00 CR51 Replace entire collar $ 84.99 We Provide Local and Long Distance Pick CR52 Shoulder pad $ 21.56 CR53 Shoulder patches $ 15.14 Up and Delivery Services!! CR54 Sunlance $ 23.31 CR55 Thumbhole Wristlets $ 30.87 Call our Office for more information CR56 Trim All on coat-Scotchlite Trim $ 141.75 CR57 Trim All on coat-Triple Trim $ 189.00 214.774.2113 Coat Thermal ..o , CT70 Thermal coat $ 136.50 6 enas' CT71 Thermal Patch per sq inch $ 0.63 4 v S,'% .i!?:<. CT72 Thermal Patch up to 12x12 $ 32.71 Coat Repairs CT73 Thermal Patch up to 4x4 $ 6.87 CV90 Velcro @ COLLAR SHELL $ 1.05 CT74 Thermal Patch up to 8x8 $ 13.04 CV91 Velcro @ FLASHLIGHT HOLDER $ 1.05 Coat Moisture CV92 Velcro @ POCKETS $ 1.05 CM80 Moisture Coat $ 173.25 CV93 Velcro @ RADIO POCKET $ 1.05 CM81 Moisture Patch(per inch) $ 0.75 CV94 Velcro @ THROAT STRAP $ 1.05 CM82 Moisture Patch 12x12 $ 51.41 CV95 Velcro @COLLAR LINER $ 1.05 CM83 Moisture Patch 4x4 $ 8.56 MV96 Velcro Misc. $ 1.05 CM84 Moisture Patch 8X8 $ 22.85 CM85 Moisture Seam tape(per inch) $ 1.26 CV97 Velcro one side Stormflap $ 22.05 RSB87 Reseal moisture barrier $ 126.00 CV98 Stormflap Velcro(hook&loop) $ 44.10 RST Reseal tape $ 10.50 www.GearCleaningSolutions.com 2221 Manana Drive Suite 190 "" 'd`'' Dallas, Texas 75220 •,, N eirittikk' illi 214.774.2213 ' - 41111OLL Firefighters cleaning•rental•products - Taking Care of the Gear...That takes Care of You. Coat Continued Velcro Pant Repairs CV90 Velcro @ COLLAR SHELL $ 1.05 PR100 Pants zipper @ crotch $ 52.34 CV91 Velcro @ FLASHLIGHT HOLDER $ 1.05 PR101 Pants zipper @ legs $ 45.57 CV92 Velcro @ POCKETS $ 1.05 PR102 Pants-add inspection port $ 50.49 CV93 Velcro @ RADIO POCKET $ 1.05 PR103 Pants-leather pocket $ 50.87 CV94 Velcro @ THROAT STRAP $ 1.05 PR104 Pants-replace all trim-Scotchlite $ 69.30 CV95 Velcro @COLLAR LINER $ 1.05 PR105 Pants-replace all trim-Tripletrim $ 94.50 MV96 Velcro Misc. $ 1.05 PR106 Pocket replacement-leather $ 54.23 CV97 Velcro one side Stormflap $ 22.05 PR107 Replace entire fly strap $ 63.00 CV98 Stormflap Velcro(hook&loop) $ 44.10 PR108 Steam channel knees $ 57.75 PR109 Trim all pants-Scotchlite $ 94.50 PR110 Trim all pants-Triple trim $ 115.50 General Hardware PR113 Bellow Pocket $ 47.88 H160 D-ring-with rivets and leather back $ 10.71 PR114 Belt Clip $ 5.25 H161 Grommets $ 4.58 PR115 Belt Loop $ 15.75 H162 Hanging Hook $ 8.19 PR116 Knee Replacement-Leather/Fabric/Arashield $ 26.46 H163 Hook-with rivets and leather back $ 10.29 PR117 Reface Pocket leather $ 58.51 H164 Replace zipper head $ 5.25 PR118 Reface Pocket-Reinforcement $ 31.50 H165 Rivets $ 4.58 PR119 Reinforce knees $ 26.25 H166 Snaps $ 4.83 PR120 Take up strap $ 15.75 H167 Suspender button $ 4.83 Velcro H168 Install pass hook or strap $ 15.33 PR111 Velcro @ Fly(hook&loop) $ 26.25 Alterations PR112 Velcro one side of fly $ 13.13 A180 Increase Chest per inch $ 55.91 PV152 Velcro @Pockets $ 1.05 MV96 Velcro Misc. 1.05 A181 Increase hips $ 54.91 $ A182 Increase Waist per inch $ 53.94 Pant Thermal PT130 Thermal Shorts $ 136.50 A183 