Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-12-08-23-E5 - 8/23/2012
i` 1 RESOLUTION NO. R-12-08-23-E5 l WHEREAS, the City of Round Rock has duly advertised for bids for purchase of armored car services; and WHEREAS, Triple D Security Corporation has submitted the lowest responsible bid; and WHEREAS, the City Council wishes to accept the bid of Triple D Security Corporation, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, ' That the Mayor is hereby authorized and directed to execute on behalf of the City an Agreement for Purchase of Armored Car Services From Triple D Security Corporation, a copy of said Agreement being attached hereto as Exhibit "A" and incorporated herein. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was i open to the public as required by law at all times during which this Resolution and the subject matter j hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 23rd day of August, 2012. MaYOT- City of Round Rock, Texas ATTEST: caj" - R(�4 SARA L. WHITE, City Clerk O:\wdox\SCC1nts\0I 12\1204\MUNICIPAL\00256284.DOC EXHIBIT ' „A„ i i CITY OF ROUND ROCK AGREEMENT FOR PURCHASE OF ARMORED CAR SERVICES FROM TRIPLE D SECURITY CORPORATION THE STATE OF TEXAS § § CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS: § COUNTY OF WILLIAMSON § COUNTY OF TRAVIS 1 1 That this Agreement for purchase of armored car services, and for related goods and services, referred to herein as the "Agreement," is made and entered into on this the day of the month of2012, by and between the CITY OF ROUND ROCK, TEXAS, a home-rule municipality whose offices are located at 221 East Main Street, Round Rock, Texas 78664, referred to herein as the "City," and TRIPLE D SECURITY CORPORATION, whose offices are located at 901 Profit Drive, Victoria, Texas 77901, referred to herein as the "Vendor." This Agreement supersedes and replaces any previous agreements between the named parties, whether oral or written, and whether or not established by custom and practice. RECITALS: i WHEREAS, City desires to purchase armored car services, and to purchase associated goods and services, and City desires to purchase same fiom Vendor; and WHEREAS, City has issued its Invitation for Bid under Solicitation Number 12-035, Specification Number 12-990-10 dated May 2012 for the provision of said goods and services, i and City has selected the bid submitted by Vendor; and i WHEREAS, the parties desire to enter into this Agreement to set forth in writing their respective rights, duties, and obligations; NOW,THEREFORE,WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable consideration,the receipt and sufficiency of which are hereby acknowledged,the parties mutually agree as follows: 1.01 DEFINITIONS A. Agreement means the binding legal contract between City and Vendor whereby City is obligated to buy specified goods and/or services and Vendor is obligated to sell same. The Agreement includes the following: (a) City's Invitation for Bid under Solicitation Number 254942/jkg x 12-035, Specification Number 12-990-10 dated May 2012; (b) Vendor's Response to IFB; (c) contract award; and (d) any exhibits, addenda, and/or amendments thereto. Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference in the following k order: t (1) This Agreement; t (2) Purchaser's Response to IFB; (3) City's Invitation for Bid, exhibits, and attachments. B. City means the City of Round Rock, Williamson and Travis Counties,Texas. C. Effective Date means the date upon which the binding signatures of both parties to this Agreement are affixed. D. Force Majeure means acts of God, strikes, lockouts, or other industrial disturbances, acts of the.public enemy, orders of any kind from the government of the United States or the State of Texas or any civil or military authority, insurrections, riots, epidemics, landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government and the people, civil disturbances, explosions, or other causes not reasonably within the control of the party claiming such inability. E. Goods mean the specified supplies,materials, commodities, or equipment. F. Vendor ineans Triple D Security Corporation, or any of its successors or assigns. 2.01 EFFECTIVE DATE,INITIAL TERM,AND ALLOWABLE RENEWALS A. This Agreement shall be effective on October 1, 2012, after it has been signed by both parties hereto, and shall remain in full force and effect unless and until it expires by operation of the term stated herein, or until terminated or extended as provided herein. B. The term of this Agreement shall be for three (3) consecutive twelve-month periods fiom the effective date hereof. After that term, this Agreement may be renewed for no more than two (2) additional terms of twelve (12) months each, with such renewals to occur on or before the expiration date of the preceding term, and with such renewals being absolutely predicated upon the express written agreement of both parties. Such renewals are permitted only provided Vendor has performed each and every contractual obligation specified in this original Agreement. C. Price adjustments during the term of this Agreement, if any, shall be in accordance with Part I, Item 9 of City's Invitation for Bid under Solicitation Number 12-035, Specification Number 12-990-10 dated May 2012. Vendor may offer price decreases in excess of any allowable percentage change. 2 fiyy 4 F f k 4 f D. 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. ; 3.01 CONTRACT DOCUMENTS AND EXHIBITS City selected Vendor as the integrator of choice to supply the goods and services as outlined in City's Invitation for Bid under Solicitation Number 12-035, Specification Number 12-990-10 dated May 2012, and Response to IFB submitted by Vendor, all as specified in Exhibit "A" attached hereto and made a part hereof for all purposes. The intent of these documents is to formulate an Agreement listing the responsibilities of both parties as outlined in relevant documents and as offered by Vendor in its Response to the IFB. s i The goods and services which are the subject matter of this Agreement are described in Exhibit "A" and, together with this Agreement, comprise the total Agreement and they are fully a part of this Agreement as if repeated herein in full. 4.01 ITEMS AWARDED All bid items on Exhibit"A"are awarded to Vendor. 5.01 COSTS Bid costs listed on Exhibit"A"shall be the basis of any charges collected by Vendor. 6.01 INVOICES All invoices shall include, at a minimum, the following information: A. Name and address of Vendor; B. Purchase Order Number; C. Description and quantity of items received; and D. Delivery dates. 7.01 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING Authority for local governments to contract with one another to pei onn certain governmental functions and services, including but not limited to purchasing functions, is granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts, Subchapter B and Subchapter C, and Local Government Code, Title S, Chapter 271, Subchapter F, Section 271.101 and Section 271.102. 