Loading...
HomeMy WebLinkAboutAgenda_GGAF_10.27.2021Notice of Meeting for the General Gov ernment and F inance Adv isory BoardGeneral Gov ernment and F inance (G G AF ) Adv isory B oard Meeting of the City of Georgetown October 27, 2021 at 4:30 P M at Georgetown City Hall L arge Conference Room, 808 Martin L uther K ing Jr. St. T he C ity of G eorgetown is committed to compliance with the Americans with Disabilities Act (ADA). If you require as s is tance in partic ipating at a public meeting due to a disability, as defined under the ADA, reas onable as s is tance, adaptations , or ac commodations will be provided upon request. P leas e c ontact the C ity S ec retary's O ffic e, at leas t three (3) days prior to the sc heduled meeting date, at (512) 930-3652 or C ity Hall at 808 Martin Luther King Jr. S treet, G eorgetown, T X 78626 for additional information; T T Y users route through R elay Texas at 711. Regular Session (T his R egular S es s ion may, at any time, be rec es s ed to c onvene an Exec utive S es s ion for any purpose authorized by the O pen Meetings Act, Texas G overnment C ode 551.) A C ons ideration and possible action to approve the minutes from the S eptember 29, 2021 G eneral G overnment and F inanc e Advisory Board Meeting - S haron P arker, Board Liais on B R eview any items that bypas s ed a G G AF meeting due to timing and went to C ounc il. C C ons ideration and possible action to recommend approval to purchas e replac ement laptops and assoc iated docks and port replic ators for emergenc y s ervic e vehic les , as well as new ruggedized laptops and c omputer equipment for T W O new P olic e O fficers, from Ingram Tec hnologies LLC for an amount of $128,799.14 – C hris Bryc e, I T Director. G reg Berglund, Assistant I T Direc tor D C ons ideration and possible action to recommend to execute a C ontrac t with Brandt C ompany, of Aus tin Texas through Buyboard C ontract #631-20 for heating, ventilation, and air conditioning (HVAC ) replac ement in an amount not to exc eed $400,000. – Eric Johns on, P ublic Works Direc tor and Tris h Long, F ac ilities Manager E C ons ideration and possible action to recommend to approve the renewal of an annual Blanket Agreement with P redic table Bus iness S trategies, LLC d/b/a P BS of Texas to provide janitorial s ervic es purs uant to a piggyback c lause in C ity of R ound R oc k C ontract No. R -2018-5767 in an amount of $848,757.00 – Eric Johnson, P ublic Works Director and Trish Long, F ac ilities Manger F C ons ideration and possible action to recommend to execute an annual C itywide purc hase and installation c ontract for furniture from C ore O ffice Interiors, through the Buyboard C ontract #584-19 in the amount not to exc eed $200,000. - Eric Johns on, P ublic Works Direc tor and Tris h Long, F acilities Manager G C ons ideration and possible action to recommend approval of the annual estimated expenditures with G ulf C oast P aper C ompany to provide c ustodial supplies and equipment through the BuyBoard P urchas ing C ooperative, C ontrac t 649-21, in an annual not to exc eed amount of $90,000 and to authorize the C ity Manager to execute renewals of the agreement for up to two additional one-year terms on the s ame terms and c onditions for a total not to exc eed of $270,000 – Edward O ’Neal, S upport S ervices Manager H C ons ideration and possible action to recommend to approve the purc hase of two (2) P ierce F ire Engines from S iddons-Martin Emergenc y G roup through the Buy-Board C ontrac t #651-21 for a cost not to exceed $1,896,440.00. –John S ullivan, F ire C hief I C ons ideration and possible action to recommend to approve the purc hase of S tryker P ower Load S ys tem from S tryker C orporation for a total c os t not to exceed $62,000.00 - John S ullivan, F ire C hief Page 1 of 173 J C ons ideration and possible action to recommend to approve the purc hase of a Toro G roundsmaster 4300-D large area mower from P rofes s ional Turf P roduc ts, in the amount of $69,333.61. T his purchas e will be through Buy Board contrac t #611-20. - S c ott P arker, F leet Manager K C ons ideration and possible action to recommend approval of the purchas e of one (1) F reightliner M2-106 tandem dump truck from F reightliner of Aus tin, in the amount $114,354. T his purchas e will be through T I P S US A contrac t# 200206. - S c ott P arker, F leet Manager L C ons ideration and possible action to recommend the approval to purc hase one (1) C aterpillar model 420 I T C 4E from Holt C aterpillar in the amount of $129,385.00. T his purc hase will be through S ourcewell C ontrac t# 32119-C AT. - S cott P arker, F leet Manager M C ons ideration and possible action to recommend approval to purchas e 35 light trucks , and vehicles from S ilsbee F ord in the amount of $1,125,150.25. T his purchas e will be through G ood Buy c ontract# 21 8F 000 - S c ott P arker, F leet Manager N C ons ideration and possible action to recommend approval to purchas e three new radio cons oles for the G eorgetown Dispatch C enter in the P ublic S afety Training and C ommunic ations (P S O T C ) building for an amount of $319,728.00 – C ory Tchida, Ac ting P olice C hief O C ons ideration and possible action to recommend approval to purchas e firearms ammunition from G T Distributors in an amount not to exc eed $184,575.00. - C ory Tchida, Ac ting P olice C hief Adjournment Ce rtificate of Posting I, R obyn Densmore, C ity S ecretary for the C ity of G eorgetown, Texas, do hereby c ertify that this Notic e of Meeting was posted at C ity Hall, 808 Martin Luther King Jr. S treet, G eorgetown, T X 78626, a plac e readily acc es s ible to the general public as required by law, on the _____ day of _________________, 2021, at __________, and remained s o posted for at leas t 72 c ontinuous hours prec eding the s cheduled time of said meeting. __________________________________ R obyn Dens more, C ity S ec retary Page 2 of 173 City of Georgetown, Texas Government and Finance Advisory Board October 27, 2021 S UB J E C T: C onsideration and pos s ible ac tion to approve the minutes from the S eptember 29, 2021 G eneral G overnment and F inance Advis ory Board Meeting - S haron P arker, Board Liaison IT E M S UMMARY: F IN AN C IAL IMPAC T: . S UB MIT T E D B Y: S haron P arker AT TAC H ME N T S: Description Type Minutes Backup Material Page 3 of 173 Minutes General Government and Finance Advisory Board City of Georgetown, Texas Wednesday, September 29, 2021, at 4:30 PM The General Government and Finance Advisory Board met on Wednesday, September 29, 2021, at 4:30 PM at City Hall, 808 Martin Luther King Jr Street, Georgetown, Texas Board Members Present: Board Members Absent: Tommy Gonzalez, Chair Robert Witt Kevin Pitts, Vice Chair Stu McLennan, Secretary Eric Corp City Staff Present: David Morgan, City Manager Laurie Brewer, Assistant City Manager Leigh Wallace, Finance Director Trish Long, Facilities Manager Eric Johnson, Public Works Director Edward O’Neal, Support Services Manager Leah Neal, Purchasing Manager John Sullivan, Fire Chief Scott Parker, Fleet Manager Tadd Phillips, Human Resources Director Tiffany Sullivan, Learning & Development Coordinator Sharon Parker, Board Liaison Others present: Regular Agenda: Tommy Gonzalez Called the meeting to order at 4:31 p.m. A. Consideration and possible action to approve the minutes from the July 28, 2021, General Government and Finance Advisory Board Meeting – Sharon Parker, Board Liaison. Discussion: Motion to approve the minutes as presented by Stu McLennan , second by Kevin Pitts . Approved 4-0 Robert Witt absent B. Review any items that bypassed a GGAF meeting due to timing and went to Council – Tommy Gonzalez, Board Chair Page 4 of 173 Minutes General Government and Finance Advisory Board City of Georgetown, Texas Wednesday, September 29, 2021, at 4:30 PM No items went to Council. C. Consideration and possible action to recommend to council a contract extension for landscaping services for City owned facilities with Stillwater Site Services for a period of six months with an estimated amount of $158,789.48. – Trish Long, Facilities Manager, Eric Johnson, Public Works Director Discussion: Eric presented to the board an extension contract for landscaping services for 6 months. Eric explained with a lot of different things going on they did not get to go out for bid on this item. They spoke to our legal department and the vendor, and all agreed they would extend this contract for 6 months and this will allow time for them to request bids. The RFP will go out within the next 3 months. Tommy – is the price the same for the additions 6 months – Trish we did add Fire 6 and 7 and the footprint of two buildings. Same rate just addition for the added facilities. Stu – when where the three contract extensions reviewed by GGAF? Trish - They went directly to council because they were renewals. David – up until recently we did not bring normal renewals to GGAF, these items were taken directly to council. Stu – when did this change? – David when you as the board started asking for all items to come through you. Stu – is the cost for 6 months half of what you have listed. Trish – no that is the cost for 6 months. Motion to recommend to the City Council the approval of a contract extension for landscaping services with Stillwater Site Services as presented by staff by Eric Corp , second by Stu McLennan . Approved 4-0 Robert Witt absent D. Consideration and possible action to approve the annual estimated expenditures with Amazon.com to provide a variety of supplies and equipment through the Omnia Purchasing Cooperative, contract R- TC-17006, in an amount not to exceed $225,000.00 and to delegate authority to City Manager to execute three additional two-year renewals – Leah Neal, Purchasing Manager Discussion: Leah presented a renewal contract with Amazon for office supplies. – Tommy – last year you asked for $100,000 and now $225,000 that is a significant difference. Leah – we have a punch out with Amazon with Workday, so more staff are taking advantage of being about to order from Amazon verses several different places. Tommy – are we seeing the cost savings in out places? Ed – we do not have a way to capture how much savings from other areas, but we did not increase in the amount of budgeted money for office supplies. The departments are still spending the same they are just buying more from amazon than other stores now. Stu – when did the original contract come before GGAF – Leah – this is the same as the previous discussion, this type of routine contracts did not come to GGAF. Eric – if the City Manager can execute the three additional two-year renewals then this will not come back to us correct? David – that is what the request is for. Leigh – we are working on our streamlining our contracts like this. As long as we are having any issues or big changes then we would not need to bring back for approval. David – there will be further discussion on what needs to be brought to the boards with City Council at a later time. Page 5 of 173 Minutes General Government and Finance Advisory Board City of Georgetown, Texas Wednesday, September 29, 2021, at 4:30 PM Motion to recommend to the City Council the approval of a contract with Amazon as presented by staff by Stu McLennan , second by Kevin Pitts . Approved 4-0 Robert Witt absent E. Consideration and possible action to recommend approval of the annual estimated expenditures with Ion Wave Technologies Inc. to provide Contract Management, Enterprise Sourcing and Bid Evaluation Scoring through the TIPS USA Purchasing Cooperative, Contract 210101, in an amount of $20,865.00 and to delegate authority to the City Manager to execute two additional one-year renewals – Leah Neal, Purchasing Manager Discussion: Leah Neal presented a contract with Ion Wave Technologies. This is the software we use to take in bids. David – Staff is bringing this to GGAF because the cumulative total is above $50,000. Motion to recommend to the City Council the approval of a contract with Ion Wave Technologies Inc. as presented by staff by Eric Corp , second by Stu McLennan . Approved 4-0 Robert Witt absent F. Consideration and possible action to recommend to Council a contract with Change Healthcare as the Emergency Medical Transport Billing vendor the City of Georgetown – John Sullivan, Fire Chief Discussion: Chief Sullivan presented a contract with Change Healthcare for Emergency Medical Transport Billing Vendor. We are in a 90-day extension because current contract ends September 30th. Stu requested that Sharon email the power point to the board. Kevin – this company will bill insurance but if customer does not pay what happens then. Chief Sullivan – After we provide the service, within a week we send a card. A couple of weeks later they will receive an explanation of benefits. Medicare – 80/20 mix. Many have a secondary insurance that will pick up their 20%. Commercial is about the same. If someone does not have insurance, they will be billed the full amount. If the customer says they cannot pay, then the billing company contact us, and we can initiate a hardship request for them. This will reduce their bill to the Medicare allowable amount. If they still can’t pay that then we will put them on a payment plan. Kevin if they don’t pay then will they get sent to collections. Chief Sullivan – we have not sent anyone to collections. We have a very healthy collections rate. Eric – is this the same for the County? – Chief Sullivan yes, they it correct. Stu – is GFD still using ICD-10? Art there any issues regarding EMT training on ICD-10 Codes? – Chief Sullivan – we are on ICD 10 and have no issues. Motion to recommend to the City Council the approval of a contract with Change Healthcare as presented by staff by Stu McLennan second by Eric Corp Approved 4-0 Robert Witt absent Page 6 of 173 Minutes General Government and Finance Advisory Board City of Georgetown, Texas Wednesday, September 29, 2021, at 4:30 PM G. Consideration and possible action to recommend to Council the approval of the annual payment for the operation of the county wide radio communication system to Williamson County in the amount of $208,000.00 – Scott Parker, Fleet Manager Discussion: Scott Parker presented the annual subscriber fees for radios, the per radio amount is the same as it was last year. It is scheduled to go up 3% next year. Motion to recommend to the City Council the approval of the annual payment for the operations of the county wide radios communication system as presented by staff by Eric Corp , second by Kevin Pitts . Approved 4-0 Robert Witt absent H. Consideration and possible action to recommend to Council an agreement with Leif Johnson Collision for Fleet auto body repair on an as-needed basis, in an amount not to exceed $30,000 per year, or $150,000 for the life of the contract. The initial term of this contract is for two years, with the option to renew for three additional one-year terms for a total of five years. – Scott Parker, Fleet Manager. Discussion: Scott Parker presented an agreement with Leif Johnson collision for Fleet auto body repair. Tommy – same statement as authorizing the City Manager for the renewals. Scott – we will update this. Eric – if you end up spending the max $150,000 before the end of the contract what would you do then? Scott and Ed, we would do a budget amendment and seek approval. Stu – We discussed HUBS last month and the desire to use local companies. Why was the