Install DRD retrofit $ 187.95 PT131 Thermal Patch per sq inch $ 0.63 A184 Lengthen coat per inch $ 45.42 PT132 Thermal Patch up to 12x12 $ 32.71 A185 Lengthen Pant-Wildland(Per Inch) $ 46.42 PT133 Thermal Patch up to 4x4 $ 6.87 A186 Lengthen pants per inch $ 31.42 PT134 Thermal Patch up to 8x8 $ 13.04 A187 Lengthen Pants-Wildland Gear $ 34.65 Pant Moisture A188 Lengthen Sleeve per inch $ 53.40 PM140 Moisture Shorts $ 173.25 A189 Reduce chest $ 51.40 PM141 Moisture Patch(per inch) $ 0.75 A190 Reduce Waist $ 20.79 PM142 Moisture Patch 12x12 $ 51.41 A191 Shorten coat $ 54.18 PM143 Moisture Patch 4x4 $ 8.56 A192 Shorten Pants/ Liner $ 93.98 PM144 Moisture Patch 8X8 $ 22.85 A193 Shorten Pants-Wildland Gear $ 34.65 PM145 Moisture Seam tape(per inch) $ 1.26 A194 Shorten Sleeves $ 45.36 RSB Reseal moisture barrier $ 126.00 A195 Move knees up 1" $ 15.75 RST Reseal tape $ 10.50 A196 Move radio pocket(includes trim) $ 15.75 Ask about our Flat Rate Plans!! www.GearCleaningSolutions.com , _ 7 tali O+4 • 2221 Manana Drive Suite 190 Dallas, Texas 75220 ,r II% Y 214.774.2213 - --flirillillit-- ...,,-, Firefighters cleaning•rental•products -..- $0414-1.' Taking Care of the Gear...That takes Care of You. Miscellaneous Items Accessories M230 Barcoding $ 5.00 AC200 Apron $ 131.25 M231 Arched name patch-letters included $ 63.00 AC201 Axe golf putter $ 157.50 M232 Hanging name patch-letters included $ 66.15 AC202 Diaper Bag $ 100.00 M233 Letters sewn on directly on garment $ 3.00 AC203 Golf bag $262.50 M234 Loose name patch-includes letters $ 37.80 AC204 Kilt $420.00 M235 NFPA class $ 150.00 AC205 Large gear bag $ 63.00 M236 Remove letters $ 10.50 AC306 Large police patch $ 9.45 M237 Replace helmet label $ 3.15 AC207 Medium Gear bag $ 47.25 M238 Bartack $ 4.83 AC208 Medium police patch $ 3.94 M239 Binding tape per inch $ 0.38 AC209 Rope bag $ 37.80 M240 Letters $ 4.16 AC210 SCBA accountability tags-bottle $ 26.43 M241 Name patch w/Velcro-letters included $ 66.15 AC211 SCBA Package(shoulder and bottle) $ 41.06 M242 Harness Loops $ 24.15 AC212 SCBA shoulder tag $ 19.81 M243 Replace Trim(per foot) $ 12.60 AC213 Shaving kit $ 47.25 M244 Replace liner $210.00 AC214 Small gear bag $ 26.25 M245 Replace screw w/acorn nut-helmet $ 3.62 AC215 Small police patch $ 2.63 M246 Replace tetrahedron-helmet $ 1.54 AC216 Velcro shoulder ID patch-accountability $ 15.14 M247 Labor charge $ 12.00 AC217 Pocket protectors $ 37.80 www.GearCleaningSolutions.com General Inquiries: F'owerMound Q . Plano Muryhy wybe Operarations@gearcleaningsolutions.com R3anoke Far Nath Dallas Ci Stephanie@gearcleaningsolutions.com Ste hanie Puente q3F fp ase 1 d ie P arrolhon �1 Sachse Roy Iii) c Sales: } . Richardson Keller Grapew : Rockwall Rick@gearcleaningsolutions.com Rick Johnson F Branch .. , Garland Mike@geardeaningsolutions.com Mike Bardwell it nu' Rowlett Cofeyv«Ile ,# GearClealunQ it�teN�ghtan�ts NFPA Training and Certification: muga t i r r` LC t f-,_, Q Tim@gearcleaningsolutions.com Tim Tomlinson hRichland H,i ' Euless-1 , ia3 x tli la Park .tea (ml Rental: fo. Irving ' � 1 r City r r Mike Holdsclaw t .i „L„Sunnyvale Mikeh@gearcleaningsolutions.com Nand Millgton / 4 pOtas 0 w.