3 f Other governmental entities within the State of Texas may be extended the opportunity to purchase off of the City of Round Rock's bid, with the consent and agreement of the successful vendor(s) and Round Rock. Such agreement shall be conclusively inferred for the vendor from lack of exception to this clause in the vendor's response. However, all parties hereby expressly agree that the City of Round Rock is not an agent of, partner to, or representative of those outside agencies or entities and that the City of Round Rock is not obligated or liable for any action or debts that may arise out of such independently-negotiated "piggyback"procurements. i 8.01 NON-APPROPRIATION AND FISCAL FUNDING i This Agreement is a commitment of City's current revenues only. It is understood and j agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year if the governing body of City does not appropriate funds sufficient to purchase the services as determined by City's budget for the fiscal year in question. City may effect such termination by giving Vendor a written notice of termination at the end of its then-current fiscal year. 9.01 PROMPT PAYMENT POLICY In accordance with Chapter 2251,V.T.C.A., Texas Government Code, any payment to be made by City to Vendor will be made within thirty (30) days of the date City receives goods under this Agreement, the date the performance of the services under this Agreement are completed, or the date City receives a correct invoice for the goods or services, whichever is later. Vendor may charge interest on an overdue payment at the "rate in effect" on September 1 of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas Government Code, Section 2251.025(b). This Prompt Payment Policy does not-apply to payments made by City in the event: A. There is a bona fide dispute between City and Vendor, a contractor, subcontractor, or supplier about the goods delivered or the service performed that causes the payment to be late; or B. There is a bona fide dispute between Vendor and a subcontractor or between a subcontractor and its supplier about the goods delivered or the service performed that causes the payment to be late; or C. The teims of a federal contract, grant, regulation, or statute prevent City from malting a timely payment with federal funds; or D. The invoice is not mailed to City in strict accordance with any instruction on the purchase order relating to the payment. 10.01 GRATUITIES AND BRIBES City may, by written notice to Vendor, cancel this Agreement without incurring any liability to Vendor if it is determined by City that gratuities or bribes in the form of 4 entertainment, gifts, or otherwise were offered or given by- Vendor or its agents or representatives to any City officer, employee or elected representative with respect to the performance of this Agreement. In addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code. 11.01 TAXES 3 f City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be j included in Vendor's charges. ! 1 12.01 ORDERS PLACED WITH ALTERNATE VENDORS If Vendor cannot provide the goods as specified, City reserves the right and option to obtain the products from another supplier or suppliers. 13.01 INSURANCE Vendor shall in all respects comply with the provisions delineated in Part I, Item 3 of City's Invitation for Bid under Solicitation Number 12-035, Specification Number 12-990-10 dated May 2012 (including all attachments and exhibits), and its bid response. 14.01 CITY'S REPRESENTATIVE City hereby designates the following representative authorized to act on its behalf: Sheri Crone Accounting Supervisor Finance Department 221 East Main Street Round Rock, Texas 78664 512-218-5443 scrone@roundrocktexas.gov 15.01 RIGHT TO ASSURANCE Whenever either parry to this Agreement, in good faith, has reason to question the other party's intent to perforin hereunder, then demand may be made to the other party for written assurance of the intent to perform. In the event that no written assurance is given within the reasonable time specified when demand is made, then and in that event the demanding party may treat such failure as an anticipatory repudiation of this Agreement. 16.01 DEFAULT If Vendor abandons or defaults under this Agreement and is a cause of City purchasing . the specified goods elsewhere, Vendor agrees that it may be charged the difference in cost, if 5 3 F" 5 k: f any, and that it will not be considered in the re-advertisement of the service and that it may not be considered in future bids for the same type of work unless the scope of work is significantly changed. Vendor shall be declared in default of this Agreement if it does any of the following: A. Fails to make any payment in full when due; B. Fails to fully, timely and faithfully perform any of its material obligations under this Agreement; 1 I C. Fails to provide adequate assurance of performance under the "Right to Assurance" section herein; or D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States. 17.01 TERMINATION AND SUSPENSION A. City has the right to terminate this Agreement, in whole or in part, for convenience and without cause, at any time upon thirty (30) days' written notice to Vendor. B. In the event of any default by Vendor, City has the right to terminate this Agreement for cause,upon ten(10) days' written notice to Vendor. C. Vendor has the right to terminate this Agreement only for cause, that being in the event of a material and substantial breach by City, or by mutual agreement to terminate evidenced in writing by and between the parties. D. In the event City terminates under subsections (A) or (B) of this section, the following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall discontinue all services in connection with the performance of this Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such orders and contracts are chargeable to this Agreement. Within thirty (30) days after such notice of termination, Vendor shall submit a statement showing in detail the goods and/or services satisfactorily performed under this Agreement to the date of termination. City shall then pay Vendor that portion of the charges, if undisputed. The parties agree that Vendor is not entitled to compensation for services it would have performed under the remaining term of the Agreement except as provided herein. 18.01 INDEMNIFICATION Vendor shall defend (at the option of City), indemnify, and hold City, its successors, assigns, officers, employees and elected officials harmless from and against all suits, actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor, or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be 6 deemed to limit the rights of City or Vendor (including, but not limited to the right to seek contribution) against any third party who may be liable for an indemnified claim. 19.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES Vendor, its agents, employees and subcontractors shall use best efforts to comply with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock, as amended, and with all applicable rules and regulations promulgated by local, state and national boards,bureaus and agencies. i 20.01 ASSIGNMENT AND DELEGATION The parties hereby bind themselves, their successors, assigns and legal representatives to each other with respect to the terms of this Agreement. Neither party shall assign, sublet or transfer any interest in this Agreement without prior written authorization of the other party. 21.01 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: A. When delivered personally to recipient's address as stated in this Agreement; or B. Three (3) days after being deposited in the United States mail, with postage prepaid to the recipient's address as stated in this Agreement. Notice to Vendor: Triple D Security Corporation 901 Profit Drive Victoria,TX 77901 Notice to City: Steve Norwood,City Manager Stephan L. Sheets, City Attorney 221 East Main Street AND TO: 309 East Main Street Round Rock,TX 78664 Round Rock,TX 78664 Nothing contained herein shall be construed to restrict the transmission of routine communications between representatives of City and Vendor. 