bid from the company in Georgetown ($612) double that of the company in Austin ($306)? Tommy – Thy have too much business and don’t need any more. Motion to recommend to the City Council the agreement with Leif Johnson Collision for Fleet auto body repair with the addition of allowing the City Manager to execute three additional renewals. by Kevin Pitts , second by Stu McLennan . Approved 4-0 Robert Witt absent I. Consideration and possible action to recommend to Council the purchase of vehicles in the amount of $593,332.10 through cooperative purchasing under GoodBuy contract #218F000 – Scott Parker, Fleet Manager. Discussion: Scott Parker presented a request to purchase vehicles through cooperative purchasing. The request is for Nine Super Duty (F-250/F-350) trucks. Six are replacements and three are new. If not ordered prior to October 31, 2021, then the next window is January 2022. If we wait, the vehicles will not be available until 2023 and each will cost an additional $2,000 to $2,500. Page 7 of 173 Minutes General Government and Finance Advisory Board City of Georgetown, Texas Wednesday, September 29, 2021, at 4:30 PM Motion to recommend to the City Council the purchase of vehicles through cooperative purchasing as presented by staff by Stu McLennan , second by Kevin Pitts . Approved 4-0 Robert Witt absent J. Consideration and possible action to recommend to Council award of contracts for learning management system subscription and learning management system implementation service and authorizing the City Manager to enter such contracts on behalf of the City. - Tadd Phillips, Director of Human Resources and Organizational Development. Discussion: Tadd Phillips presented a contract for the learning management system subscription. RFP was released in July, GGAF recommendation in September, Start implementation process November. This system works with Workday, employees will be able to access their development plan in one place. Currently they have to log into a different system. Eric – is this a two-year renewable contract? – Tadd – we already have a contract with Workday, this would be an order form tied into that larger contract. Kevin – is this a platform and content? Tadd – no this is just the platform. We build most of our content ourselves. Motion to recommend to the City Council a award of contracts for learning management system as presented by staff by Eric Corp , second by Stu McLennan . Approved 4-0 Robert Witt absent K. Discussion of the General Government and Finance Advisory Board Bylaws. - David Morgan, City Manager Discussion: As previously noted, council is reviewing all boards and commissions to determine the need for bylaws and what should be submitted by staff through boards and commissions, and what should be submitted by staff directly to council. No action needed. Meeting adjourned at 6:13 pm. __________________________________ ____________ Tommy Gonzalez Date Board Chair ___ _______________________________ ____________ Stu McLennan Date Board Secretary Page 8 of 173 City of Georgetown, Texas Government and Finance Advisory Board October 27, 2021 S UB J E C T: R eview any items that bypassed a G G AF meeting due to timing and went to C ouncil. IT E M S UMMARY: No items presented F IN AN C IAL IMPAC T: . S UB MIT T E D B Y: S haron P arker Page 9 of 173 City of Georgetown, Texas Government and Finance Advisory Board October 27, 2021 S UB J E C T: C onsideration and pos s ible ac tion to rec ommend approval to purc hase replacement laptops and as s ociated docks and port replic ators for emergenc y s ervic e vehic les , as well as new ruggedized laptops and computer equipment for T W O new P olice O ffic ers , from Ingram Technologies LLC for an amount of $128,799.14 – C hris Bryc e, I T Director. G reg Berglund, Assistant I T Direc tor IT E M S UMMARY: Every year we replac e roughly 20-25% of the P anas onic Toughbooks us ed by the EMS , F ire and P olice Departments. T hese are fully rugged or semi-rugged laptop c omputers made to withstand the c onditions experienced by our P ublic S afety pers onnel. T his year we are replacing 26 c omputers with assoc iated warranty, and 33 vehicle docking stations , at a cost of $120,049.18. Additionally, we are purchas ing new ruggedized laptops and docking stations for T W O P olice O ffic ers approved in the 2021/2022 budget, at a cost of $8749.96. In the pas t s even years we have decreased our expens es on ruggedized c omputers through several c hanges in our purc hasing process. We have moved from a four year to a five year replac ement c yc le on the machines and we have transitioned about 65% of the fleet from fully rugged devic es to more cost effec tive s emi-rugged devic es or s tandard laptops or tablets . Additionally, P anas onic has seen a major increase in competition in this market whic h has worked to drive pric ing down. In all, we have seen a s light net decrease in total c os ts while increasing the fleet of computers via natural growth in the number of P olice O ffic ers and F ire Apparatus. Ingram Tec hnologies LLC is an Aus tin based res eller for P anasonic Toughbooks. All pric ing is in acc ordanc e with Texas Department of Information R es ourc es c ontract numbers DI R -T S O -4025 F IN AN C IAL IMPAC T: All items were budgeted during the F Y 2021/2022 budget process. Expenses in the amount of $128,799.14 will be rec orded in C ost c enter 570-0651-13 (I T F und-Infrastruc ture-C omputer Hardware) S UB MIT T E D B Y: S haron P arker AT TAC H ME N T S: Description Type Quote Backup Material Page 10 of 173 Quote Date 9/29/2021 Estimate # 3179 Name / Address City of Georgetown Steve Artus Ship To City of Georgetown Clay Shell 3500 D B Wood Rd Georgetown, Texas 78628 Ingram Technologies LLC PO Box 203324 Austin, TX 78720 Rep SAI Thank you Signature _____________________________________ Total Sales Tax (0.00) Description Qty MSRP Price Total Texas DIR-TSO-4025 Georgetown, City Of ASM: Scott Morris D-00006BBduQAG Rev#: 13 FZ-55C0-02VM MSRP: $3677.00 Public Sector Specific, Win10 Pro, Intel Core i5-8365U 1.6GHz, vPro, 14.0" FHD 1000 nit Gloved Multi Touch, 512GB SSD, 8GB, Intel Wi-Fi, Bluetooth, TPM 2.0, 4G LTE Band 14 (EM7511), dGPS, Dual Pass (Ch1:dGPS/Ch2:WWAN), Infrared Webcam, Emissive Backlit Keyboard, Flat, CF-SVCPDEP3Y - Toughbook and Toughpad Premier Deployment - Unit Un- Packaging And Assembly (Battery, Stylus/Tether, Case, And Holder). 48 Hour Burn-In, Windows Disk Image Management, Windows Image Validation, Windows Device Imaging, Custom Bios/Cmos Settings, Asset Tagging, Logo Badge Installation (If Purchased), Cellular Sim Insertion, Multi- 28 2,799.9925 78,399.79T Page 1Page 11 of 173 Quote Date 9/29/2021 Estimate # 3179 Name / Address City of Georgetown Steve Artus Ship To City of Georgetown Clay Shell 3500 D B Wood Rd Georgetown, Texas 78628 Ingram Technologies LLC PO Box 203324 Austin, TX 78720 Rep SAI Thank you Signature _____________________________________ Total Sales Tax (0.00) Description Qty MSRP Price Total Location Shipping With Custom Shipping Labels, Multiple Ship Dates, Packaging Inserts, Deployment Reporting, Customer Portal Access, Up To 5 Minutes Of Post Imaging Configuration, Multiple Images, Service Updates/Engineering Changes, Charge Battery, Up To 59 Days Storage Insured (One Month End) For Years 1,2,3, CF-SVCLTNF3YR - Protection Plus Warranty - Laptop (Years 1, 2, 3) Samsung RAM MSRP: $167.00 8GB MEMORY FOR FZ-55 MK1 28 124.99536 3,499.87T CF-SVCPSY5 MSRP: $645.00 4th  and 5th years Public Safety Service Bundle Add on (Year 4 & 5 only). Must be purchased in conjunction with PS bundle base unit.  Includes Premier, Protection Plus, Customer Portal, Disk Image Management, HDD No Return. 28 549.98107 15,399.47T 7170-0251-P Gamber-Johnson Vehicle docking station (dual pass) for the Panasonic Toughbook CF-54. Inculdes External LIND Power Supply. USB 3.0 (2), VGA, HDMI, RJ45, Serial, Keyed lock, Dual RF Antennas 35 900.00029 31,500.01T Standard Shipping Included 0.00 0.00 Page 2 $128,799.14 $0.00 Page 12 of 173 City of Georgetown, Texas Government and Finance Advisory Board October 27, 2021 S UB J E C T: C onsideration and pos s ible ac tion to rec ommend to exec ute a C ontract with Brandt C ompany, of Austin Texas through Buyboard C ontrac t #631-20 for heating, ventilation, and air c onditioning (HVAC ) replacement in an amount not to exceed $400,000. – Eric Johnson, P ublic Works Director and Trish Long, F acilities Manager IT E M S UMMARY: T his c ontract is to provide heating, ventilation, and air conditioning (HVAC ) replac ement at C ity facilities . T he C ity is proposing the agreement based on a BuyBoard C ompetitive P urc hasing C ontract (#631-20). T hes e services inc lude, replac ement of existing HVAC units . T he C ity has used the Brandt C ompany s inc e 2017, including HVAC replac ement. Brandt has technic ians as s igned to our fac ilities that are familiar with our HVAC equipment and facility needs. As a res ult of Brandt’s level of service to the C ity we have seen improvements in equipment performance. S taff is rec ommending approval of an annual agreement for HVAC replacement to the Brandt C ompany of Austin, Texas for an amount not to exc eed $400,000. F IN AN C IAL IMPAC T: Es timated annual amount of $400,000 for HVAC replacement for C ity facilities is budgeted in the F ac ilities I S F. S UB MIT T E D B Y: S haron P arker AT TAC H ME N T S: Description Type Agreement Backup Material Page 13 of 173 Page 1 of 3 BUYBOARD CONTRACT WITH THE CITY OF GEORGETOWN, TEXAS THIS AGREEMENT is made and entered into this __ day of __________, 2021 (“Effective Date”) by and between the CITY OF GEORGETOWN, TEXAS, a Texas home-rule municipality (the “CITY”) and The Brandt Companies LLC, (the “VENDOR”), WHEREAS, pursuant to Chapter 271 of the Texas Local Government Code, the CITY has the legal authority to participate in a purchasing cooperative organization for purposes of procuring services and goods; WHEREAS, the CITY entered into an Interlocal Participation Agreement for the Texas Local Government Purchasing Cooperative with the Texas Local Government Purchasing Cooperative (“Buyboard”) on February 11, 2002 to facilitate compliance with state bidding requirements, to identify qualified vendors of commodities, goods and services, to relieve the burdens of the governmental purchasing function and to realize the various potential economies, including administrative cost savings; WHEREAS, the CITY requires HVAC installation and replacement services; WHEREAS, the VENDOR has an agreement with Buyboard for HVAC installation and replacement through Buyboard Contract No. 631-20 (“CONTRACT”); and WHEREAS, the CITY desires to use the above referenced CONTRACT to purchase as needed HVAC Replacement and Installation services; NOW THEREFORE, in consideration of the mutual covenants contained herein, and for other valuable consideration received, the receipt and sufficiency of which are hereby acknowledged, the parties agree as follows: 1. The above stated recitals are true and correct. 2. VENDOR affirms and ratifies the terms and conditions of the above referenced CONTRACT and agrees to perform the services set forth therein for the CITY in accordance with the terms of the CONTRACT. 3. The CITY agrees to utilize the HVAC Replacement and Installation Services of the VENDOR in the manner and upon the terms and conditions as set forth in the CONTRACT. 4. Except as otherwise stated herein, the terms and conditions of the CONTRACT shall form the basis of this Agreement. The CONTRACT is hereby incorporated into this Agreement, and if any provision of this Agreement conflicts with any provision of the CONTRACT, then the terms, conditions and provisions of this Agreement shall control. 5. The terms and conditions of the CONTRACT are modified, amended or supplemented as follows: Page 14 of 173 Page 2 of 3 A. The term of this Agreement begins on the Effective Date of this Agreement and shall be effective through November 30, 2021, with two possible one-year renewals. City reserves the right to review the relationship at any time, and may elect to terminate this Agreement, with or without cause, or may elect to continue. B. Performance Bonds shall be provided if the replacement cost is greater than $100,000 and Payment Bond if the replacement cost is greater than $50,000 per individual work request. Each bond shall be issued in an amount of one hundred percent (100%) of the work request amount by a solvent surety or insurance company licensed to do business in the State of Texas, and registered/approved by United States Treasury Department. C. The CITY may not expend in excess of $400,000 for VENDOR’S services under this CONTRACT. D. The CITY hereby designates the following representatives authorized to act on its behalf with regard to this Agreement: Eric Johnson City of Georgetown Public Works Director Office (512) 819-3145 Eric.Johnson@georgetown.org E. The Notice address for the CITY which shall be amended as follows: Notice to City: City Manager with a Copy to: City Attorney PO Box 409 PO Box 409 Georgetown, Texas Georgetown, Texas 6. This Agreement, with all exhibits, includes the entire agreement of the City and the Consultant and supersedes all prior and contemporaneous agreements between the parties, whether oral or written, relating to the subject of this agreement. IN WITNESS WHEREOF, the Parties execute this Agreement. THE BRANDT COMPANNIES LLC CITY OF GEORGETOWN By: ______________________________ By: ______________________________ Printed Name: _____________________ Printed Name: _____________________ Page 15 of 173 Page 3 of 3 Title: ____________________________ Title: _____________________________ Date: ____________________________ Date: _____________________________ ATTEST: Robyn Densmore, City Secretary APPROVED AS TO FORM: Skye Masson, City Attorney Page 16 of 173 City of Georgetown, Texas Government and Finance Advisory Board October 27, 2021 S UB J E C T: C onsideration and pos s ible ac tion to rec ommend to approve the renewal of an annual Blanket Agreement with P redictable Busines s S trategies , LLC d/b/a P BS of Texas to provide janitorial services pursuant to a piggybac k claus e in C ity of R ound R ock C ontrac t No. R -2018-5767 in an amount of $848,757.00 – Eric Johns on, P ublic Works Direc tor and Tris h Long, F acilities Manger IT E M S UMMARY: S taff is reques ting approval to renew the janitorial and floor cleaning services contrac t with P BS of Texas, LLC . P BS has been the janitorial and floor cleaning services provider for the C ity for the past seven years with great succ es s . T he C ity strives to properly maintain as s ets inc luding furniture and fixtures , res ulting in extended useful life. P BS has as s is ted the C ity in this effort by effec tively maintaining facility as s ets. T he C ity of R ound R ock c onducted a competitive best value bid in June 2018 in whic h P BS was s elected from eight bidders. T he c ontract was approved by R ound R ock’s C ity C ouncil on Augus t 23, 2018 for a term of 60 months. S taff recommends award of the C ity of G eorgetown’s janitorial and floor c leaning s ervic es to P redic table Bus iness S trategies, LLC d/b/a P BS of Texas through an interloc al agreement with the C ity of R ound R ock. F IN AN C IAL IMPAC T: Es timated total for services is $848,757.00 annually which is available in the 2022 F acilities Internal S ervic e F und. S UB MIT T E D B Y: S haron P arker AT TAC