- - Accounting: . . , - Mesquite Cr.137 dPrairie Forney Irma Alvarez Arlington Oak Cliff Irma@gearcleanmgsolutions.com _ °\ Batch Sp'ungs : .„ (303': FAO Arlirwtnn f r;:° i € (t-\ Operations: uhna Paulina Valdez Fa @gea rclea ningsol utions.com www.GearCleaningSolutions.com GLOBE Globe Manufacturing Company, LLC February 28, 2014 In re: Gear Cleaning Solutions TO WHOM IT MAY CONCERN: The letter is written in recognition of Gear Cleaning Solutions, also known as GCS, located in Dallas, Texas. Please know that Globe Manufacturing Company has enjoyed an excellent working relationship with GCS and with its two owners, Rick Johnson and Tim Tomlinson, since they first founded the company. Gear Cleaning Solutions is well aware of the Globe commitment to quality and is able to reach out to our factory employees at any time. They are also well acquainted with our Regional Sales Manager, Matt Wood, who resides in Fort Worth, and have a long standing relationship with Casco Industries, one of our largest, if not the largest, dealer in the State of Texas. We recognize that GCS not only provides a necessary service to the fire industry, but has also shown a commitment to the entire NFPA standards process by holding a seat on the NFPA 1851 Technical Committee. We would not hesitate to say that GCS is regarded as one of the premier Independent Service Providers in the fire service. Sincerely, 4t,tte a 1.4.1-1,"*.."_, Technical Services Manager 37 Loudon Road, Pittsfield, NH 03263 TEL: 800-232-8323 603-435-8323 FAX: 800-442-6388 603-435-6388 www.globeturnoutgear.com Globe Firefighter Suits • Globe Cairns • Globe LifeLine • Globe Footwear • Globe CARES CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1,2,3,5.and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2016-6182 Gear Cleaning Solutions LLC Dallas,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/27/2016 being filed. City of Corpus Christi Date Ackn wle/d�ged: g Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the goods or services to be provided under the contract. 618 ISP for Firefighter PPE • 4 Nature of interest(check applicable) Name of Intes'ested Party City,State,Country(place of business) Controlling Intermediary City of Corpus Christi Corpus Christi,TX United States X 5 Check only if there is NO Interested Party. 6 AFFIDAVIT t swear,or affi•m under penalty of perjury,that the above disclosure is true and correct. (,54.4-e:A„„,r!4; RICK JOHNSON,JR. ` Notory Public.StateofTexos h My Commission Expies / �� �« ;, July 1 b,8019 ��i «a ic nature .f authorized agent ottontracnng busine s entity AFFIX NOTARY STAMP 'SEAL ABOVE �,/�1 e"C �n Sworn to and subscribec oefore me.by the said �t �__.,...tOri-U'-� • 'this the day of M . 20 ,(. ,to certify which.witness my hand and sea of office, J Sig IA re of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission wNw.ethics.state.tx.us Version V1.0.34416