22.01 APPLICABLE LAW; ENFORCEMENT AND VENUE This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terns or conditions herein, exclusive venue for same shall lie in Williamson County,Texas.This Agreement shall be h the laws and court decisions of the State of Texas. governed by and construed in accordance will 7 i { F 23.01 EXCLUSIVE AGREEMENT This document, and all appended documents, constitutes the entire Agreement between Vendor and City. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing,duly authorized by action of the City Manager or City Council. iE 1 24.01 DISPUTE RESOLUTION 3 1 i City and Vendor hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9 r an USC Section 1-14) o applicable state arbitration statute. y pp 25.01 SEVERABILITY The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence of any event rendering any portion or provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of this Agreement.Any such void provision shall be deemed severed fi om this Agreement, and the balance of this Agreement shall be construed and enforced as if this Agreement did not contain the particular portion or provision held to be void. The parties fiu-ther agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Agreement from being void should a provision which is of the essence of this Agreement be determined to be void. 26.01 MISCELLANEOUS PROVISIONS Standard of Care. Vendor represents that it employs trained, experienced and competent persons to perform all of the services, responsibilities and duties specified herein and that such services, responsibilities and duties shall be performed in a manner according to generally accepted industry practices. Time is of the Essence. Vendor understands and agrees that time is of the essence and that any failure of Vendor to fulfill obligations for each portion of this Agreement within the agreed timeframes will constitute a material breach of this Agreement. Vendor shall be fully responsible for its delays or for failures to use best efforts in accordance with the terms of this Agreement. Where damage is caused to City due to Vendor's failure to perform in these circumstances, City may pursue any remedy available without waiver of any of City's additional legal rights or remedies. Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement if it is prevented from performing any of its obligations hereunder by reasons for which it is not responsible as defined herein. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. 8 i Multiple Counterparts. This Agreement may be executed in multiple counterparts, any one of which shall be considered an original of this document; and all of which, when taken together, shall constitute one and the same instrument. IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates indicated. City of Round Rock,Texas Triple D Security Cor oratio By: By: Printed Name: Printed Na ^e: -moi-A L-Aq4= 1 I Title: Title: Date Si Date Signed: Signed: 7 3 i For City,Attest: i s By: Sara L. White, City Clerk For City,Approved as to Form: By: Stephan L. Sheets, City Attorney 9 City Bid Info: Ci of Round Rock IFB Evaluation Form Armored Car Services Solicitation No #12-035 ,rYi m O en6/26/2012 GiQ " Points , ` � �( ( � (� ©uhbrArmoied,ina q� 7rtple D SeCuriltlna Hanks Ina. _Garda CL i Price and Score (Cost per month) Business Center Pickup (Every Day: Monday thru Friday) $ 350.46 $ 292.50 $ 324.75 $ 335.00 (Cost per month) McConico Building Pickup $ 350.46 $ 292.50 $ 324.75 $ 335.00 (Every Day: Monday thru Friday) (Cost per month) Clay Madsen Rec Ctr Pickup $ 221.13 $ 175.50 $ 194.85 $ 205.00 (3 days a week: Mon.,Wed.,Fri.) (Cost per month) Fuel I Security Surcharges $ - $ 60.84 $ 105.54 $ 43.75 Fuel based on base price of$ 4%security surcharge.Fuel 2.79/gallon&1%Increase per Fuel based on Diesel @ 12.50% based on$3.685/gal&1% Monthly rate includes fuel $0.10 over B.25%Increase per$0.05 increase added in future per$ (Used 7/9 price of$3.648/gal.) Used(6112) 0.25 increase In fuel Used(6/18-712) SUBTOTAL REPRESENTS FUEL PRICES AT THE TIME OF THE $ 922.05 $ 821.34 $ 949.89 $ 918.75 SOLICITATION: Price and Score ; Additional Location TBD (615 Palm Valley) $ 350.46 $ 292.50 $ 324.75 $ 335.00 (5 days/week pickup) Price and Score Holiday Service $ 35.00 $ 45.00 $ 35.00 $ 45.00 Price and Score Excess Time(over 5 minutes) $ 2.00 $ 2.00 $ 1.00 $ 2.95 Price and Score Additional Pickups for an existing $ 14.75 $ 45.00 $ 10.00 $ 45.00 location f Price and Score Excess Liability per$1,000 over $ 0.28 $ 0.15 $ 0.10 $ 0.30 specified limited liability Reputation of Bidder/,Quality of Goods and 13 15 15 12 Service References Meets City's Needs 29 30 25 26 1 Next day deposit Next day deposit Next day deposit i Photos provided-Vehicles Photos provided-Vehicles Photos provided-Vehicles Photos provided-Vehicles meets specification meets specification meets specification meets specification I Branch located within 120 Branch located within 120 Branch located within 120 Branch located within 120 Response meets specification miles of City miles of City miles of City miles of City d i Receipt and deposit slip Receipt and deposit slip Receipt and deposit slip copies provided copies provided copies provided 4 Fuel charges NOT included Fuel charges NOT included in monthly rate per in monthly rate per Fuel charges NOT included in specification specification monthly rate per specification Solicitation Number 10-27 City of Round Rock RFP Evaluation for Arts and Culture in Public Spaces Strategic Plan and Implementation Guide a ]IA : tipte D Seco ,Ind � t3rinks,inc Garda CI:� x Respondenrs Past Relationship with t O O O O City of Round Rock Past experience/performance with None None Previous Relationship Previous Relationship CORR(up to-5 if negative relationship) good good Added value 5 5 Added value in addition to specification: Online reporting verification and Provided in Cost Provided in Cost Electronic deposit tracking proposal proposal Point Value Calculation for Price=Low price Divided by Bid Then Multiplied by Points s Solicitation Number 10.27 City of Round Rock RFP Evaluation for Arts and Culture in Public Spaces Strategic Plan and Implementation Guide SOLICITATION NUMBER 12-035 Triple D Security Corp. SPECIFICATION NUMBER 12-990-10 DATEDIREVISED:May 2012 CITY OF ROUND ROCK INVITATION FOR BID ARMORED CAR SERVICES PART I GENERAL 1. PURPOSE: The City of Round Rock,'herein after"City", seeks an agreement with a qualified Individual, Firm, or Corporation, hereafter referred to as"Respondent",to provide Armored Car Services. 2. DEFINITIONS,TERMS AND CONDITIONS: By submitting a response to this solicitation,the Respondent agrees that the City's standard Definitions,Terms and Conditions, in effect at the time of release of the solicitation,shall govern unless specifically provided otherwise in a separate agreement or on the face of a purchase order. Said Definitions,Terms and Conditions are subject to change without notice. It is the sole responsibility of respondents to stay apprised of changes. The City's Definitions,Terms and Conditions can be obtained from the City's website http://www.roundrocktexas.gov/home/index.asp?page=463. 3. INSURANCE: The Respondent shall meet or exceed ALL insurance requirements set forth by the Insurance Requirements as identified on the City's website at http:/lwww.roundrocktexas.gov/home/index.asp?page=463. 4. ATTACHMENTS: Attachment A is herein made a part of this solicitation: 4.1. Attachment A: Reference Sheet 5. CLARIFICATION: For questions or clarifications of specifications,you may contact: Deborah Knutson Purchasing Department City of Round Rock Telephone: 512-218-5456 dknutson@roundrocktexas.gov The individual listed above may be contacted by telephone or visited for clarification of the specifications only. No authority is intended or implied that specifications may be amended or alterations accepted prior to solicitation opening without written approval of the City of Round Rock through the Purchasing Department. 