H ME N T S: Description Type Quote Backup Material Agreement Backup Material Page 17 of 173 CITY OF GEORGETOWN 2021-2022 Pricing CUSTODIAL SERVICES Increase 20-21 Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Total Night Cleaning 0.0537 40,230 42,073 42,073 42,073 42,073 42,073 42,073 42,073 42,073 42,073 42,073 42,073 42,073 504,880 Day Porters 0.0537 11,900 12,539 12,539 12,539 12,539 12,539 12,539 12,539 12,539 12,539 12,539 12,539 12,539 150,468 Floor Crew 0.0537 7,000 7,376 7,376 7,376 7,376 7,376 7,376 7,376 7,376 7,376 7,376 7,376 7,376 88,511 Seasonal Porters 0.0537 3,161 3,161 3,161 9,483 Other (estimated monthly rentals - Garey/Community)0.0537 6,300 6,638 6,638 6,638 6,638 6,638 6,638 6,638 6,638 6,638 6,638 6,638 6,638 79,660 Monthly Cost 65,430 68,627 68,627 68,627 68,627 68,627 68,627 68,627 68,627 71,788 71,788 71,788 68,627 833,002 Day Staff/Floor Crew Breakout Recreation Center Day Porters 0.0537 3,425 3,609 3,609 3,609 3,609 3,609 3,609 3,609 3,609 3,609 3,609 3,609 3,609 43,307 Library Day Porter 0.0537 2,975 3,135 3,135 3,135 3,135 3,135 3,135 3,135 3,135 3,135 3,135 3,135 3,135 37,617 Public Safety Day Porters 0.0537 5,500 5,795 5,795 5,795 5,795 5,795 5,795 5,795 5,795 5,795 5,795 5,795 5,795 69,544 Floor Crew 0.0537 3,000 3,161 3,161 3,161 3,161 3,161 3,161 3,161 3,161 3,161 3,161 3,161 3,161 37,933 Other - 14,900 15,700 15,700 15,700 15,700 15,700 15,700 15,700 15,700 15,700 15,700 15,700 15,700 188,402 Total Custodial Expense 68,627 68,627 68,627 68,627 68,627 68,627 68,627 68,627 71,788 71,788 71,788 68,627 833,002 Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Total City Facilities 20-21 Rate Increase New Rate 20-21 Price SF Recreation Center 0.136 0.0537 0.143 12,265 65,000 12,924 12,924 12,924 12,924 12,924 12,924 12,924 12,924 12,924 12,924 12,924 12,924 155,084 Library 0.120 0.0537 0.126 8,855 49,000 9,331 9,331 9,331 9,331 9,331 9,331 9,331 9,331 9,331 9,331 9,331 9,331 111,966 CVB 0.164 0.0537 0.173 1,000 6,100 1,054 1,054 1,054 1,054 1,054 1,054 1,054 1,054 1,054 1,054 1,054 1,054 12,644 Eco Development - LWW 0.100 0.0537 0.105 970 9,700 1,022 1,022 1,022 1,022 1,022 1,022 1,022 1,022 1,022 1,022 1,022 1,022 12,265 Airport Terminal 0.149 0.0537 0.157 448 3,000 472 472 472 472 472 472 472 472 472 472 472 472 5,665 Airport Tower 0.133 0.0537 0.140 200 1,500 211 211 211 211 211 211 211 211 211 211 211 211 2,529 Fire Station #5 0.106 0.0537 0.112 265 2,500 279 279 279 279 279 279 279 279 279 279 279 279 3,351 Parks Admin 0.107 0.0537 0.113 560 5,250 590 590 590 590 590 590 590 590 590 590 590 590 7,081 Tennis Center 0.136 0.0537 0.143 625 4,600 659 659 659 659 659 659 659 659 659 659 659 659 7,903 Connunity Center (avg)150.00 0.0537 158.06 2,400 12,470 2,529 2,529 2,529 2,529 2,529 2,529 2,529 2,529 2,529 2,529 2,529 2,529 30,347 GMC 0.088 0.0537 0.093 4,400 50,000 4,636 4,636 4,636 4,636 4,636 4,636 4,636 4,636 4,636 4,636 4,636 4,636 55,635 VSC Office 0.278 0.0537 0.293 125 450 132 132 132 132 132 132 132 132 132 132 132 132 1,581 FM Office 0.131 0.0537 0.138 380 2,900 400 400 400 400 400 400 400 400 400 400 400 400 4,805 Floor/Detail Crew 7,000.00 0.0537 7,375.90 7,000 7,376 7,376 7,376 7,376 7,376 7,376 7,376 7,376 7,376 7,376 7,376 7,376 Westside Service Center 0.088 0.0537 0.093 2,100 24,000 2,213 2,213 2,213 2,213 2,213 2,213 2,213 2,213 2,213 2,213 2,213 2,213 Animal Shelter 330.000 0.0537 347.72 350 3,100 369 369 369 369 369 369 369 369 369 369 369 369 4,426 Garey Park Guard Shack 850.000 0.0537 895.65 850 896 896 896 896 896 896 896 896 896 896 896 896 Garey Park Weekly Clean 1,517.00 0.0537 1,598.46 1,517 1,598 1,598 1,598 1,598 1,598 1,598 1,598 1,598 1,598 1,598 1,598 1,598 Garey Park Hall Event 250.00 0.0537 263.43 2,500 2,634 2,634 2,634 2,634 2,634 2,634 2,634 2,634 2,634 2,634 2,634 2,634 Garey Park Regular Event 350.00 0.0537 368.80 1,400 1,475 1,475 1,475 1,475 1,475 1,475 1,475 1,475 1,475 1,475 1,475 1,475 Garey Park Event Porters 17.50 3.0000 20.50 1,312 1,312 1,312 1,312 1,312 1,312 1,312 1,312 1,312 1,312 1,312 1,312 1,312 City Hall 0.095 0.0537 0.100 1,872 19,708 1,973 1,973 1,973 1,973 1,973 1,973 1,973 1,973 1,973 1,973 1,973 1,973 Court/Council 0.100 0.0537 0.105 2,558 25,580 2,695 2,695 2,695 2,695 2,695 2,695 2,695 2,695 2,695 2,695 2,695 2,695 32,344 Public Safety 12,490.00 0.0537 13,160.71 12,490 13,161 13,161 13,161 13,161 13,161 13,161 13,161 13,161 13,161 13,161 13,161 13,161 157,929 Total Monthly Expenses 66,442 69,939 69,939 69,939 69,939 69,939 69,939 69,939 69,939 69,939 69,939 69,939 69,939 839,274 Seasonal/Floor Crew Expenses Rec Center- Pool Porter 3,161 3,161 3,161 9,483 Wood Floors Rec Center - - - - - - - - - - - - - Other - Total Recurring Expenses - - - - - - - - 3,161 3,161 3,161 - 9,483 Total Custodial Expenses 69,939 69,939 69,939 69,939 69,939 69,939 69,939 69,939 73,100 73,100 73,100 69,939 848,757 MONTHLY COSTS BY FACILITY Page 18 of 173 Renewal No. 3 and Amendment No. 3 to the Agreement between Predictable Business Strategies, LLC and the City of Georgetown, Texas This Third Renewal and Third Amendment Agreement (“Third Renewal”) is made and entered into by and between CITY OF GEORGETOWN, a Texas Home-Rule Municipal Corporation (“City”), and PREDICTABLE BUSINESS STRATEGIES, LLC dba PBS OF TEXAS, a Texas limited liability company (the “Vendor”), (collectively, the “Parties”). The Parties hereby agree as follows: WHEREAS, on March 27, 2007 the City Council of the City of Georgetown approved Resolution 032707-L authorizing an interlocal agreement with the City of Round Rock, Texas for the purpose of participating in an interlocal purchasing cooperative program; and, WHEREAS, pursuant to Chapter 791 of the Government Code, the Parties entered into a Piggyback Contract on October 1, 2018 for janitorial services (the “Original Agreement”), by which Vendor agreed to perform for City the Services set forth in City of Round Rock Contract Resolution No. R-2018-5767; and, WHEREAS, the Original Agreement provided an initial term of one (1) year and provided for four (4) additional one (1) year renewal terms; and, WHEREAS, the Parties agreed to renew and amend the Original Agreement on November 5, 2019 for a First Amendment and First Renewal and on September 22, 2020 for a Second Amendment and Second Renewal; and, WHEREAS, the Parties hereby agree to renew the Original Agreement for a third renewal term and establish the prices for janitorial services during the third renewal term; and, NOW THEREFORE, in consideration for the mutual benefits to be derived by the Parties from this Amendment and other good and valuable consideration, the Parties agree as follows: 1. Section 5.D. of the Original Agreement is deleted in its entirety and replaced with the following: Section 5.01 (B), Costs, shall be amended as follows: “The City may not expend in excess of $848,757.00 per year for Vendor’s services.” 2. The Parties agree to renew the Original Agreement for a Third renewal term which will begin immediately upon the expiration of the second renewal term and end on September 30, 2022. 3. During the Third Renewal term, the prices shown in Exhibit A attached to this Third Renewal and Third Amendment shall apply. 4. During the Third Renewal term, the not to exceed amount shall be eight hundred forty-eight thousand seven hundred fifty-seven dollars and no/100 ($848,757.00). 5. All other terms of the Original Agreement not inconsistent with this Third renewal and Third amendment shall apply. Except as expressly modified by this Third Renewal and Third Amendment, the Original Agreement remains unchanged and in full force and effect, subject to its terms. 6. This Third Renewal is effective on the date executed by City. [Signature page to follow] Page 19 of 173 PREDICTABLE BUSINESS STRATEGIES, LLC d/b/a PBS OF TEXAS CITY OF GEORGETOWN By: ______________________________ By: ______________________________ Printed Name: _____________________ Printed Name: Josh Schroeder Title: ____________________________ Title: Mayor Date: ____________________________ Date: _____________________________ ATTEST: __________________________________ Robyn Densmore, City Secretary APPROVED AS TO FORM: __________________________________ Skye Masson, City Attorney Page 20 of 173 Exhibit A Page 21 of 173 City of Georgetown, Texas Government and Finance Advisory Board October 27, 2021 S UB J E C T: C onsideration and pos s ible ac tion to rec ommend to exec ute an annual C itywide purchas e and ins tallation contrac t for furniture from C ore O ffic e Interiors , through the Buyboard C ontrac t #584-19 in the amount not to exceed $200,000. - Eric Johnson, P ublic Works Director and Trish Long, F ac ilities Manager IT E M S UMMARY: T he rapid growth of the C ity of G eorgetown has necessitated additional personnel in many areas of the C ity. R econfiguring c ubic al spac e to a more standardized layout is more efficient than the al-a-c art pattern that exists in some areas . F or instanc e, one area at the G MC c an be rec onfigured, us ing mostly existing cubical furniture, and create 5 additional works paces. (seven works paces become twelve). S ome spac es als o require turning meeting rooms into offic es . T his reques t is for the C itywide purchas e and ins tallation of offic e furniture for many areas and fac ilities throughout the C ity. It includes new furniture for meeting rooms , offices, and offic e spac e, as well as reuse and reconfiguration of existing c ubic al type furniture within new and exis ting s paces. S taff is rec ommending approval of the purc hase and installation of furniture from C ore O ffice Interiors bas ed on a BuyBoard C ompetitive P urchas ing C ontrac t (#584-19) in an amount not to exceed $200,000. F IN AN C IAL IMPAC T: F unding is identified in departmental budgets and I S F s . S UB MIT T E D B Y: S haron P arker AT TAC H ME N T S: Description Type Contract Backup Material Page 22 of 173     March 1, 2021 Sent via email to: twalsh@coreoi.com Tom Walsh CORE Office Interiors (formerly Austin Business Furniture) 10300 Metric Blvd. Ste 145 Austin, TX 78758     Re: Furniture for School, Office, Science, Library and Dormitory BuyBoard Contract 584-19 The Local Government Purchasing Cooperative (BuyBoard) awarded your company a contract under Furniture for School, Office, Science, Library and Dormitory, Contract 584-19, for which the current term is set to expire March 31, 2021. At this time, the BuyBoard is renewing your contract through March 31, 2022. This will be the final renewal of this contract. All discounts, terms, and conditions of your contract will remain the same. If you agree to this renewal, there is nothing you need to do. However, if you do not agree to this renewal, you must notify me via email at lisa.maraden@tasb.org prior to the start of the renewal term. If you have questions or comments concerning this renewal, please contact me as soon as possible at  lisa.maraden@tasb.org. We appreciate your interest in The Local Government Purchasing Cooperative. Sincerely,  Lisa Maraden Contract Administrator                       final renewal v.02.13.2020 Page 23 of 173     February 27, 2020 Sent via email to: twalsh@abfurn.com Tom Walsh CORE Office Interiors (formerly Austin Business Furniture) 10300 Metric Blvd. Ste 145 Austin TX 78758   Re: Furniture for School, Office, Science, Library, & Dormitory BuyBoard Contract 584-19 The Local Government Purchasing Cooperative (BuyBoard) awarded your company a contract under Furniture for School, Office, Science, Library, & Dormitory, Contract 584-19, effective April 1, 2019 through March 31, 2020, with two possible one-year renewals. At this time, the BuyBoard is renewing your contract through March 31, 2021. All discounts, terms, and conditions of your contract will remain the same. If you agree to this renewal, there is nothing you need to do. However, if you do not agree to this renewal, you must notify me via email at connie.burkett@tasb.org prior to the start of the renewal term. Reminder: Once a BuyBoard contract is awarded, vendors must generate a minimum of $15,000 annually or they may not be offered a contract renewal. If you have questions or comments concerning this renewal, please contact me as soon as possible at connie.burkett@tasb.org. We appreciate your interest in The Local Government Purchasing Cooperative. Sincerely,     Connie W Burkett, CTSBO Contract Administrator                     1st renewal v.02.13.2020 Page 24 of 173 February 6, 2019 Sent Via Email: twalsh@abfurn.com Tom Walsh Austin Business Furniture 10300 Metric Blvd. Ste 145 Austin, TX 78758 Welcome to BuyBoard! Re: Notice of The Local Government Purchasing Cooperative Award Proposal Name and Number: Furniture for School, Office, Science, Library and Dormitory, Proposal No. 584-19 Congratulations, The Local Government Purchasing Cooperative (Cooperative) has awarded your company a BuyBoard® contract based on the above-referenced Proposal. The contract is effective 4/1/2019 through 3/31/2020, with two possible one-year renewals. The contract documents are those identified in Section 3 of the General Terms and Conditions of the specifications. To view the items your company has been awarded, please review the proposal tabulation No. 584-19 on the following web-site: www.buyboard.com/vendor. Only items marked as awarded to your company can be sold thro ugh the BuyBoard contract. In addition, on this website you will find the membership list which will provide you with the names of all entities with membership in our purchasing cooperative. Enclosed with this letter you will find the following documents: 1. Vendor Quick Reference Guide 2. BuyBoard License and Identity Standards You are advised that receipt of a purchase order directly from a Cooperative member is not within the guidelines of the Cooperative. Accepting purchase orders directly from Cooperative members may result in a violation of the State of Texas competitive bid statute and termination of this Cooperative BuyBoard contract. Therefore, all purchase orders must be processed through the BuyBoard in order to comply. Please forward by email to info@buyboard.com any order received directly from a Cooperative member. If you inadvertently process a purchase order sent directly to you by a Cooperative member, please fax the order to the above number and note it as RECORD ONLY to prevent duplication. As an awarded vendor a BuyBoard user id and password will be sent via e-mail 2 to 3 business days prior to the start of your contract. On behalf of the Texas Association of School Boards, we appreciate your interest in the Cooperative and we are looking forward to your participation in the program. If you have any questions, please contact Cooperative Procurement Staff at 800-695-2919. Sincerely, Arturo Salinas Department Director, Cooperative Procurement Page 25 of 173 February 6, 2019 Sent Via Email: twalsh@abfurn.com Tom Walsh Austin Business Furniture 10300 Metric Blvd. Ste 145 Austin, TX 78758 Welcome to BuyBoard! Re: Notice of National Purchasing Cooperative Piggy-Back Award Proposal Name and Number: Furniture for School, Office, Science, Library and Dormitory, Proposal No. 584-19 Congratulations, The National Purchasing Cooperative (National Cooperative) has awarded your company a BuyBoard® contract based on the above-referenced Proposal. As provided f or in the Proposal and your National Purchasing Cooperative Vendor Award Agreement, you are authorized to sell the goods and services awarded under the