6. REQUIREMENTS: The opening of a solicitation shall not be construed as the City's acceptance of such as qualified and responsive. All Respondents shall: 6.1. Be firms, corporations, individuals or partnerships normally engaged in the sale and distribution of commodity or provision of the services as specified herein. 6.2. Have adequate organization,facilities, equipment and personnel to ensure prompt and efficient service to the City. 7. BEST VALUE EVALUATION AND CRITERIA: All solicitations received may be evaluated based on the best value for the City. In determining best value, the City may consider: 7.1. Purchase price; 7.2. Reputation of Respondent and of Respondent's goods and services; 7.3. Quality of the Respondent's goods and services; 7.4. The extent to which the goods and services meet the City's needs; 7.5. Respondent's past relationship with the City; EXHIBIT SUPERSEDES SPECIFICATION "An SPECIFICATION NO.09-990-10;DATED:February 2009 1 of 11 SOLICITATION NUMBER 12-035 SPECIFICATION NUMBER 12-990-10 DATED/REVISED:May 2012 T.7.6. The total long-term cost to the City to acquire the Respondent's goods or services; l�L S 7.7. Any relevant criteria specifically listed in the solicitation. 7.8. The City reserves the right to reject any or all responses, or delete any portion of the response,or to accept any response deemed most advantageous,or to waive any irregularities or informalities in the response received that best serves the interest and at the sole discretion of the City. 8. AGREEMENT TERM: The terms of the awarded agreement shall be based on the following: 8.1. The term of the resulting agreement shall begin October 1,2012. 8.2. The initial term of the resulting agreement shall be three(3)consecutive twelve(12)month periods from the effective date. The agreement may be renewed for two(2)additional periods of time, not to exceed twelve (12)months each,provided both parties agree in writing prior to the expiration of the current term. 8.3. The City reserves the right to review the respondents' performance at the end of each twelve(12) month period and cancel all or part of the agreement(s)or continue the agreement(s)through the next period. 8.4. If the respondent fails to perform its duties in a reasonable and competent manner,the City shall give written notice the respondent of the deficiencies and the respondent shall have thirty(30)days to correct such deficiencies. If the respondent fails to correct the deficiencies with the thirty(30)days,the City may terminate the agreement by giving the respondent written notice of•termination and the reason for the termination. x 8.5. If the agreement is terminated;for any reason, the respondent shall turn over all records,to include but not be limited to the following: records of repairs,services, deliveries, and replacement-parts,to the City within fifteen (15)working days after completion of duties contained in the agreement. 9. PRICE INCREASE OR DECREASE:A price increase or decrease to the agreement may be considered based on the following: 9.1. Price increase requests shall be received at a minimum 120 days prior to each renewal period. 9.2. Price increase cannot exceed 25%for the total cost and term of the agreement. 9.3. PROCEDURE TO REQUEST INCREASE OR OFFER DECREASE. 9.3.1. Mail the price increase request to the designated City Contract Specialist. Vendor shall supply supporting documentation as justification for each request. City of Round Rock Purchasing Department ATTN: Contract Specialist 221 E. Main Street Round Rock,Texas 78664-5299 9.3.2. Upon receipt of the request,the City reserves the right to either:accept the escalation as supported by the appropriate documentation and make change to the purchase order within 30 days of the request, negotiate with the vendor or cancel the agreement or purchase order if an agreement cannot be reached'on the value of the increase. 10. AWARD: The City reserves the right to enter into an agreement or a purchase order with a single award,split awards, non-award, or use any combination that best serves the interest and at the sole discretion of the City. Award announcement will be made upon City Council approval of staff recommendation and executed agreement. Award announcement will appear on the City's website at fittp://www.roundrocktexas.govlhome/index.asp?pane=463. 11. ACCEPTANCE: Inspection and acceptance of services performed should not take more than thirty(30)working days from completion of said services. Completion shall mean the daily pickup and deposit of City funds. The vendor will be notified within this time frame if the services are not in full compliance with the specifications or SUPERSEDES SPECIFICATION SPECIFICATION NO.09-990-10;DATED:February 2009 2 of 11 SOLICITATION NUMBER 12-035 SPECIFICATION NUMBER 12-99040 DATED/REVISED:May 2012 119LE 4) s6V4,2 Ytj balance of funds deposited does not reconcile. If the agreement is cancelled for non-acceptance,the services may be purchase elsewhere and the vendor may be charged full increase, if any, in cost and handling. 12. PROMPT PAYMENT POLICY: Payments will be made in accordance with the Texas Prompt Payment Law, Texas Government Code, Subtitle F, Chapter 2251. The City will pay Vendor within thirty days after the acceptance of the supplies, materials, equipment, or the day on which the performance of services was completed or the day, on which the City receives a correct invoice for the supplies, materials, equipment or services, whichever is later. The Vendor may charge a late fee (fee shall not be greater than that which is permitted by Texas law)for payments not made in accordance with this prompt payment policy;.however,this policy does not apply to payments made by the City in the event: 12.1. There is a bona fide dispute between the City and Vendor concerning the supplies, materials, services or equipment delivered or the services performed that causes the payment to be late;or 12.2. The terms of a federal agreement, grant, regulation, or statute prevent the City from making a timely payment with Federal Funds;or 12.3. The is a bona fide dispute between the Vendor and a subcontractor or between a subcontractor and its suppliers concerning supplies, material, or equipment delivered or the services performed which caused the payment to be late; or 12-A. The invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase order or agreement or other such contractual agreement. 13. NON-APPROPRIATION: The resulting Agreement is a commitment of the City's current revenues only. It is understood and agreed the City shall have the right to terminate the Agreement at the end of any City fiscal year if _ the governing body of the City does not appropriate funds sufficient to purchase the estimated yearly quantities, as determined by the City's budget for the fiscal year in question. The City may affect such termination by giving Vendor a-written notice of termination at the end of its then current fiscal year. 14. INTERLOCAL COOPERATIVE CONTRACTING(PIGGYBACK): Other governmental entities may be extended the opportunity to purchase off of the City's Agreements,with the consent and agreement of the awarded vendor(s)and the City. Such consent and agreement shall be conclusively inferred from lack of exception to this clause in a Respondent's submittal. However,all parties indicate their understanding and hereby expressly agree that the City is not an agent of, partner to,or representative of those outside agencies or entities and that the City is not obligated or liable for any action or debts that may arise out of such independently-negotiated"piggyback"procurements. PART II SCHEDULE 1. SOLICITATION SCHEDULE: It is the City's intention to comply.with the following solicitation timeline: 1.1. Solicitation released June 9,2012 1.2. Deadline for questions June 15,2012 1.3. City responses to all questions or addendums June 21,2012 1.44. Responses for solicitation due by 3:00 PM June 26, 2012 All questions regarding the solicitation shall be submitted in writing by 5:00 PM on the due date noted in PART II, Paragraph 1 sub-paragraph 1.3. A copy of all the questions submitted and the City's response to the questions shall be posted on our webpage, http•//www.roundrocktexas.aov/home/index.asp?pane=463. Questions shall be submitted to the City contact named in PART I, Paragraph 5. The City reserves the right to modify these dates. Notice of date change will be posted to the City's website. SUPERSEDES SPECIFICATION SPECIFICATION NO.09-990-10;,DATED:February 2009 3 of 11 SOLICITATION NUMBER 12-035 SPECIFICATION NUMBER 12-990-10 DATED/REVISED:May 2012 ********************SOLICITATION UPDATES******************* 2. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at http://WwW.roundrocktexas.gov/homelindex.asp?page=463 for any updates pertaining to the solicitation described herein. Various updates may include addendums, cancelations, notifications, and any other pertinent information necessary for the submission of a correct and accurate response. The City will not be held responsible for any further communication beyond updating the website. 3. RESPONSE DUE DATE: Signed and sealed responses are due no later than 3:00 PM,on the date noted above to the Purchasing Department. Mail or carry sealed responses to: City of Round Rock Purchasing Department 221 E. Main Street Round Rock,Texas 78664-5299 3.1. Responses received after this time and date shall not be considered. 3.2. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title, number, due date and "DO NOT OPEN". 3.3. Facsimile or electronically transmitted responses are not acceptable. 3.4. Late responses will be returned to Respondent unopened if return address is provided. 4. POST AWARD MEETING: The City and Respondent shall have a post award meeting to discuss, but not be limited to the following: 4.1. City contact(s) information for implementation of agreement. 4.2. Agreement terms and conditions. 4.3. Identify specific milestones,goals and strategies to meet objectives. 4.4. Specific details on pickup locations. 4.5. Deposit pickup processes including documentation of deposit receipts PART III SPECIFICATIONS 1. SCOPE: The intended purpose of these specifications is to establish the minimum requirements for armored car services to transport currency from specified locations designated by the City to the designated depository bank. 2. SERVICE LOCATIONS: The successful Respondent shall be required to make scheduled pickups and deposits from the following locations on the days and times specified: 2.1 Business Center, 231 East Main Street, Round Rock,TX 78664 2.2 McConico Building, 301 West Bagdad, Round Rock,TX 78664 2.3 Clay Madsen Recreation Center, 1600 Gattis School Road, Round Rock,TX 78664 _ 2.4 An additional location within The City limits(615 Palm Valley, Round Rock,TX 78664)to be added at a later date 2.5 The City reserves the right to add or delete pick up or delivery locations to satisfy the needs of the City SUPERSEDES SPECIFICATION SPECIFICATION NO.09-990-10;DATED:February 2009 4 of 11 SOLICITATION NUMBER 12-035 SPECIFICATION NUMBER 12-990-10 DATED/REVISED:May 2012 b I PLE D SECC�P_� 3. DESTINATION DEPOSITORY: The current Designated Depository Bank: Chase Bank,Central Vault. Please designate same day or next day bank delivery to: Chase Bank Central Vault,Austin,TX 4. QUALIFICATIONS: The successful Respondent for Armored Car Services shall provide: 4.1 An adequate number of uniformed personnel to provide the service to be performed 4.2 All Uniformed personnel shall possess and carry a company photo identification badge 4.2 Transport vehicles which shall be armored vehicles and properly equipped for the service to be performed. Standard street vehicles such as unarmored automobiles,vans, light trucks, etc.will not be accepted. 4.3 A current signature list prior to implementation of service. The signature list shall be updated and provided at least annually to the City. 4.4 A single point of contact with name and contact information for the management of the contract. Should the point of contact change, this change shall be provided to the City at the time of change. 4.6 A branch located within 120 miles of the City Limits. 4.7 Response to request for additional service within twenty four(24) hours. 5. DEPOSIT PICKUP SCHEDULE BY LOCATIONS: 5.1 Deposits include cash, currency, coins, checks, drafts, notes, etc. 5.2 Holidays excluded from Pickup/Delivery: New Year's Day Memorial Day Independence Day Labor Day Thanksgiving Day Friday after Thanksgiving Christmas Day(also the working day before or after) 5.3 Banking holidays excluded from Pickup Delivery: Martin Luther King Day Columbus Day Veteran's Day President's Day 5.4 Preferred Pickup/Deposit Schedule: Business Center: Monday—Friday no later than 12:00 noon ($500,000.00 liability limit) McConico Building: Monday—Friday no later than 12:00 noon ($50,000.00 liability limit) Clay Madsen Recreation Center: Monday, Wednesday and Friday no later than 12:00 noon ($50,000.00 liability limit) Additional Location (615 Palm Valley Blvd): Monday—Friday no later than 12:00 noon To be added at a later date ($50.000.00 liability limit) SUPERSEDES SPECIFICATION SPECIFICATION NO.09-990-10;DATED:February 2009 5 of 11 SOLICITATION NUMBER 12-035 SPECIFICATION NUMBER 12-99040 DATED/REVISED:May 2012 at PG5 13 sauz/oy 6. CONTRACT ADMINISTRATOR: All work performed under this contract will be supervised and verified by the City representative(s) noted below: Sherri Crone Accounting Supervisor (512)218-5443 7. PICK UP AND DELIVERY DOCUMENTATION REQUIREMENTS: The Respondent shall be required to provide documentation that shall entail the following: 7.1 A receipt book for each deposit pickup location which includes the following: 7.1.1 The date of deposit pickup 7.1.2 Signature of the City employee releasing the deposit 7.1.3 Respondent's authorized employee signature receiving the deposit 7.1.4 Delivery destination 7.1.5 Full value declaration 7.1.6 Individual bag value declaration 7.1.7 Total number of bags and tracking number 7.1.8 Customer signature space for receipt on final destination 7.2 Documentation showing proof of pickup and delivery.to and from the specified,locations and depository bank upon request 7.3 Deposit bags with proper labeling including the bad identification#and destination location 8. DELAYS: The successful Respondent shall not be held liable for delays or nonperformance due to the fault of the City. However,the Respondent shall be totally responsible for the safety and security of the City's sealed deposits in the Respondent's possession. The Respondent shall be required to contact the City's Contract Administrator in the event of a delay and shall arrange an alternative pickup time that is mutually agreed upon. Pickups suspended because of an Act of God, including flooding or weather related situations shall not be invoiced to the City. The vendor.is not required to attempt pickup on days the City closes as announced on radio or television due to incremental weather. 