Proposal to National Cooperative members in states other than Texas through the BuyBoard. The contract is effective 4/1/2019 through 3/31/2020, with two possible one-year renewals. The National Cooperative membership list is available at our website www.buyboard.com/vendor. The list identifies the current members that may purchase awarded goods and services under your National Cooperative BuyBoard contract. You are advised that receipt of a purchase order directly from a National Cooperative member is not within BuyBoard guidelines. Accepting purchase orders directly from Cooperative members may result in a violation of applicable competitive procurement law and termination of this National Cooperative BuyBoard contract. Therefore, all purchase orders from National Cooperative members must be processed through the BuyBoard. Please forward by e-mail to info@buyboard.com any order received directly from a National Cooperative member. If you inadvertently process a purchase order sent directly to you by a National Cooperative member, please fax the order to the above number and note it as RECORD ONLY to prevent duplication. As an awarded vendor a BuyBoard user id and password will be sent via e-mail 2 to 3 business days prior to the start of your contract. On behalf of the National Cooperative, we are looking forward to your participation in the program. If you have any questions, please contact Cooperative Procurement Staff at 800-695-2919. Sincerely, Arturo Salinas Department Director, Cooperative Procurement v.6.5 Page 26 of 173 Page 27 of 173 Page 28 of 173 Page 29 of 173 Page 30 of 173 Page 31 of 173 Page 32 of 173 Page 33 of 173 Page 34 of 173 Page 35 of 173 Page 36 of 173 Page 37 of 173 Page 38 of 173 Page 39 of 173 Page 40 of 173 Page 41 of 173 Page 42 of 173 Page 43 of 173 Page 44 of 173 Page 45 of 173 Page 46 of 173 Page 47 of 173 Page 48 of 173 Page 49 of 173 Page 50 of 173 Page 51 of 173 Page 52 of 173 Page 53 of 173 Page 54 of 173 Page 55 of 173 Page 56 of 173 Page 57 of 173 Page 58 of 173 Page 59 of 173 Page 60 of 173 Page 61 of 173 Page 62 of 173 Page 63 of 173 Page 64 of 173 Page 65 of 173 Page 66 of 173 Page 67 of 173 Page 68 of 173 Page 69 of 173 Page 70 of 173 Page 71 of 173 Page 72 of 173 Page 73 of 173 Page 74 of 173 Page 75 of 173 City of Georgetown, Texas Government and Finance Advisory Board October 27, 2021 S UB J E C T: C onsideration and pos s ible ac tion to rec ommend approval of the annual es timated expenditures with G ulf C oas t P aper C ompany to provide cus todial s upplies and equipment through the BuyBoard P urc hasing C ooperative, C ontract 649-21, in an annual not to exceed amount of $90,000 and to authorize the C ity Manager to exec ute renewals of the agreement for up to two additional one-year terms on the same terms and conditions for a total not to exceed of $270,000 – Edward O ’Neal, S upport S ervic es Manager IT E M S UMMARY: Approval of annual purchas e agreement with G ulf C oas t P aper C ompany through the Buyboard P urc hasing C ooperative will allow the C ity to take advantage of the disc ounts available through this national cooperative contrac t. Items will be ordered by the various C ity departments during the term of 10/01/2021– 09/30/2022. O n November 13, 2018, C ounc il approved annual expenditures with G ulf C oast P aper C ompany from 10/01/2018 – 9/30/2019. T his ac tion reques ts approval for a not-to-exceed amount of $90,000 for the F Y 2022. F IN AN C IAL IMPAC T: . S UB MIT T E D B Y: S haron P arker AT TAC H ME N T S: Description Type Contract Backup Material Page 76 of 173 v.02.01.2021 July 29, 2021 Sent Via Email: anna.landa@imperialdade.com Anna Landa Gulf Coast Paper Company 1101 South Padre Island Dr. Corpus Christi, TX 78416 Welcome to BuyBoard! Re: Notice of The Local Government Purchasing Cooperative Contract Award; Proposal Invitation No. 649-21 for Custodial Supplies and Equipment Congratulations, The Local Government Purchasing Cooperative (Cooperative) has awarded your company a BuyBoard® contract based on the above-referenced Proposal Invitation. The contract is effective for an initial one-year term of October 1, 2021 through September 30, 2022 and may be subject to two possible one-year renewals. Please refer to the Proposal Invitation for the contract documents, including the General Terms and Conditions of the Contract. To review the items your company has been awarded, please review Proposal Tabulation No. 649-21 at: www.buyboard.com/vendor. Only items marked as awarded to your company are included in this contract award, and only those awarded items may be sold through the BuyBoard contract. All sales must comply with the contract terms and must be at or below the awarded pricing as set forth in the General Terms and Conditions. The contract will be posted on the BuyBoard website as an online electronic catalog(s). You are reminded that, in accordance with the General Terms and Conditions, all purchase orders must be processed through the BuyBoard. Except as expressly authorized in writing by the Cooperative’s administrator, you are not authorized to process a purchase order received directly from a Cooperative member that has not been processed through the BuyBoard or provided to the Cooperative. If you receive a purchase order directly from a Cooperative member that you have reason to believe has not been received by the Cooperative or processed through the BuyBoard, you must promptly forward a copy of the purchase order by email to info@buyboard.com. A list of Cooperative members is available on the buyboard.com website. The BuyBoard vendor relations staff will be contacting you to assist with the resources available and to provide any support you may need as an awarded BuyBoard vendor. On behalf of the Cooperative, we appreciate your interest in the Cooperative and we are looking forward to your participation in the program. If you have any questions, please contact Cooperative Procurement Staff at 800‐695‐2919 (select option “2”). Sincerely, Arturo Salinas Asst. Division Director, Cooperative Purchasing Texas Association of School Boards, Inc., Administrator for The Local Government Purchasing Cooperative Page 77 of 173 v.02.01.2021 July 29, 2021 Sent Via Email: anna.landa@imperialdade.com Anna Landa Gulf Coast Paper Company 1101 South Padre Island Dr. Corpus Christi, TX 78416 Welcome to BuyBoard! Re: Notice of National Purchasing Cooperative Award; Proposal Invitation No. 649-21 for Custodial Supplies and Equipment Congratulations, The National Purchasing Cooperative (National Cooperative) has awarded your company a BuyBoard® contract based on the above-referenced Proposal Invitation. The contract is effective for an initial one-year term of October 1, 2021 through September 30, 2022 and may be subject to two possible one-year renewals. Please refer to the Proposal Invitation for the contract documents, including the National Purchasing Cooperative Vendor Award Agreement and General Terms and Conditions of the Contract. To review the items your company has been awarded, please review Proposal Tabulation No. 649-21 at www.buyboard.com/vendor. Only items marked as awarded to your company are included in this contract award, and only those awarded items may be sold through the BuyBoard contract. All sales must comply with the contract terms and must be at or below the awarded pricing as set forth in the General Terms and Conditions. The contract will be posted on the BuyBoard website as an online electronic catalog(s). You are reminded that, in accordance with the General Terms and Conditions, all purchase orders from National Cooperative members must be processed through the BuyBoard. Except as expressly authorized in writing by the Cooperative’s administrator, you are not authorized to process a purchase order received directly from a National Cooperative member that has not been processed through the BuyBoard or provided to the Cooperative. If you receive a purchase order directly from a National Cooperative member that you have reason to believe has not been received by the National Cooperative or processed through the BuyBoard, you must promptly forward a copy of the purchase order by e-mail to info@buyboard.com A list of National Cooperative members is available on the buyboard.com website. The BuyBoard vendor relations staff will be contacting you to assist with resources available and provide any support you may need as an awarded BuyBoard vendor. On behalf of the National Cooperative, we are looking forward to your participation in the program. If you have any questions, please contact Cooperative Procurement Staff at 800-695-2919 (select option “2”). Sincerely, Arturo Salinas, Asst. Division Director, Cooperative Purchasing Texas Association of School Boards, Inc., Procurement Administrator for the National Purchasing Cooperative Page 78 of 173 Page 79 of 173 Page 80 of 173 Page 81 of 173 Page 82 of 173 Page 83 of 173 Page 84 of 173 Page 85 of 173 Page 86 of 173 Page 87 of 173 Page 88 of 173 Page 89 of 173 Page 90 of 173 Page 91 of 173 Page 92 of 173 Page 93 of 173 Page 94 of 173 Page 95 of 173 Form W-9 (Rev. October 2018) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification a Go to www.irs.gov/FormW9 for instructions and the latest information. Give Form to the requester. Do not send to the IRS. Pr i n t o r t y p e . Se e S p e c i f i c I n s t r u c t i o n s on p a g e 3 . 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. 2 Business name/disregarded entity name, if different from above 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the following seven boxes. Individual/sole proprietor or single-member LLC C Corporation S Corporation Partnership Trust/estate Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) a Note: Check the appropriate box in the line above for the tax classification of the single-member owner. Do not check LLC if the LLC is classified as a single-member LLC that is disregarded from the owner unless the owner of the LLC is another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single-member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner. Other (see instructions) a 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3): Exempt payee code (if any) Exemption from FATCA reporting code (if any) (Applies to accounts maintained outside the U.S.) 5 Address (number, street, and apt. or suite no.) See instructions. 6 City, state, and ZIP code Requester’s name and address (optional) 7 List account number(s) here (optional) Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. Social security number –– or Employer identification number – Part II Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Here Signature of U.S. person a Date a General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) GULF COAST PAPER COMPANY, INC. ✔ PO BOX 4227 VICTORIA, TX 77903 74 1533700 04/15/2021 Page 96 of 173 Page 97 of 173 Page 98 of 173 Page 99 of 173 Page 100 of 173 Gulf Coast Paper Company is an “Employee Owned Company” founded in 1965 with Corporate Headquarters in Victoria, Texas. Gulf Coast Paper Company is a major distributor of Janitorial, Packaging, Office Supplies, Laundry/Warewash, and MRO Equipment and Supplies. Today, seven distribution centers with nearly 300,000 square feet of warehouse space service customers across the state of Texas. Our distribution centers provide local customer service and our logistics team supported by our fleet of sixty trucks service our valued customers. We do not just sell products, our sales team and service specialist have the industry expertise and capabilities to develop a customized distribution program for you. The Gulf Coast Paper team has been providing cost saving solutions and industry expertise to customers in many markets segments that include Education & Government, Healthcare, Commercial Real Estate & Cleaning, Industrial & Manufacturing and the Hospitality & Recreation industries. Whether your needs are National, Regional or Local, Gulf Coast Paper Company is dedicated to providing the resources, capabilities and technology to deliver customized, value-added, cost saving solutions for your single or multi-location facilities. Gulf Coast Paper Company has been exceeding our customers’ expectations and delivering “Much More Than Paper” for over 50 years. Mission Statement Gulf Coast Paper Company is the premier distributor of facility supplies in Texas. Our employee owners have the knowledge and industry experience to provide our customers the products and solutions to drive down your total cost of doing business. As an “Employee Owned “company we believe that our highly trained and dedicated employees are our greatest asset. We build long lasting customer relationships by offering real value, integrity and the highest business ethics to our customers. We represent and partner with only the best National Brands in the country to guarantee consistent quality products and the latest industry innovations for our valued customers. Whether your needs are National, Regional or Local, Gulf Coast Paper Company is dedicated to providing the resources, capabilities and technology to deliver customized, value-added, cost saving solutions for your single or multi-location facilities. We are “Much More Than Paper”. Page 101 of 173 Page 102 of 173 Page 103 of 173 Page 104 of 173 Page 105 of 173 Page 106 of 173 Page 107 of 173 Page 108 of 173 Page 109 of 173 Gulf Coast Paper Company Information Address:1101 S.Padre Island Drive Corpus Christi, TX 78416 Phone:(361) 852-5252 Fax:(361) 852-1717 By submitting your response, you certify that you are authorized to represent and bind your company. Anna Landa alanda@gulfcoastpaper.com Signature Email Submitted at 4/22/2021 2:26:16 PM Requested Attachments BuyBoard Proposal Invitation No. 649-21 Custodial Supplies and Equipment Custodial Supplies and Equipment Proposal 649-21 Signed Forms.pdf REQUIRED - In PDF format, upload all proposal invitation documents available for download at vendor.buyboard.com including any additional pages, as necessary. (Please DO NOT password protect uploaded files.) Catalog/Pricelist Custodial Supplies and Equipment Proposal 649.21.xlsx REQUIRED - In PDF format, upload catalog/pricelist in proposal invitation instructions. File size must not exceed 100MB.(Please DO NOT password protect uploaded files.) Detailed Information and Exceptions Related to Discount and/or Hourly Labor Rate No response In PDF format, define the services that are proposed to be provided and attach detailed information including exceptions to pricing or discount percentage, NOTE: IF DETAILED INFORMATION IS NOT SUBMITTED, PROPOSAL MAY NOT BE CONSIDERED. (Please DO NOT password protect uploaded files.) Company Profile GULF COAST PAPER PROFILE.docx Information on awarded Cooperative Contracts is available to Cooperative Members on the BuyBoard website. If your company is awarded a Contract under this Proposal Invitation, please provide a brief company description that you would like to have included with your company profile on the BuyBoard website. Submit your company profile in a separate file, in Word format, with your Proposal. (Note: Vendor is solely responsible for any content provided for inclusion on the BuyBoard website. The Cooperative reserves the right to exclude or remove any content in its sole discretion, with or without prior notice, including but not limited to any content deemed by the Cooperative to be inappropriate, irrelevant to the Contract, inaccurate, or misleading.) Exemption Letter No response Vendors that do not offer any of the evaluation and/or alternate items shall submit a written letter providing explanation requesting exemption from this requirement and identify its specialty product line(s) (vacuum equipment only, paper products only, etc.). IRS Form W-9 Request for Taxpayer Identification Number and Certification W-9 4_15_2021.pdf REQUIRED - In PDF format, upload W-9 form. (Please DO NOT password protect uploaded files.) Bid Lines Page 3 of 15 pages Vendor: Gulf Coast Paper Company 649-21 Addendum 1Page 110 of 173 1 Section I: Equipment, Products, and Supplies - Discount (%) off catalog/pricelist for Custodial Paper Products and Dispensers (Roll towels, multi-fold towels, tissue, similar related products). Total:40% Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: Vendor's must list one specific percentage discount for each Manufacturer listed. Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate." Item Attributes 1.State Name of Catalog/Pricelist GULF COAST PAPER CATALOG 2 Section I: Equipment, Products, and Supplies - Discount (%) off catalog/pricelist for Custodial Chemicals. Catalog/Pricelist MUST be submitted or proposal will not be considered. Total:50% Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: Vendor's must list one specific percentage discount for each Manufacturer listed. Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate". Item Attributes 1.State Name of Catalog/Pricelist GULF COAST PAPER CATALOG Page 4 of 15 pages Vendor: Gulf Coast Paper Company 649-21 Addendum 1Page 111 of 173 3 Section I: Equipment, Products, and Supplies - Discount (%) off catalog/pricelist for Custodial Cleaning Supplies. Catalog/Pricelist MUST be submitted or proposal will not be considered. Total:50% Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: Vendor's must list one specific percentage discount for each Manufacturer listed. Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate". Item Attributes 1.State Name of Catalog/Pricelist GULF COAST PAPER CATALOG 4 Section I: Equipment, Products, and Supplies- Discount (%) off catalog/pricelist for Custodial Chemical Dispensing Systems. Catalog/Pricelist MUST be submitted or proposal will not be considered. Total:50% Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: Vendor's must list one specific percentage discount for each Manufacturer listed. Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate". Item Attributes 1.State Name of Catalog/Pricelist GULF COAST PAPER CATALOG Page 5 of 15 pages Vendor: Gulf Coast Paper Company 649-21 Addendum 1Page 112 of 173 5 Section I: Equipment, Products, and Supplies - Discount (%) off catalog/pricelist for Floor Maintenance and Custodial Equipment. Catalog/Pricelist MUST be submitted or proposal will not be considered. Total:50% Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: Vendor's must list one specific percentage discount for each Manufacturer listed. Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate". Item Attributes 1.State Name of Catalog/Pricelist GULF COAST PAPER CATALOG 6 Section I: Equipment, Products, and Supplies - Discount (%) off catalog/pricelist for Soap and Skincare Products. Catalog/Pricelist MUST be submitted or proposal will not be considered. Total:50% Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: Vendor's must list one specific percentage discount for each Manufacturer listed. Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate". Item Attributes 1.State Name of Catalog/Pricelist GULF COAST PAPER CATALOG Page 6 of 15 pages Vendor: Gulf Coast Paper Company 649-21 Addendum 1Page 113 of 173 7 Section I: Equipment, Products, and Supplies - Discount (%) off catalog/pricelist for Trash Receptacles. Catalog/Pricelist MUST be submitted or proposal will not be considered. Total:50% Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: Vendor's must list one specific percentage discount for each Manufacturer listed. Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate". Item Attributes 1.State Name of Catalog/Pricelist GULF COAST PAPER CATALOG 8 Section I: Equipment, Products, and Supplies - Discount (%) off catalog/pricelist for Can Liners. Catalog/Pricelist MUST be submitted or proposal will not be considered. Total:40% Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: Vendor's must list one specific percentage discount for each Manufacturer listed. Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate". Item Attributes 1.State Name of Catalog/Pricelist GULF COAST PAPER CATALOG Page 7 of 15 pages Vendor: Gulf Coast Paper Company 649-21 Addendum 1Page 114 of 173 9 Section I: Equipment, Products, and Supplies - Discount (%) off catalog/pricelist for Disposable Food Service and Breakroom Supplies. Catalog/Pricelist MUST be submitted or proposal will not be considered. Total:40% Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: Vendor's must list one specific percentage discount for each Manufacturer listed. Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate". Item Attributes 1.State Name of Catalog/Pricelist GULF COAST PAPER CATALOG 1 0 Section I: Equipment, Products, and Supplies - Discount (%) off catalog/pricelist for Custodial Safety Products. Catalog/Pricelist MUST be submitted or proposal will not be considered. Total:50% Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: Vendor's must list one specific percentage discount for each Manufacturer listed. Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate". Item Attributes 1.State Name of Catalog/Pricelist GULF COAST PAPER CATALOG Page 8 of 15 pages Vendor: Gulf Coast Paper Company 649-21 Addendum 1Page 115 of 173 1 1 Section I: Equipment, Products, and Supplies - Discount (%) off catalog/pricelist for Floor Mats. Catalog/Pricelist MUST be submitted or proposal will not be considered. Total:50% Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: Vendor's must list one specific percentage discount for each Manufacturer listed. Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate". Item Attributes 1.State Name of Catalog/Pricelist GULF COAST PAPER CATALOG 1 2 Section I: Equipment, Products, and Supplies - Discount (%) off catalog/pricelist for Repair Parts for Floor Maintenance and Custodial Equipment. Catalog/Pricelist MUST be submitted or proposal will not be considered. Total:50% Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: Vendor's must list one specific percentage discount for each Manufacturer listed. Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate". Item Attributes 1.State Name of Catalog/Pricelist GULF COAST PAPER CATALOG Page 9 of 15 pages Vendor: Gulf Coast Paper Company 649-21 Addendum 1Page 116 of 173 1 3 Section I: Equipment, Products, and Supplies - Discount (%) off catalog/pricelist for All Other Custodial Products. Catalog/Pricelist MUST be submitted or proposal will not be considered. Total:50% Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: Vendor's must list one specific percentage discount for each Manufacturer listed. Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate". Item Attributes 1.State Name of Catalog/Pricelist GULF COAST PAPER CATALOG 1 4 Section II: Installation and Repair Service - Hourly Labor Rate for Installation/Repair Service of Custodial Equipment and Products - Not to Exceed hourly labor rate for Installation/Repair Service of Equipment and Products. Quantity:1 UOM:Hour Price:$85.00 Total:$85.00 1 5 Section III: Evaluation Items - Specified Brand: Ajax; Full Description and Unit of Measure: Oxygen Bleach Cleansing Powder, abrasive type scouring cleaner, 30/21 oz. cans per case, CASE PRICE. Unit Price:$62.78 Total:$62.78 Item Notes: THE EVALUATION ITEMS MUST BE COMPLETED FOR EITHER THE AS SPECIFIED AND/OR AN ALTERNATE PRODUCT. All 11 items in this section must be completed with the Proposal Specifications for the Proposal to be considered. Equal alternates may be submitted only if Vendor does not sell the specific product listed. The information provided will only be used for purposes of assisting in the evaluation of Vendors' price competitiveness. These items will not be individually awarded. Vendors that do not offer any of the evaluation and/or alternate items shall submit a written letter providing explanation requesting exemption from this requirement and identify its specialty product line(s) (vacuum equipment only, paper products only, etc.). The Cooperative may determine, in its sole discretion, whether or not to exempt Vendor from this requirement based on all information provided with the Proposal. Item Attributes 1.Specified Brand AJAX36 Page 10 of 15 pages Vendor: Gulf Coast Paper Company 649-21 Addendum 1Page 117 of 173 1 6 Section III: Evaluation Items - Specified Brand: Johnson Wax; Full Description and Unit of Measure: Furniture Polish, lemon scented, 12 - 15 oz. Containers per case, CASE PRICE. Unit Price:$46.65 Total:$46.65 Item Notes: THE EVALUATION ITEMS MUST BE COMPLETED FOR EITHER THE AS SPECIFIED AND/OR AN ALTERNATE PRODUCT. All 11 items in this section must be completed with the Proposal Specifications for the Proposal to be considered. Equal alternates may be submitted only if Vendor does not sell the specific product listed. The information provided will only be used for purposes of assisting in the evaluation of Vendors' price competitiveness. These items will not be individually awarded. Vendors that do not offer any of the evaluation and/or alternate items shall submit a written letter providing explanation requesting exemption from this requirement and identify its specialty product line(s) (vacuum equipment only, paper products only, etc.). The Cooperative may determine, in its sole discretion, whether or not to exempt Vendor from this requirement based on all information provided with the Proposal. Item Attributes 1.Specified Brand LSHINEAERO 2.Attribute deleted as part of an Addendum 1 7 Section III: Evaluation Items - Specified Brand: Rubbermaid; Full Description and Unit of Measure: Plastic Broom, 1 dozen per carton, UNIT PRICE. Unit Price:$35.52 Total:$35.52 Item Notes: THE EVALUATION ITEMS MUST BE COMPLETED FOR EITHER THE AS SPECIFIED AND/OR AN ALTERNATE PRODUCT. All 11 items in this section must be completed with the Proposal Specifications for the Proposal to be considered. Equal alternates may be submitted only if Vendor does not sell the specific product listed. The information provided will only be used for purposes of assisting in the evaluation of Vendors' price competitiveness. These items will not be individually awarded. Vendors that do not offer any of the evaluation and/or alternate items shall submit a written letter providing explanation requesting exemption from this requirement and identify its specialty product line(s) (vacuum equipment only, paper products only, etc.). The Cooperative may determine, in its sole discretion, whether or not to exempt Vendor from this requirement based on all information provided with the Proposal. Item Attributes 1.Specified Brand 6375 Page 11 of 15 pages Vendor: Gulf Coast Paper Company 649-21 Addendum 1Page 118 of 173 1 8 Section III: Evaluation Items - Specified Brand: Rubbermaid; Full Description and Unit of Measure: Dust Pan, lobby-type, strong aluminum long handle that swings freely or snap-locks into upright position, UNIT PRICE. Unit Price:$9.88 Total:$9.88 Item Notes: THE EVALUATION ITEMS MUST BE COMPLETED FOR EITHER THE AS SPECIFIED AND/OR AN ALTERNATE PRODUCT. All 11 items in this section must be completed with the Proposal Specifications for the Proposal to be considered. Equal alternates may be submitted only if Vendor does not sell the specific product listed. The information provided will only be used for purposes of assisting in the evaluation of Vendors' price competitiveness. These items will not be individually awarded. Vendors that do not offer any of the evaluation and/or alternate items shall submit a written letter providing explanation requesting exemption from this requirement and identify its specialty product line(s) (vacuum equipment only, paper products only, etc.). The Cooperative may determine, in its sole discretion, whether or not to exempt Vendor from this requirement based on all information provided with the Proposal. Item Attributes 1.Specified Brand 2531 1 9 Section III: Evaluation Items - Specified Brand: Wilen; Full Description and Unit of Measure: Wet Mop Head, medium, 20 oz., 4 ply, rayon and synthetic blend yarn, quick dry to resist mildew and bacteria growth, pre-shrunk looped end with tailband, 5" wide head band, blue color yarn, and headband labeled, DOZEN PRICE. Unit Price:$70.80 Total:$70.80 Item Notes: THE EVALUATION ITEMS MUST BE COMPLETED FOR EITHER THE AS SPECIFIED AND/OR AN ALTERNATE PRODUCT. All 11 items in this section must be completed with the Proposal Specifications for the Proposal to be considered. Equal alternates may be submitted only if Vendor does not sell the specific product listed. The information provided will only be used for purposes of assisting in the evaluation of Vendors' price competitiveness. These items will not be individually awarded. Vendors that do not offer any of the evaluation and/or alternate items shall submit a written letter providing explanation requesting exemption from this requirement and identify its specialty product line(s) (vacuum equipment only, paper products only, etc.). The Cooperative may determine, in its sole discretion, whether or not to exempt Vendor from this requirement based on all information provided with the Proposal. Item Attributes 1.Specified Brand 3041 Page 12 of 15 pages Vendor: Gulf Coast Paper Company 649-21 Addendum 1Page 119 of 173 2 0 Section III: Evaluation Items - Specified Brand: Rubbermaid; Full Description and Unit of Measure: Mop Bucket, heavy duty, 26-quart, plastic yellow mop bucket on 3" casters, UNIT PRICE. Unit Price:$77.88 Total:$77.88 Item Notes: THE EVALUATION ITEMS MUST BE COMPLETED FOR EITHER THE AS SPECIFIED AND/OR AN ALTERNATE PRODUCT. All 11 items in this section must be completed with the Proposal Specifications for the Proposal to be considered. Equal alternates may be submitted only if Vendor does not sell the specific product listed. The information provided will only be used for purposes of assisting in the evaluation of Vendors' price competitiveness. These items will not be individually awarded. Vendors that do not offer any of the evaluation and/or alternate items shall submit a written letter providing explanation requesting exemption from this requirement and identify its specialty product line(s) (vacuum equipment only, paper products only, etc.). The Cooperative may determine, in its sole discretion, whether or not to exempt Vendor from this requirement based on all information provided with the Proposal. Item Attributes 1.Specified Brand 7570 2 1 Section III: Evaluation Items - Specified Brand: Rubbermaid; Full Description and Unit of Measure: Mop Wringer, plastic, down-press, to fit 16-24 oz. mops, UNIT PRICE. Unit Price:$127.95 Total:$127.95 Item Notes: THE EVALUATION ITEMS MUST BE COMPLETED FOR EITHER THE AS SPECIFIED AND/OR AN ALTERNATE PRODUCT. All 11 items in this section must be completed with the Proposal Specifications for the Proposal to be considered. Equal alternates may be submitted only if Vendor does not sell the specific product listed. The information provided will only be used for purposes of assisting in the evaluation of Vendors' price competitiveness. These