9. LOST OR DAMAGED DEPOSITS: In the event of sealed deposit loss or damage,within twenty-four(24) hours of the loss.or damage,the Respondent shall submit written reports to the City stating the type and amount of loss. Salvage, reclamation, and/or reconstruction shall begin as soon as possible following the loss or damage. All costs _ related to the loss or damage to the deposits in the care, custody,and control of the Respondent shall remain the sole responsibility of the Respondent. The City will assist in the proper identification of any such sealed deposits lost or damaged and will make every effort-to minimize costs and or further loss or damage. However,the City's help to minimize costs does not, in any way, relieve the Respondent's liability of any loss or costs arising from the incident. 10. INVOICING: The successful Respondent shall submit one original and one copy of each invoice on a monthly basis to the following address: City of Round Rock Attn: Accounts Payable 221 East Main Street- Round Rock,Texas 78664-5299 SUPERSEDES SPECIFICATION SPECIFICATION NO.09-990-10;DATED:February 2009 6 of 11 SOLICITATION NUMBER 12-035 SPECIFICATION NUMBER 12-990-10 DATED/REMSED:May 2012 PART IV MAP- D SEuw/�" // RESPONSE REQUIREMENTS The City of Round Rock makes no warranty that this checklist is a full comprehensive listing of every requirement specified in the solicitation. This list is only a tool to assist participating Respondents in compiling their final responses. Respondents are encouraged to carefully read the entire solicitation. Respondent shall submit one(1) executed (signed)original and three(3) copies of each response. For your bid to be responsive, all required attachments identified below shall be submitted with your proposal. The samples and/or copies shall be provided at the Respondent's expense, and shall become the property of the City unless the Respondent provides a return envelope and postage. 1. Itemized, signed solicitation document. Failure to itemize or sign solicitation may result in disqualification. 2. Attachment A: Reference Sheet shall include the name, address, active telephone number and valid e-mail address of at least three(3)firms applicable to Municipal and Government projects that have utilized similar services for at least two(2)years. 3. A photograph of the Respondent's Armored car fleet 4. Copy or sample page of required deposit pickup receipt book that shall be provided by the Respondent 5. Copy or sample of required deposit bags that shall be provided by the Respondent 6. Copy or sample of documentation providing proof of deposit to the depository bank The following items shall be made available upon request by the City prior to award and the approval of any contract: 1. A completed Insurance Certificate to the City,which shall be completed by an agent authorized to bind the named underwriters/insurance carriers to the coverage's limits and termination provisions shown therein. 2. A written detail description of the Respondent's security process for picking up deposits and for identifying courier staff. The security process shall be mutually agreed upon between the Respondent and the City. 3. A copy of the Respondent's employment screening policies, minimum qualifications and background check process. 4. An approved current signature list prior to implementation of service of personnel authorized to perform pickup and delivery. The City shall be provided with an updated list upon any changes in the pickup and delivery personnel. The City shall be provided with an updated list of all other pertinent personnel on an annual basis at a minimum. 5. Respondent shall provide a copy of all obtained necessary permits, certificates and/or licenses to fulfill contractual obligations. Failure to provide this information may, at the City's options, place the Respondent in default and the agreement subject to cancellation. 6. Proof of All Risk Cargo Insurance with a minimum of$ 750,000.00 to protect cash, currency, coins, checks, drafts, notes and other securities from all types of loss, including but not limited to theft or loss by employees of the Respondent, during transport and while in the possession of the carrier. SUPERSEDES SPECIFICATION SPECIFICATION NO.09-990-10;DATED:February 2009 7 of 11 SOLICITATION NUMBER 12-035 SPECIFICATION NUMBER 12-99040 DATED/REVISED:May 2012 pt CITY OF ROUND ROCK PURCHASING DEPARTMENTIP� SCU&e/ I 221 E.Main Street Round Rock,Texas 78664-5299 Solicitation Information: Responses are due to the Purchasing Department NAME OF SOLICITATION Armored Car Services _ Solicitation Number 12-035 at the above address by 3:00 PM,06/26/2012 Opening Date: 06/26/2012 Opening Time: 3:00 PM Response Location: Show solicitation opening date&solicitation number in lower left 221 E.Main Street hand corner of sealed response envelope with return address of Council Chambers responding firm. Round Rock,TX 78664 Facsimile responses shall not be accepted Return siqned one original and three copies of response. Respondent shall sign below INVOICE TO: Failyre to sign response will disquality'response CITY OF ROUND ROCK r AJC ACCOUNTS PAYABLE lD 221 EAST MAIN STREET Authorizedtg ature Da e ROUND ROCK,TEXAS 78664-5299 Lara Lack Print Name Respond F.O.B.Destination,Freight prepaid and allowed unless otherwise specified below SEE 1.7 OF SOLICITATION INSTRUCTIONS DESTINATION: TAX ID NO.:742321437 CITY OF ROUND ROCK LEGAL BUSINESS NAME:TRIPLE D SECURITY CORP 221 EAST MAIN STREET ROUND ROCK,TEXAS'78664-5299 ADDRESS:901 PROFIT DRIVE,VICTORIA,TX 77901 CONTACT:LARA LACK "By the signature hereon affixed,the respondent hereby certifies that neither the respondent nor the TELEPHONE NO:7137999966 entity'represented by the respondent,or anyone acting for such entity has violated the antitrust laws of this I BUSINESS ENTITY-TYPE:ARMORED CAR/SECURITY State,codified in Section 15.01 at seq.,Texas E-MAIL:LARA@TRIPLEDSECURITY.COM Business and Commerce Code,or the Federal antitrust laws,nor communicated directly or indirectly, the response made to any competitor or any other person engaged In such line of business." Respondent agrees to comply with all conditions set forth in this solicitation. SOLICITATION SHEET ITEM DESCRIPTION QTY UNIT OF UNIT PRICE EXTENSION NO. Pickups and Deposits for Armored Car Services MEASURE Weekly 1 Business Center. 231 East Main Street,Round Rock TX 78664 5 (Monday 13.50 67.50 thru Friday) Weekly 2 McConico Building: 301 West Bagdad,Round Rock,TX 78664 5 (Monday 13.50 67.50 thru Friday) Weekly 3 Clay Madsen Recreation Center,1600 Gattis School Rd,Round Rock,TX 78664 3 (Monday, 13.50 40.50 Wednesday, Friday) SUPERSEDES SPECIFICATION SPECIFICATION NO.09-990-10;DATED:February 2009 8 of 11 SOLICITATION NUMBER 12-035 SPECIFICATION NUMBER 12-99040 DAA IREVISED:Mayz2012 SOLICITATION SHEET Continued 4 Additional Location to be added at a later date: 615 Palm Valley,Round Rock,TX 78664 TBD TBD 13.50 OTHER SERVICES: 5 Deposit Bags—Please list sizes and price of bags below 9X12 PRICE PER 100 BAGS 30.00 12X16 PRICE PER 100 BAGS 30.00 6 Holiday Service 1 EA 45.00 45.00 7 Excess Time (Waiting time over five(5)minutes for the pickup of deposits) 1 EA 2.00 2.00 8 Additional pickups for an existing location 1 EA 45.00 45.00 9 Excess Liability per$1,000.00 over specified Limited Liability 1 EA 15 PER$1 k .15 per$1 K 10 Time from Pickup to Deposit to Chase Central Vault SAME DAY (Same Day/Next Day) 1 f Any Additional Fees or Services FUEL (Provide details below) FUEL IS BASED ON DIESEL PRICE OF$2.79 PER GALLON. FOR EVERY 10 CENT INCREASE.THERE WILL BE A 1%SURCHARGE "*The City of Round Rock shall not pay for any special fees, materials,supplies, including but not limited to fuel and lubricants and repairs including labor, parts and materials used in connection with the services provided finless otherwise specified in this Agreement. The Respondent shall include all costs that will be incurred over the contract period in the monthly rate. TOTAL: 175.50 SUPERSEDES SPECIFICATION SPECIFICATION NO.09-990-10;DATED:February 2009 9 of 11 SOLICITATION NUMBER 12-035 SPECIFICATION NUMBER 12-990-10 DATED/REVISED:May 2012 SOLICITATION INSTRUCTIONS I eLc D sea-W- !