items will not be individually awarded. Vendors that do not offer any of the evaluation and/or alternate items shall submit a written letter providing explanation requesting exemption from this requirement and identify its specialty product line(s) (vacuum equipment only, paper products only, etc.). The Cooperative may determine, in its sole discretion, whether or not to exempt Vendor from this requirement based on all information provided with the Proposal. Item Attributes 1.Specified Brand 7575 Page 13 of 15 pages Vendor: Gulf Coast Paper Company 649-21 Addendum 1Page 120 of 173 2 2 Section III: Evaluation Items - Specified Brand: Continental; Full Description and Unit of Measure: Wet Floor Sign, yellow, lettered multilingual, UNIT PRICE. Unit Price:$8.32 Total:$8.32 Item Notes: THE EVALUATION ITEMS MUST BE COMPLETED FOR EITHER THE AS SPECIFIED AND/OR AN ALTERNATE PRODUCT. All 11 items in this section must be completed with the Proposal Specifications for the Proposal to be considered. Equal alternates may be submitted only if Vendor does not sell the specific product listed. The information provided will only be used for purposes of assisting in the evaluation of Vendors' price competitiveness. These items will not be individually awarded. Vendors that do not offer any of the evaluation and/or alternate items shall submit a written letter providing explanation requesting exemption from this requirement and identify its specialty product line(s) (vacuum equipment only, paper products only, etc.). The Cooperative may determine, in its sole discretion, whether or not to exempt Vendor from this requirement based on all information provided with the Proposal. Item Attributes 1.Specified Brand 6112 2 3 Section III: Evaluation Items - Specified Brand: Spartan; Full Description and Unit of Measure: Porcelain Bowl Cleaner, non- acid, 12 - 32 oz. containers per case, CASE PRICE. Unit Price:$28.73 Total:$28.73 Item Notes: THE EVALUATION ITEMS MUST BE COMPLETED FOR EITHER THE AS SPECIFIED AND/OR AN ALTERNATE PRODUCT. All 11 items in this section must be completed with the Proposal Specifications for the Proposal to be considered. Equal alternates may be submitted only if Vendor does not sell the specific product listed. The information provided will only be used for purposes of assisting in the evaluation of Vendors' price competitiveness. These items will not be individually awarded. Vendors that do not offer any of the evaluation and/or alternate items shall submit a written letter providing explanation requesting exemption from this requirement and identify its specialty product line(s) (vacuum equipment only, paper products only, etc.). The Cooperative may determine, in its sole discretion, whether or not to exempt Vendor from this requirement based on all information provided with the Proposal. Item Attributes 1.Specified Brand SPARCLING Page 14 of 15 pages Vendor: Gulf Coast Paper Company 649-21 Addendum 1Page 121 of 173 2 4 Section III: Evaluation Items - Specified Brand: Johnson Wax; Full Description and Unit of Measure: Glass Cleaner, 4 - 1- gallon containers per case, CASE PRICE. Unit Price:$25.59 Total:$25.59 Item Notes: THE EVALUATION ITEMS MUST BE COMPLETED FOR EITHER THE AS SPECIFIED AND/OR AN ALTERNATE PRODUCT. All 11 items in this section must be completed with the Proposal Specifications for the Proposal to be considered. Equal alternates may be submitted only if Vendor does not sell the specific product listed. The information provided will only be used for purposes of assisting in the evaluation of Vendors' price competitiveness. These items will not be individually awarded. Vendors that do not offer any of the evaluation and/or alternate items shall submit a written letter providing explanation requesting exemption from this requirement and identify its specialty product line(s) (vacuum equipment only, paper products only, etc.). The Cooperative may determine, in its sole discretion, whether or not to exempt Vendor from this requirement based on all information provided with the Proposal. Item Attributes 1.Specified Brand GLASSCLN1 2 5 Section III: Evaluation Items - Specified Brand: ABC; Full Description and Unit of Measure: Gum Remover, aerosol, 12 oz., 12/case, CASE PRICE. Unit Price:$52.38 Total:$52.38 Item Notes: THE EVALUATION ITEMS MUST BE COMPLETED FOR EITHER THE AS SPECIFIED AND/OR AN ALTERNATE PRODUCT. All 11 items in this section must be completed with the Proposal Specifications for the Proposal to be considered. Equal alternates may be submitted only if Vendor does not sell the specific product listed. The information provided will only be used for purposes of assisting in the evaluation of Vendors' price competitiveness. These items will not be individually awarded. Vendors that do not offer any of the evaluation and/or alternate items shall submit a written letter providing explanation requesting exemption from this requirement and identify its specialty product line(s) (vacuum equipment only, paper products only, etc.). The Cooperative may determine, in its sole discretion, whether or not to exempt Vendor from this requirement based on all information provided with the Proposal. Item Attributes 1.Specified Brand SGUM Response Total: $631.48 Page 15 of 15 pages Vendor: Gulf Coast Paper Company 649-21 Addendum 1Page 122 of 173 City of Georgetown, Texas Government and Finance Advisory Board October 27, 2021 S UB J E C T: C onsideration and pos s ible ac tion to rec ommend to approve the purchas e of two (2) P ierc e F ire Engines from S iddons -Martin Emergency G roup through the Buy-Board C ontract #651-21 for a c os t not to exc eed $1,896,440.00. –John S ullivan, F ire C hief IT E M S UMMARY: T hes e apparatuses will be purchas ed through c ooperative purchas ing agreement. T hey have been included in the 2021/22 Annual Budget as part of the F leet R eplacement I S F. T he new apparatus will replac e our 2010 and 2011 P ierce Engines. Delivery time projec ted on this apparatus is twelve (12) to fourteen (14) months . F IN AN C IAL IMPAC T: F unding is allocated in the F Y22 F leet R eplac ement I S F Budget. 100-C C 0020-F ire Trucks S UB MIT T E D B Y: S haron P arker AT TAC H ME N T S: Description Type Proposal for 2022 Georgetown Pumpers Backup Material Buyboard contract pricing Backup Material Page 123 of 173 Proposal 2022 Georgetown Pumpers Page 1 of 2 October 6, 2021 Siddons Martin Emergency Group, LLC 3500 Shelby Lane Denton, TX 76207 GDN P115891 TXDOT MVD No. A115890 October 6, 2021 Clay Shell, Assistant Chief GEORGETOWN FIRE DEPARTMENT 3500 D B WOOD RD GEORGETOWN, TX 78628 Proposal For: 2022 Georgetown Pumpers Siddons-Martin Emergency Group, LLC is pleased to provide the following proposal to GEORGETOWN FIRE DEPARTMENT. Unit will comply with all specifications attached and made a part of this proposal. Total price includes delivery FOB GEORGETOWN FIRE DEPARTMENT and training on operation and use of the apparatus. Description Amount Qty. 2 - 731 - Pierce-Custom Velocity Pumper, 2nd Gen (Unit Price - $978,902.00) Delivery within 15-16 months of order date QUOTE # - SMEG-0002730-1 Vehicle Price $1,957,804.00 Multi Truck Discount ($10,000.00) Full Prepay Discount ($52,864.00) 731 - UNIT TOTAL $1,894,940.00 SUB TOTAL $1,894,940.00 BuyBoard 651-21 $1,500.00 TOTAL $1,896,440.00 Price guaranteed for 60 days Taxes: Tax is not included in this proposal. In the event that the purchasing organization is not exempt from sales tax or any other applicable taxes and/or the proposed apparatus does not qualify for exempt status, it is the duty of the purchasing organization to pay any and all taxes due. Balance of sale price is due upon acceptance of the apparatus at the factory. Late Fee: A late fee of .033% of the sale price will be charged per day for overdue payments beginning ten (10) days after the payment is due for the first 30 days. The late fee increases to .044% per day until the payment is received. In the event a prepayment is received after the due date, the discount will be reduced by the same percentages above increasing the cost of the apparatus. Page 124 of 173 Proposal 2022 Georgetown Pumpers Page 2 of 2 October 6, 2021 Cancellation: In the event this proposal is accepted and a purchase order is issued then cancelled or terminated by Customer before completion, Siddons-Martin Emergency Group may charge a cancellation fee. The following charge schedule based on costs incurred may be applied: (A) 10% of the Purchase Price after order is accepted and entered by Manufacturer; (B) 20% of the Purchase Price after completion of the approval drawings; (C) 30% of the Purchase Price upon any material requisition. The cancellation fee will increase accordingly as costs are incurred as the order progresses through engineering and into manufacturing. Siddons-Martin Emergency Group endeavors to mitigate any such costs through the sale of such product to another purchaser; however, the customer shall remain liable for the difference between the purchase price and, if applicable, the sale price obtained by Siddons-Martin Emergency Group upon sale of the product to another purchaser, plus any costs incurred by Siddons-Martin to conduct such sale. Acceptance: In an effort to ensure the above stated terms and conditions are understood and adhered to, Siddons-Martin Emergency Group, LLC requires an authorized individual from the purchasing organization sign and date this proposal and include it with any purchase order. Upon signing of this proposal, the terms and conditions stated herein will be considered binding and accepted by the Customer. The terms and acceptance of this proposal will be governed by the laws of the state of Texas. No additional terms or conditions will be binding upon Siddons-Martin Emergency Group, LLC unless agreed to in writing and signed by a duly authorized officer of Siddons-Martin Emergency Group, LLC. Sincerely, Travis Walden I, _____________________________, the authorized representative of GEORGETOWN FIRE DEPARTMENT, agree to purchase the proposed and agree to the terms of this proposal and the specifications attached hereto. __________________________________________________________ Signature & Date Page 125 of 173 Buy Board Contract 651-21 Contract No.:651-21 Date:10/7/2021 Agency:Contractor: Contact:Prepared: Phone:Phone: Fax:Fax: Email:Email: Prod. Code:10 Description: 661,389.00$ Cost Cost 291,830.00$ Subtotal B: 291,830.00$ 953,219.00$ Cost Cost 50,349.00$ Subtotal C: 50,349.00$ 5% Cost Cost Subtotal D: -$ 1,003,568.00$ 2 1003568 =Subtotal E: 2,007,136.00$ Subtotal F: 1,500.00$ Cost Cost (52,864.00)$ (49,332.00)$ (10,000.00)$ (62,864.00)$ (49,332.00)$ Subtotal G: (112,196.00)$ 1,896,440.00$ F. Buy Board Fee Calculation (From Current Fee Tables) E. Total Cost Before Any Applicable Trade-In / Other Allowances / Discounts (A+B+C+D) Check: Total cost of Unpublished Options (C) cannot exceed 25% of the total of the Base Unit Price plus Published Options (A+B). H. Total Purchase Price (E+F+G): Delivery Date: 13 - 15 Months ARO Subtotal From Additional Sheet(s): Quantity Ordered: CONTRACT PRICING WORKSHEET for motor vehicles only Velocity Pumper A. Product Item Base Unit Price Per Contractor's Buy Board Contract: N/A City of Georgetown Asst. Chief Clay Shell 512-930-3473 clay.shell@georgetown.org Siddons-Martin Emergency Group Description Description Subtotal From Additional Sheet(s): C. Unpublished Options - Itemize below / attach additional sheet(s) if necessary. Total Published Options X Subtotal of A + B + C + D: D. Other Cost Items Not Itemized Above (e.g. Installation, Freight, Delivery, Etc.) Description Description Subtotal of column Subtotal of Column Description Description Multi-Unit Discount 100% Pre-Payment Discount Contract Discount Jeff Doran 281-442-6806 Description Description B. Published Options - Itemize below - Attach additional sheet(s) if necessary - Include Option Code in description if applicable. jdoran@siddons-martin.com Page 126 of 173 Option Published Unpublished Number Qty Description Options Options 105 1 upgrade to 22,800# front axle $13,038.00 108 (1)upgrade to 31,000# rear -$16,213.00 124 (1)Custom Aluminum Wheels, front -$2,982.00 125 (1)Credit Aluminum Wheels, Rear Single Axle -$4,303.00 130 1 Mud Flaps $656.00 144 1 12 or 120 volt air compressor $1,711.00 145 1 Brake fittings compression type $1,929.00 151 1 Cummins L9 450hp to Cummins X12 500 HP $27,234.00 152 (1)Cummins 450 to Paccar MX13 510 -$21,678.00 153 1 Cummins X12 to X15 $15,072.00 156 1 Remote Mount oil/fuel filters $2,768.00 166 1 Aggressive Down shift $152.00 169 1 Magnetic Grabber $933.00 180 1 110 Volt cab A/C $2,767.00 191 1 Linex Bumper Coating $641.00 199 (1)Raised roof, custom cab -$2,120.00 204 1 Mounting plate on engine tunnel $487.00 207 9 Electric Door locks $11,574.00 214 4 Valor/Bostrom Officer SCBA $6,820.00 221 2 EMS Compartment in Cab $6,158.00 222 2 EMS Compartment w outside access (each)$6,940.00 224 4 Handrail with LED Lighting per 2 $2,196.00 225 1 Cab Windows Factory Tint $361.00 238 5 Spare 12 volt power (each)$825.00 241 1 Radio with Weatherband $1,538.00 247 1 Install Customer Provided Modem $595.00 253 1 install Customer radio $1,003.00 263 1 Intercom System (BASIC)$2,652.00 268 4 Intercom Headset - wireless $3,780.00 270 1 Camera System Rear only $1,504.00 290 1 Auto-eject 30 amp $1,297.00 292 1 Transfer switch $731.00 305 4 12 volt LED Scene - A $3,596.00 314 2 12 volt LED Flood Recessed or surface (per light) A $4,568.00 321 1 Hose Bed Cover, Aluminum $7,638.00 325 5 Additional Hosebed Divider $2,830.00 326 1 NY Hose Bed $3,047.00 327 1 Upgrade NY Style Tank $2,524.00 328 1 Tail Board Upgrade Package $2,164.00 350 (2)Catwalk-Hatch Compartment, Each -$6,408.00 376 4 Adjustable Comp. shelves $848.00 382 1 Adjustable slide-out tray $335.00 389 7 Slide-out floor tray $5,859.00 392 1 Swing-out tool board $1,214.00 397 2 Tool board with peg $1,938.00 401 2 Peg Board in compartment $1,068.00 408 1 SCBA Cylinder storage in fender panel single (each)$739.00 409 (4)SCBA Cylinder storage in fender panel double (each)-$4,760.00 410 2 SCBA Cylinder storage in fender panel triple (each)$2,834.00 412 3 Extinguisher Compartment $2,589.00 422 1 add pump anodes (pair)$374.00 423 1 Add Mechanical Seal to Pump $936.00 431 2 2.5" Discharge $5,084.00 436 1 2.5" Discharge front bumper $2,967.00 444 1 Extenda-gun $6,742.00 451 1 Add Hinged-Type Aluminum Cover to Crosslay (per set of 2)$781.00 455 1 Hose Reel, above pump w/ 150' Hose $3,906.00 468 1 Pierce Husky 12 Single Agent $19,406.00 476 1 Foam Cell 30 Gallons $1,881.00 487 1 Tank Level LED Group $1,239.00 506 1 LED Emergency Lighting C $14,100.00 524 1 Quic-Ladder Access Ladder $2,264.00 526 1 Additional Speaker $700.00 532 1 Chrome Bell with manual pull string $3,120.00 542 1 Traffic Directing light bar "B"$3,614.00 552 1 Hydraulic 6 KW $20,294.00 573 1 Light Tower (B)$14,672.00 581 2 Electrical Receptacle duplex (per each) 15 or 20 amp $748.00 631 1 Two-tone cab paint $1,687.00 Page 127 of 173 648 2 Graphics Upgraded 4 $17,358.00 649 5 Extended Chassis Warranty (per year)$26,280.00 650 5 Extended Body Warranty (per year)$37,085.00 716 1 Deck Gun with Tips, Manual $5,015.00 724 6 Each Portable Hand Light w/ Mounting Brackets $888.00 1360 2 Valve, Akron 7980, 6"x 5"Storz, Piston Intakes $2,618.00 1361 4 Charger, Motorola APX Portable $1,888.00 1362 1 BK Kustomz Poly Package for Georgetown FD $6,000.00 1363 1 Radio, Motorola APX 7500, Georgetown 2017 Units $7,500.00 3634 2 Tray, Hose, Running Board, Soft Suction Hose, 25' of 5.00"$1,198.00 10458 2 Platform, Slide Out, 500 lb Capacity, w/Morton Cass $3,593.00 19845 6 Guard, Drip Pan, S/S, Rollup Door $966.00 27844 1 Fluid, 4000 Series Trans, Allison Approved TES-295 Synthetic, IPOS, Custom $557.00 35500 1 Raised Pump House Structure, Side Control $892.00 41289 1 Notch, Poly Tank, Hose, Hydraulic Lines or Wiring $356.00 60016 1 Credit Heavy Duty Rescue to Long Pumper Body -$4,993.00 72188 1 Mirror, Down View, Passenger Side for Driver, 8" Round $507.00 512420 1 Key Pad, Electric Door locks, DS & PS, Imp/Vel $525.00 537994 1 Mirror, Down View, Driver Side for Passenger, 8" Round $507.00 559503 4 Install Customer Provided Portable Radio Charger(s)$551.00 566101 1 Recess, Dash Panel, Officer Side $591.00 602762 1 Flap, Rear of Alum Hose Bed Cover, Vinyl, Rollup w/Handhold $1,338.00 635329 1 Modified Poly Tank & Cradle, Ext'd To Rear, Pumper $1,361.00 636428 1 Motion Device for Gamber Johnson Computer Docking Station, 9" Locking Slide Arm $427.00 637794 1 Tray, (1) Hose Left Side of Bumper, Special Capacity $533.00 638569 1 Shelves, Fixed, 500 lb Capacity, Full Width/Depth, Painted Spatter Gray $349.00 660232 1 Drain, Remote Air Tank, Single Valve, All tanks, Location $558.00 677382 1 Guard, Brush, Painted, For Coleman A/C Unit, Cab Roof $708.00 691144 5 Warranty, 2010 Engine, Cummins ISX, 5 Years Std + 5 years Major Comp, WA0192 $2,541.00 697689 1 Steps, Stirrup, Formed w/Grip Strut, Cab & Crew Cab Doors $1,379.00 723059 1 Tray, Right, Above Air Horns, 2.00" Lip $601.00 725371 1 Backboard Storage, Compt w/Door, Over Pump $1,597.00 747941 1 Eng Compt, Trans, 24" Wide, 71.25" Ext Height, Full Width, Rollup Door $8,461.00 749728 1 Deadlay(s), Above Engineering Compartment, Special Cap.