�l ITEMS BELOW APPLY TO AND BECOME A PART OF TERMS AND CONDITIONS OF SOLICITATION ANY EXCEPTIONS THERETO MUST BE IN WRITING 1. SOLICITATION REQUIREMENTS: 1.1 Responding requires pricing per unit shown and extensions. If trade discount is shown on solicitation, it should be deducted and net line extensions shown. Respondents guarantees product offered will meet or exceed specifications identified in this Invitation For Bid(IFB). 1.2 Solicitations shall be submitted on Solicitation Sheet Each response shall be placed in a separate envelope completely and properly Identified. Responses must be in the Purchasing Department before the hour and date specified on the solicitation. 1.3 Late responses properly identified will be returned to respondent unopened. Late responses will not be considered. 1.4 Respond F.O.B.destination,freight prepaid,&allowed unless otherwise specified on the solicitation. If otherwise,show exact cost to deliver. 1.5 Response shall show unit price on quantity and unit of measure specified,extension and show total. In case of errors in extension,unit prices shall govern. Responses subject to unlimited price Increase will not be considered. 1.6 Submitted prices shall be firm for acceptance 30 days from solicitation opening date. "Discount from Lisf responses are not acceptance unless requested. Cash discount will not be considered in determining the low response.All cash discounts offered will be taken if earned. 1.7 Responses shall give Tax Identification Number,full name and address of respondent Failure to sign will disqualify response. Person signing response shall show title and authority to bind signatories firm in an agreement Firm name should appear on each page in the block provided in the upper right comer. Business Entity shall be one(1)of the following:Individual,Partnership,Sole Proprietorship,Estate/Trust-Corporation,Governmental.Non-profit,all others shall be specified. INDIVIDUAL:List name and number as shown on Social Security Card. SOLE PROPRIETORSHIP:List legal name followed by legal business name and Social Security Number. ALL OTHERS:List legal name of entity and Tax Identification Number(fIN). 1.8 Responses cannot be altered or amended after opening time. Any Alterations made before opening time shall be initialed by respondent or an authorized agent No response can be withdrawn after opening time without approval of the CITY based on a written acceptable reason. 1.9 The City is exempt from State Sales Tax and Federal Excise Tax. Do not include tax in response. 1.10 The City reserves the right to accept or reject all or any part of response,waive minor technicalities and award the response to best serve the interests of the City.Split awards may be made at the sole discretion of the City. 1.11 Consistent and continued He responses could cause rejection of responses by the City andfor investigation for antitrust violations. 1.12 Telephone,facsimile,and electronically transmitted responses are not acceptable in response to the solicitation. 1.13 CAUTION:Solicitation Invitation allows sufficient time for receipt of the preferred mail response. The City shall not be responsible for responses received late,illegible, Incomplete,or otherwise non-responsive. 2. SPECIFICATION: 2.1 Any catalog,brand name or manufacturer's reference.used in the solicitation is descriptive only(not restrictive),and is used to indicate type and quality desired. Responses on brands of like nature and quality will be considered unless advertised under the provisions of Section 252.022 of the Texas Local Government Code. If other than brand(s)specified is offered,illustrations and complete descriptions of product offered are requested to be made a part of the response. If respondent takes no exceptions to specifications or reference data in response,respondent will be required to furnish brand names,numbers,etc.,as specified in the solicitation. 2.2 All Items on the solicitation shall be new,in first class condition,including containers suitable for shipment and storage,unless otherwise indicated in the solicitation. Verbal agreements to the contrary will not be recognized. 2.3 Samples,when requested,must be furnished free of expense to the City. If not destroyed in examination,they will be returned to the respondent,on request,at respondent expense. Each example should be marked with respondents'name and address.City solicitation number and cede. Do not enclose in or attach to response. 2.4 The City will not be bound by any oral statement or representation contrary to the written specifications of the solicitation. 2.5 Manufacturer's standard warranty shall apply unless otherwise stated in the solicitation. 3. TIE RESPONSES: In case of tie responses,the award will be made in accordance with Section 271.901 of the Texas Local Government Code. 4. DELIVERY: 4.1 Response shall show number of days required to place material in City's designated location under normal conditions. Failure to state deliver time obligates respondent to complete delivery in fourteen(14)calendar days. Unrealistically short or long delivery promises may cause response to be disregarded. Consistent failure to meet delivery promises without valid reason may cause removal from Vendor fist(See 4.2 following.) 4.2 If delay is foreseen,Vendor shall give written notice to the City. The City has the right to extend delivery date if reasons appear valid. Vendor shall keep the City advised at all times of status of order. Default in promised delivery(without acceptable reasons)or failure to meet specifications,authorizes the City to purchase supplies elsewhere and charge full increase,9 any,in cost and handling to defaulting Vendor. 4.3 No substitutions or cancellations permitted without written approval of the City. 4.4 Delivery shall be made during normal working hours only,unless prior approval for late delivery has been obtained from the City,unless otherwise specified in the solicitation. 5. INSPECTION AND TESTS: AO goods will be subject to inspection and test by the City to the extent practicable at all times and places. Authorized City personnel shall have access to any suppliers place of business for the purpose of inspecting merchandise. Tests may be performed on samples submitted with the response or on samples taken from regular shipments. If the products tested fail to meet or exceed all conditions and requirements of the specifications,the cost of the sample used and the cost of the testing shall be borne by the supplier. Goods,which have been delivered and rejected in whole or in part,may,at the City's option,be returned to the Vendor or held for disposition at Vendors risk and expense. Latent defects may result in revocation of acceptance. 6. AWARD OF AGREEMENT: A response to a solicitation is an offer to contract with the City based upon the terms,conditions,and specifications contained in the solicitation. Responses do not become agreements or purchase orders unless and until they are accepted by the City through its designates and an agreement or a purchase order is issued. The agreement or purchase order shall be governed,construed,and interpreted under the Charter of the City and the laws of State of Texas. All agreements or purchase orders are subject to the approval of the City Council or Manager. 7. PAYMENT:Vendor shall submit three(3)copies of an invoice showing the agreement or purchase order number on all copies. 