$1,518.00 760587 1 Cover, 2" Raised Alum Treadplate, Rubber Latches, Full Width Over Bumper $778.00 762447 2 Lights, Walk Surf, Amdor AY-LB-12HW0** LED/Cargo, FRP Flood/Top Frt, ILOS $556.00 770851 1 Mounting Provisions, Top of Tank Only, Foam System $617.00 771515 1 Hose Restraint, X-lay/Speedlay/Deadlay, Vinyl, Velcro, Seat Belt, Release Strap $434.00 780529 1 Antenna, Panorama, Tiger Sharkee, Cell/GPS/Dual Band $1,186.00 785102 1 Steps, Folding, Front of Body, Cargo Bed Access, w/LED, Trident $993.00 796216 2 Floor Extension, Compartment, 1.00" Downturned Lip $703.00 897814 1 Window Protector Bars, Knurled, Crew Doors, 2" Above Window Sill Plate, RF Short $455.00 Base Bid 661,389.00$ Published Options 291,830.00$ Total with Published Options 953,219.00$ Unpublished Options 50,349.00$ 5.28% Total Options including Fee 1,003,568.00$ Page 128 of 173 City of Georgetown, Texas Government and Finance Advisory Board October 27, 2021 S UB J E C T: C onsideration and pos s ible ac tion to rec ommend to approve the purchas e of S tryker P ower Load S ys tem from S tryker C orporation for a total c os t not to exceed $62,000.00 - John S ullivan, F ire C hief IT E M S UMMARY: C urrently the F ire Department has two new ambulanc es on order with F razer, LT D. T his purchas e is for the S tryker power load s ystem and maintenanc e agreement for thes e units . All our T RVs c urrently us e S tryker equipment. S taff recommends purchas ing this s ystem to ens ure we maintain a high level of continuity and protec tion for patients and firefighter paramedics. A s ole source letter for this sys tem is also inc luded. F IN AN C IAL IMPAC T: F unding is allocated in F Y2022 budget. 262-C C 0422-Maintenance-F ire Equipment 100-C C 0402-Equipment-F ire S UB MIT T E D B Y: S haron P arker AT TAC H ME N T S: Description Type Stryker Quote Backup Material Stryker Sole Source Letter Backup Material Page 129 of 173 Quote Summary Delivery Address End User - Shipping - Billing Bill To Account Name: FRAZER, LTD Name: GEORGETOWN CENTRALRECEIVING WAREHOUSE Name: GEORGETOWN FIRE DEPT Account #: 1273495 Account #: 1273495 Account #: 1273493 Address: 7227A RAMPART STATTN: FOR GEORGETOWNFIRE DEPT UNITS Address: 300 INDUSTRIAL AVE STE 1 Address: PO BOX 409 HOUSTON GEORGETOWN GEORGETOWN Texas 77081 Texas 78626 Texas 78627 Equipment Products: # Product Description Qty Sell Price Total 1.0 639005550001 MTS POWER LOAD 2 $23,200.34 $46,400.68 Equipment Total: $46,400.68 ProCare Products: # Product Description Years Qty Sell Price Total 2.1 76011PT ProCare Power-LOAD Prevent Service: Annual onsitepreventive maintenance inspection and unlimitedrepairs including parts, labor and travel with batterycoverage for MTS POWER LOAD 6 2 $7,789.50 $15,579.00 ProCare Total: $15,579.00 Price Totals: Grand Total: $61,979.68 Comments/Terms/Signatures Comments: Prices: In effect for 90 days Terms: Net 30 Days PowerLOADs Quote Number: 10358845 Remit to: Stryker Medical P.O. Box 93308 Version: 1 Chicago, IL 60673-3308 Prepared For: GEORGETOWN CENTRAL RECEIVING WAREHOUSE Rep: Jordan Costello Attn: Gina Smith Email: jordan.costello@stryker.com gina.smith@georgetown.org Phone Number: (512) 930-3698 Mobile: 512-673-0636 Quote Date: 10/19/2021 Expiration Date: 12/31/2021 1 Stryker Medical - Accounts Receivable - accountsreceivable@stryker.com - PO BOX 93308 - Chicago, IL 60673-3308Page 130 of 173 Contact your local Sales Representative for more information about our flexible payment options. PowerLOADs Quote Number: 10358845 Remit to: Stryker Medical P.O. Box 93308 Version: 1 Chicago, IL 60673-3308 Prepared For: GEORGETOWN CENTRAL RECEIVING WAREHOUSE Rep: Jordan Costello Attn: Gina Smith Email: jordan.costello@stryker.com gina.smith@georgetown.org Phone Number: (512) 930-3698 Mobile: 512-673-0636 Quote Date: 10/19/2021 Expiration Date: 12/31/2021 2 Stryker Medical - Accounts Receivable - accountsreceivable@stryker.com - PO BOX 93308 - Chicago, IL 60673-3308Page 131 of 173 Capital Terms and Conditions: Deal Consummation: This is a quote and not a commitment. This quote is subject to final credit, pricing, and documentation approval. Legal documentation must be signed before your equipment can be delivered. Documentation will be provided upon completion of our review process and your selection of a payment schedule. Confidentiality Notice: Recipient will not disclose to any third party the terms of this quote or any other information, including any pricing or discounts, offered to be provided by Stryker to Recipient in connection with this quote, without Stryker’s prior written approval, except as may be requested by law or by lawful order of any applicable government agency. A copy of Stryker Medical's Acute Care capital terms and conditions can be found at https:// techweb.stryker.com/Terms_Conditions/index.html. A copy of Stryker Medical's Emergency Care capital terms and conditions can be found at https://www.strykeremergencycare.com/terms. 3 Page 132 of 173 EMS Equipment MEMORANDUM FOR RECORD RE: Sole Source Information for Stryker Model 6506 Power-PRO Ambulance Cot Stryker is the sole manufacturer of all Stryker products. This correspondence is to inform you of the unique characteristics found only in Stryker’s Model 6506 Power-PRO Ambulance Cot. These characteristics can be broken down into three primary categories: Safety, Maintenance, and Ease of Use. Safety 1) The Stryker Model 6506 Power-Pro is the only powered ambulance cot that meets the following independent certifications: Underwriters Laboratories – This certifies that the product is safe to those who use it and the surroundings in which it exists. A powered medical device must have this certification in order to operate in a hospital environment. IPX6 – This certifies that the cot’s electrical, hydraulic, and other systems are rated to withstand high pressure water jets. IEC-60601 and IEC 60601-1-2 – This certification is a multi-stage certification process which states that the Power-Pro conforms to industry standards for electromagnetic medical equipment. Included in this process are Electromagnetic Compatibility (EMC) and Electromagnetic Interference (EMI). EMC allows the Power-Pro to enter hospitals without disturbing other electromagnetic devices such as heart monitors. EMI prevents our cot from being activated by external electromagnetic devices. BS EN-1789 clause 4.5.9 – This is a European dynamic crash test which subjects a 50th percentile dummy to a nominal 10g deceleration for a minimum of 50ms. Following the test there shall be no sharp edges or danger to the safety of persons in the road ambulance. 2) The Power-Pro is the only powered ambulance cot that utilizes an automatic shutoff when placed in the cot fastening system. This power-disabling system prevents the operator from accidentally engaging the power system and thus damaging the cot mount or endangering the patient. 3) The Power-Pro is the only power-lift cot with a retractable head section. This feature allows the cot to be lowered to the ground in the shortened position without the risk of the head section injuring an operator or being damaged. 4) When unloading with the manual release handle, the cot utilizes hydraulic dampening. Thus, the cot will not abruptly jar the operator or the patient. 5) The cot has no litter-frame pinch points and thus facilitates a two-person “shared load.” This reduces risk of injury and eases cot loading. 6) The cot features the lightest 700-lb capacity frame in the industry. Maintenance 1) The cot features a foot-end-mounted hourly usage meter. This is an easy tool to determine the timing of preventative maintenance checks. 2) The cot features powder-coating on the entire aluminum frame (including the patient handling surfaces), thus eliminating aluminum oxidation throughout the cot. Additionally, the powder-coated surface facilitates easier decontamination and prevents the carbon build-up that otherwise would rub onto the caregiver’s uniform. 3) All caster bearings are sealed, eliminating timely and costly lubrication. 4) The cot is power washable and meets IPX6 pressure jet certification (see above). Ease of Use 1) The battery is placed at the foot end of the stretcher and is easily accessible in any situation. 2) The cot has a retract speed of 2.4 seconds for speedy loading. 3) The cot provides the highest potential load height of any cot on the market at 36” and is operator- adjustable to match the deck height of individual rescues or ambulances. 4) The cot features the industry’s only forward-folding, single-hand release, side rails, thus giving caregivers more space inside the transport vehicle. 5) The foot end of the cot provides lifting bars and operator controls at two different heights, thus providing optimum ergonomics to most operator heights. Page 133 of 173 6) The foot end of the cot contains a large battery indicator light which displays red or green depending on battery level. A warning is given by a flashing red light, allowing the operator time to change the battery. 7) The Model 6506 has 6” x 2” sealed bearing casters – the largest in the industry. This facilitates rolling over any surface with ease and reduces caregiver strain. 8) The Power-Pro features an integrated bumper system which reduces damage to walls and other obstacles when impacted. Please forward any further questions to the undersigned at 512-673-0636. Sincerely, Jordan Costello Territory Manger, Stryker - EMS Equipment Page 134 of 173 City of Georgetown, Texas Government and Finance Advisory Board October 27, 2021 S UB J E C T: C onsideration and pos s ible ac tion to rec ommend to approve the purchas e of a Toro G rounds mas ter 4300- D large area mower from P rofessional Turf P roducts , in the amount of $69,333.61. T his purc hase will be through Buy Board contrac t #611-20. - S c ott P arker, F leet Manager IT E M S UMMARY: T his large area mower will be replac ing two Jacobsen flail mowers in the replac ement c yc le for F Y21/22. F IN AN C IAL IMPAC T: F unding was approved in the F Y21/22 budget. $69,333.61 S UB MIT T E D B Y: S haron P arker AT TAC H ME N T S: Description Type Quote Backup Material Page 135 of 173 top Ship To Date:9/29/2021 Bill To Tax Rate Contact Destination Trade-In x Finance Phone Account Type Contract y Email QMS: ID Q87425 Qty Model #Description Extended toro eq. 1 30864 Groundsmaster 4300-D (T4)68,306.007$ 1 30669 Universal Sunshade, White 732.263$ 1 44964 MVP Kit 1000 Hour (PX Hydraulic Fluid - September 12, 2018 And Up)295.338$ machine Groundsmaster 4300-D (T4)69,333.608$ Subtotal SubTotal 69,333.61$ Destination Destination Included Tax Tax (Estimated)Exempt Total fin TOTAL 69,333.61$ Comments: bottom For all New Equipment, Demo units may be available for up to 20% savings. For all New Equipment, Refurbished units may be available for up to 40% savings. Terms & Conditions: D. PTP assumes no liability in the event credit becomes unavailable or rates change during the approval process. 3. There will be a service charge equal to 1.5% per month (18% per annum) on all past due invoices. 4. By Law we are required to file a "Notice to Owner" of our intent to file lien in the event of payment default. This notice must be sent within 60 days of the date the original invoice and will happen automatically regardless of any special payment arrangements that may have been made. Authorized Signature: _________________________________________________________________________Date: ___________________________________________ Payment: 1. Terms are net 10 unless prior arrangements have been made. 2. Quoted prices are subject to credit approval. A. PTP will work with third party financial institutions to secure leases when requested to do so. B. When using third party financiers, documentation fees & advance payments may be required. C. For convenience, monthly payments are estimated based on third party rate factors in effect at time of the quotation. 1. All returns are subject to restocking, refurbishing, usage, and shipping fees. 2. All returns must be able to be sold as new. 3. Items missing parts are non returnable. 4. Professional Turf Products will have sole discretion as to the resalable condition of the product. 5. This policy does not apply to items that are defective, or shipped incorrectly by PTP or one of its vendors. A. Upon firm customer commitment to purchase, said equipment availability will be determined and "locked". B. In the event equipment is unavailable at time of order, PTP will employ every resource to secure an acceptable substitute. C. PTP strongly advises the customer to issue a firm PO as quickly as possible after acceptance of quotation. 7. "Trade In Allowances" will be treated as a credit for future parts purchases on PTP account unless other arrangements have been made. Returns Policy: 1. Orders are considered contractual. Order cancellations are subject to fees up to 10% of the original order value. 2. New equipment delivery time will be determined once credit is approved & documents are executed. 3. Due to market volitility prices are subject to change. 4. Payments by Credit Card are subject to convenience fee. 5. After 30 days all prices are subject to change without notice. 6. Used and Demo equipment is in high demand and availability is subject to change. jamie.beran@georgetown.org Comments: Proposal Due to unexpected issues with much of our supply chain, we are experiencing longer lead times that we have seen in the past. City Of Georgetown BUYBOARD (CONTRACT # 611-20) - Credit Cards Not Accepted Jamie Beran Address P. O. BOX 409, Georgetown, TX 78627-0409 512-630-9066 Professional Turf Products, L.P. 9468 Selma Parkway Selma, Texas 78154 Larry Snody (682) 330-3676 snodyl@proturf.com Confidential Property of Professional Turf Products Page 1 of 1 Page 136 of 173 City of Georgetown, Texas Government and Finance Advisory Board October 27, 2021 S UB J E C T: C onsideration and pos s ible ac tion to rec ommend approval of the purc hase of one (1) F reightliner M2-106 tandem dump truc k from F reightliner of Austin, in the amount $114,354. T his purc hase will be through T I P S US A c ontract# 200206. - S cott P arker, F leet Manager IT E M S UMMARY: T his truc k is part of the replac ement c yc le for F Y21/22. F IN AN C IAL IMPAC T: F unding was approved in the F Y2021/22 budget. $114,354.00 S UB MIT T E D B Y: S haron P arker AT TAC H ME N T S: Description Type Quote Backup Material Page 137 of 173 Page 138 of 173 City of Georgetown, Texas Government and Finance Advisory Board October 27, 2021 S UB J E C T: C onsideration and pos s ible ac tion to rec ommend the approval to purchas e one (1) C aterpillar model 420 I T C 4E from Holt C aterpillar in the amount of $129,385.00. T his purchas e will be through S ourc ewell C ontract# 32119-C AT. - S c ott P arker, F leet Manager IT E M S UMMARY: T his mac hine is part of the replacement cycle for F Y21/22. F IN AN C IAL IMPAC T: F unding was approved in the F Y21/22 budget. $129,385.00. S UB MIT T E D B Y: S haron P arker AT TAC H ME N T S: Description Type Quote Backup Material Page 139 of 173 Page 1 DATE: September 20, 2021 QUOTE #:272061-02 CITY OF GEORGETOWN Anthony Aquilino PO BOX 409 GEORGETOWN, TEXAS 78627-0409 Jeffrey Kell 512.917.3277 One (1) New Caterpillar Inc. Model: 420 ITC4E Backhoe Loaders with all standard equipment in addition to the additional specifications listed below: STOCK NUMBER: HLK046015 SALE PRICE $129,385.00 TOTAL PRICE $129,385.00 SUB TOTAL $129,385.00 TOTAL SOURCEWELL PURCHASE PRICE $129,385.00 Total List Price $156,618.00 Sourcewell Discount 22% ($34,556,00) Adjusted Sales Price $122,062.00 Dealer Prep $1,100.00 Cat Front Bucket 4 in 1 $6,337.00 Thumb, Hydraulic rear E-stick $7,307.00 Installation Bucket & Thumb $1,450.00 Delivery $450.00 Total Price $138,706.00 Holt Cat Discount ($9,321.00) Total Sourcewell Purchase price $129,385.00 Pricing good until 12/31/2021 Delivery –October/November subject to prior Sale NOTES Cab, 4x4,E-Stick, 4:1 Front bucket, Rear Hydraulic Thumb, Rear Pin Lock coupler, Rear 24” bucket SOURCEWELL – 32119-CAT WARRANTY Standard Warranty: 12 Month/Unlimited Hours Total Machine Additional Extended Warranty Powertrain, Hydraulics, and Technology add: 48 months or 2000 hours $1,650.00 60 months or 2500 hours $2,140.00 Page 140 of 173 Page 2 DATE: September 20, 2021QUOTE #:Quote 272061-01 MACHINE SPECIFICATIONS STOCK NUMBER: HLK046015 DESCRIPTION REF.# 420 07A BACKHOE LOADER CFG2 542-7992 LANE 3 ORDER 0P-9003 STICK, EXTENDABLE, 14FT 543-4284 PT, 4WD/2WS, POWERSHIFT 544-1066 ENGINE, 82KW, C3.6 DITA, T4F 542-7780 HYD, MP, 6FCN/8BNK, ST, QC 554-4188 CAB, DELUXE 544-0883 DISPLAY, STANDARD 545-5047 WORKLIGHTS (8) HALOGEN LAMPS 491-6734 SEAT, DELUXE FABRIC 573-4524 BELT, SEAT, 2'' SUSPENSION 206-1747 AIR CONDITIONER, T4F 542-7810 PRODUCT LINK, CELLULAR, PLE643 560-6797 TIRES, 12.5 80/19.5L-24, GY 379-2161 COUNTERWEIGHT, 1015 LBS 337-9696 STABILIZER PADS, FLIP-OVER 9R-6007 BUCKET-HD, 24'', 7.3 FT3, PL 247-1950 COUPLER, PIN LOCK, BL F 544-1901 INSTRUCTIONS, ANSI 559-0872 SERIALIZED TECHNICAL MEDIA KIT 421-8926 RIDE CONTROL 551-6453 AUX READY, E-STICK 582-7395 RADIO, FM BLUETOOTH 540-2298 FAN 387-6682 DISPLAY, SECURITY, ENABLED 573-0397 BATTERY, HEAVY DUTY 516-5913 AUTO-UP STABILIZERS 567-5090 PLATE GROUP - BOOM WEAR 423-7607 GUARD, STABILIZER 353-1389 PACK, DOMESTIC TRUCK 0P-0210 RUST PREVENTATIVE APPLICATOR 462-1033 SHIPPING/STORAGE PROTECTION 461-6839 Page 141 of 173 Page 3 STANDARD EQUIPMENT BOOMS, STICKS, AND LINKAGES BACKHOE LOADER - 14'4'' Center pivot backhoe - Single Tilt Loader 4.3 Meters - Lift cylinder brace - Boom and swing transport locks - Self-leveling loader with single - Pilot operated backhoe and lever control electro hydraulic stabilizer controls - Return-to-dig - Street type stabilizer shoes (automatic bucket positioner) - Anti-drift hydraulics (boom, stick, - Transmission neutralizer switch and E-stick) - Bucket level indicator - Cat Cushion Swing(tm) system POWERTRAIN - Water separator - Torque converter - Thermal starting aid system - Transmission-four speed manual shift - Dry type axial seal air cleaner with - Neutral safety switch integral precleaner - Spin-on filters for - Automatic dust ejection system Fuel - Filter condition indicator Engine oil - Hydraulically boosted multi-plate Transmission oil wet disk brake with dual pedals & - Outboard Planetary Rear Axles interlock - Diesel particulate filter - Differential lock - Hydrostatic power steering HYDRAULICS - Pilot hoe and mechanical loader - Caterpillar XT-3 hose controls - Hydraulic oil cooler - Load sensing, variable flow system - Pilot control shutoff switch with 43 gpm (162 L/min) axial piston - Flow-sharing hydraulic valves pump - Hydraulic suction strainer - 6 micron hydraulic filter ELECTRICAL - 12 volt electrical start - Audible system fault alarm - Horn, front and rear - Key start/stop system - Backup alarm - 850 CCA maintenance free battery - Hazard flashers/turn signals - Battery disconnect switch - Halogen head lights (2) - External Power Receptacle (12v) - Halogen rear flood lights (2) - Diagnostic ports for engine and - Stop and tail lights machine Electronic Control Modules OPERATOR ENVIRONMENT - Interior rearview mirror - Automatic Engine Speed Control - ROPS canopy, Rear Fenders - One Touch Low Idle - 2-inch (50mm) retractable seat belt - Floor mat and Coat Strap Page 142 of 173 Page 4 - Tilt steering column - Lockable storage area - Steering knob - Air suspension seat - Hand and foot throttle FLUIDS - Antifreeze - Extended Life Coolant -20F (-30C) OTHER STANDARD EQUIPMENT - Standard Storage Box guard - Transport tie-down points - CD-ROM Parts Manual - Ground line fill fuel tank with - Safety Manual 42.3 gal (160L) capacity & 5 gal (19L) - Operations and Maintenance Manual diesel exhaust fluid - Lockable hood - Rubber impact strips on radiator - Tire Valve Stem Protection Page 143 of 173 Page 5 Page 144 of 173 City of Georgetown, Texas Government and Finance Advisory Board October 27, 2021 S UB J E C T: C onsideration and pos s ible ac tion to rec ommend approval to purc hase 35 light truc ks, and vehic les from S ils bee F ord in the amount of $1,125,150.25. T his purc hase will be through G ood Buy contrac t# 21 8F 000 - S c ott P arker, F leet Manager IT E M S UMMARY: 14 of thes e vehic les will replac e exis ting as s ets, and 21 will be new additions . T he vehic les being purc hased on this item include: A. (1) each F ord Es cape Hybrid B. (1) eac h F ord Trans it 15 P assenger Van C . (5) each F ord Transit C onnec t C argo Van D. (1) each F -150 R C 4X4 8’ bed with Light Bar, and Toolbox E. (2) each F -150 R C 4X4 with Toolbox, and S urface Mount S trobes F. (3) each F -150 R C 4X4 with Diamondback C over. G . (1) eac h F -150 Ext. C ab with Leer C amper S hell H. (11) each F -150 Ext. C ab with S tar Halo, and 4 s urfac e mounts . I. (3) eac h F -150 Ext. C ab 4X4 with 4 S urfac e Mounts J. (1) each F -150 Ext. C ab 4X4 Long Bed K. (1) each F -150 Ext. C ab with Bak F lip MX4, and 4 s urfac e mounts L. (4) each F -150 C rew C ab 4X4 with S tar Halo, and 4 S urface Mounts M. (1) eac h Transit 350 C argo Van F IN AN C IAL IMPAC T: F unding was approved in the F Y21/22 budget. $1,125,150.25. S UB MIT T E D B Y: S haron P arker AT TAC H ME N T S: Description Type Quote Backup Material Page 145 of 173 Page 146 of 173 Page 147 of 173 Page 148 of 173 Page 149 of 173 Page 150 of 173 Page 151 of 173 Page 152 of 173 Page 153 of 173 Page 154 of 173 Page 155 of 173 Page 156 of 173 Page 157 of 173 Page 158 of 173 City of Georgetown, Texas Government and Finance Advisory Board October 27, 2021 S UB J E C T: C onsideration and pos s ible ac tion to rec ommend approval to purc hase three new radio c onsoles for the G eorgetown Dis patc h C enter in the P ublic S afety Training and C ommunications (P S O T C ) building for an amount of $319,728.00 – C ory Tc hida, Acting P olic e C hief IT E M S UMMARY: T he item being propos ed is to purc hase three Motorola R adio c onsoles for the G eorgetown Dis patc h C enter, to expand from five dispatching c onsoles to eight. T his radio purchas e c ompris es 70% of the total cost of the projec t to expand dispatch to eight c onsoles. C urrently in the G eorgetown Dis patc h C enter, for mos t s hifts , there are five dis patc hers working, and only five fully func tioning C AD works tations. T hese machines run 24/7/365 and, despite best laid plans, it impos s ible to assume 100% uptime on thes e mac hines . In addition to backups needed due to s ystem failure, we also currently have to work around lunc h breaks and after hours to simply perform regularly s cheduled maintenance, due to no available positions for dispatchers to work while work is performed on their workstation. We have not added any C AD workstations since Dis patc h was moved from MLK to G C AT in 2008. In that time, the city population has almos t doubled, we have added 6400 acres of land area to the C ity Limits, we have created an entire EMS operation, added three fire stations and emergenc y s ervic e c all volume has doubled. S imply making one partial works tation fully func tional would provide the immediate relief that we need, however, due to the way Motorola c harges for adding workstations , coupled with the exponential growth we experience every year, we are better s erved to not only make the one partial workstation fully operational, but also add two additional workstations for growth that we know is coming. In addition to planning for future growth, there are s ignificant economies of s cale realized by adding more than one radio cons ole at a time S ome of the c os ts required for this expans ion were baked into future growth plans as the P S O T C was cons tructed. Most, if not all, of the cabling for this request was ins talled with the building. However, a large portion of Motorola’s c os t to add workstations is in the engineering of their server and networking equipment. Motorola S olutions is the world’s preeminent supplier of radio technology. All pricing is in ac cordance with the shared buying contrac t with the Hous ton/G alveston Area C O G . F IN AN C IAL IMPAC T: All items were budgeted during the F Y 2021/2022 budget process. Expenses in the amount of $319,728.00 will be rec orded in G eneral F und, P olice O perations, C apital O utlay – Equipment. Page 159 of 173 S UB MIT T E D B Y: S haron P arker AT TAC H ME N T S: Description Type Pres entation Pres entation Page 160 of 173 Dispatch Expansion Page 161 of 173 What is a console? City of GeorgetownPage 162 of 173 Current Situation •5 fully equipped •1 partially equipped (no radio) •Space for 2 more City of GeorgetownPage 163 of 173 Pressure Points •There are usually 5 dispatchers working. •Consoles run 24/7/365. •This leaves no room for breakdown. •Maintenance has to be performed on breaks and lunches. •No stations added since 2008 and population has doubled. City of GeorgetownPage 164 of 173 Action City of Georgetown •Complete build out by completing the one partial console and adding two more fully functional stations. •Economies of scale by completing now as well as being ready for growth that has occurred and is coming. •Radios for the console are most significant part of cost. •Cost is for radios, furniture, software licenses, CAPCOG fees, NICE recording, and computers and monitors Page 165 of 173 Questions? City of GeorgetownPage 166 of 173 City of Georgetown, Texas Government and Finance Advisory Board October 27, 2021 S UB J E C T: C onsideration and pos s ible ac tion to rec ommend approval to purc hase firearms ammunition from G T Dis tributors in an amount not to exceed $184,575.00. - C ory Tc hida, Acting P olic e C hief IT E M S UMMARY: With the antic ipation of the fo rthcoming range, c hanges to our firearms training plan, and the d ifficulty in obtaining ammunitio n d ue to the c urrent market, we asked for and were granted the funding for two years of ammunition in F Y2021/22. We will ask for our normal funding (one year’s worth) next year in F Y2022/23. T his will allow us to have roughly a year ’s worth of ammunition in inventory. Due to training demand s and the inab ility to o b tain ammunition our invento ry is critically low. S o much s o that we have c anc elled o ur spring and fall firearms training and are o nly facilitating required q ualific ations as we do not have eno ugh ammunitio n in invento ry to train. As a result o f s upply and demand , ammunitio n costs are s ignificantly higher and delivery times can be upwards of one year to 18 months . T he ammunition bud get for the d ep artment has remained relatively unchanged o ver the last several years . S inc e 2010, the d ep artment has signific antly inc reas ed the amount of firearms training that is being conduc ted. Training has p ro gres s ed fro m a s ingle annual q ualific ation to a d aytime training/qual, a nighttime training/qual, rifle training/q ual, as well as training o n three p ro gressive phas es of firearms training for new hires as well as training c o urses fo r new tec hnologies s uc h as red dot o p tic s . F irearms usage, even though a low frequenc y activity, is a high liability training area for law enforc ement. Early in 2020, we had an officer involved s hooting where o ur c urrent firearms training program contributed to o ur offic ers s uc cessfully repelling an ambus h. T his reques t anticipates having acc es s to o ur o wn range and ac counts for changes in frequency in training. We anticipate having offic ers o n the range mo re freq uently for sho rter durations of time (i.e. once a month). F IN AN C IAL IMPAC T: All items were budgeted during the F Y 2021/2022 budget process. Expenses in the amount not exc eeding $184,575.00 will be rec orded in G eneral F und, P olice O perations, Ammunition S pend C ategory. S UB MIT T E D B Y: S haron P arker AT TAC H ME N T S: Description Type Pres entation Pres entation Page 167 of 173 Firearms Ammunition Purchase FY 21/22 Page 168 of 173 Current Situation •Budget has remained relatively unchanged. •Budget was $35,000. •Firearms training has increased significantly. –Court mandates shoot/don’t shoot and low light shooting •Firearms is a low frequency, high liability, high stress law enforcement action. •Two officers were shot in 2020 and one has already been shot at in 2021. –Training in firearms and tactics changed outcomes City of GeorgetownPage 169 of 173 Pressure Points •On-site range is forthcoming which will allow greater training frequency. •Ammunition market has been under significant demand. –Lead times have gone up to 12-18 months. –We have not received October 2020 ammunition order. •Spring and Fall Training was cancelled due to ammunition shortage. Quals only. •Red Dot optics are being added to pistols which require proficiency training. City of GeorgetownPage 170 of 173 Actions •Annual ammunition budget was increased to $90,700 from $35,000. •In FY 21/22 budget, two years of ammunition was approved so we maintain a working supply. FY 22/23 budget will revert back to $90,700. City of GeorgetownPage 171 of 173 Budget City of GeorgetownPage 172 of 173 Questions? City of GeorgetownPage 173 of 173