8. PATENTS AND COPYRIGHTS: The Respondent agrees to protect the City from claims involving infringements of patents or copyrights. 9. RESPONDENT ASSIGNMENTS: Respondent hereby assigns to the purchaser any and all Balms for overcharges associated with this agreement,which arise under the antitrust laws of the State of Texas.TX,Bus.And Comm.Code Ann.Sec.15.01,et seq.(1967). 10. RESPONDENT AFFIRMATION: 10.1 Signing the response with a false statement is a material breach of agreement and shall void the submitted response or any resulting agreements,and the Respondent shall be removed from all Vendor lists. By signature hereon affixed,the respondent hereby certifies that: 10.2 The respondent has not given,offered to give,nor intends to give any time hereafter any economic opportunity,future employment,gift,loan,gratuity,special discount, Up,favor,or service to a public servant in connection with the submitted response. 10.3 The respondent is not currently delinquent in the payment of any debt owed the City. 10.4 Neither the respondent nor the firm,corporation,partnership,or any entity represented by the respondent,or anyone acting for such firm,corporation,or entity has violated the antitrust laws of this State codified in Section 15.01 at Seq.Texas Business and Commercial Code,or the Federal Antitrust Laws,nor communicated directly or Indirectly the response made to any competitor,or any other person engaged in such line of business. 10.5 The respondent has not received compensation for participation in the preparation of the specification for the solicitation. 11. NOTE TO RESPONDENTS: Any terms and conditions attached to response will not be considered unless the respondent specifically references them on the front of the response forth. WARNING:Such terms and conditions may result in disqualification of the response(e.g.responses with the laws of a state other than Texas requirements for prepayment,Limitations on remedies,etc.) The City of Round Rock can only accept responses which contain all the terms and conditions of its formal solicitation,in particular, all respondents'affirmatioris and certifications must be Included.*Submission of responses on fortes other than'City's forth may result in disqualification of your response. 12. INQUIRIES: Inquiries pertaining to Solicitation invitations must give Solicitation number,codes,and opening date. SUPERSEDES SPECIFICATION SPECIFICATION NO.09-990-10;DATED:February 2009 10 of 11 SOLICITATION NUMBER 12-035 SPECIFICATION NUMBER 12-990-10 DATED/REVISED:May 2012 m, ATTACHMENT A Mi PL5 10 SCUP-I' r RESPONDENT'S REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: 12-035 RESPONDENT'S NAME: TRIPLE D SECURITY CORP DATE: 6/25/12 Provide the name, address, telephone number and point of contact of at least three(3)firms applicable to Municipal and/or Government projects that have utilized similar service for at least two(2)years. City of Round Rock references are not applicable. References may be checked prior to award. Any negative responses received may result in disqualification of solicitation. 1. Company's Name CITY OF AUSTIN Name of Contact JEFFREY DILBERT Title of Contact CORPORATE PURCHASING MANAGER E-Mail Address JEFFERY.DILBERT(a-CI.AUSTIN.TX.US Present Address 124 W 8TH STREET,STE 300 City, State,Zip Code AUSTIN,TX 78701 Telephone Number ( 512 ) 974-2021 Fax Number: ( 512 ) 974-2388 2. Company's Name CITY OF HOUSTON Name of Contact ROY BREAUX Title of Contact PROCUREMENT SPECIALIST E-Mail Address ROY.BREAUZ@HOUSTONTX.GOV Present Address 901 BAGBY City, State, Zip Code HOUSTON,TX 77002 Telephone Number ( 832 ) 3938728 Fax Number:•( 832 ) 393-8761 3. Company's Name CITY OF GALVESTON Name of Contact KEVIN SCOTT Title of Contact PURCHASING SUPERVISOR E-Mail Address SCOTTKEV@CITYOFGALVESTON.ORG Present Address 823 ROSENBERG City, State,Zip Code GALVESTON,TX 77550 Telephone Number (409 ) 797-3574 Fax Number: ( 409 ) 797-3619 FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. SUPERSEDES SPECIFICATION SPECIFICATION NO.09-990-10;DATED:February 2009 11 of 11 pie,D 1-800-541.1046 r ns w ARMORED=SERVICE ,sw 1=800.541.1046 ��C Y;Jj . 1\ !s!s)C)% 1n'_I1371 Le'"LrJS HOUST' S; `•� :-`N70, 1,O 1,x,0;r)RI,e; - (�'•t�GL'�ONEN ! 3!!J ! ;1 !I! !�� ! tat .. ; •}i! ! DATE TIME: ADDRESS s _ CITE; ��� �, � 1. TOP ORIGINAL COP`.FOP,i t31PL=-D +� l BY 2: PINK COPY FOR TRIPLE-D 3. YELLOW COPY FOR TRIPLE D s` d. BOTTOPA GOLD COPY STAYS WITH ORIGINATOR 'j NOTICE TO CONSIGNOR Our crew member cannot accept any item or commodity unless it is a properly locked or sealed container. Acceptance by a Triple D Security Corp.member of an item or commodity valued at more than the amount in your contract with Triple D Security Corp. does not constitute acceptance by Triply D Security Corp.of liability greater than the amount in your contract. Item `Said to.contain' �� aoa�r, 'Sad Received 'Received Received Checked Description l each bag -Serial-Serial Vim. b�Triple D J�j Traro�e D J Triplecads g i� nee f 1 t � ' Qr 4 3 N W 7 .yy S t SB I I 1 H Q D TIME 70¢-;• mo i :i r. j DATA D UViri?EC Received by TOTAL NUM BER Consignee OF CONTAINERS rrectly Sealed:: Cc YL99.9LS-1.90 SVX31'`/IHOJ.OIA'ONI'SOIP.dVUE) kiM'NH31tlM 1 t - ^t.. 1 wilivi.-Mpledsecuty-com 1 U TRI LED-MECURITYME- -800-541-1046 AU�!�,N,�- `�ORPUS CHRIST) DALLAS �n TORM ITON110 G:jNJ /.8A'N AN M41 till (CIRCLE 7R i1i ji fill i UCK)110 F110U7E k 'I I 4111 I'll" 1,1: 111,I ONE) 70 ADDRESS DDRESS CiTY 'OP ORIGINAL COPY FOR 4RELE.ASE tMrM C:OPYFORTRIPLED Ifij COPY FOR TRIPLE D j 4. 'Iffirri 0 P%I G I 14 Xi C R BO GOLD COPY STRIS lit, NOTICE 10 CONSIGNOR Acceptance y a Triple D commodity unless It Is a propeq.!!� e�f! Our crew member cannot accept any Item or COMMO sealed container. Sacu ..=ZyvaIU8dat.M.,=a ,t, Th 7n,.-- tra My�Ulp.6110111�.. does not constituteacceptanceby Triple D Security Co;�',f liability greater than the amount in your contract. 'Said to contain' Checked C 0 nLl i n e Received b!/ Value vs, Triple D by TOP*0 consignee T3 Descr each bag T.F-57 11 f SB H I Et Q D N p LIVERY I TOTAIL VALUE DKIM EUVERED 'by TOTAL NUI MBER C OF CONNTAMERS corractly as d TIMG STA M P ID# �` K ' cc Triple D Security CORR Standard Operating Procedure Upon the arrival of the armored truck at City of Round Rock,the driver will position the truck as close to the entrance as possible. The messenger will exit the truck and proceed to the office. The messenger,for security reasons, will enter the office, close the door to the office, and sign for the liability. If the stop requires a change delivery,the messenger will enter the office with the change order in the messenger bag and/or dolly. The designated employee will sign for the change and the messenger will leave the pink copy of the change order slip with the office. Once the messenger has signed for the liability,he/she will exit the office and must return to the armored truck without any further stops in the building. Five(5)minutes are allotted for the stop in each building. Delivery of Liability to Chase Downtown CORK liability will be delivered to Chase Bank,downtown Austin,on the same day of pick up. 4 '4. SECURITY, INC. Screening Policies For each person who applies to Triple D Security for employment, they are subject to the following minimum standards: Driving History Check No more than 2 tickets in past three years Credit Check Criminal History Check Y Nothing greater than class A misdemeanor Reference Check Drug Screen Driving Test Texas License#C4948 e-mail:jlack@tripledsecurity.com (361)578-4951;Fax:(361)578-5290 P.O.Box 2346—Victoria,Texas 77902 Alarm Systems& Monitoring, Guard & Patrol Service, Armored ATM Service, CIT Services, Camera Systems --W-28%y a/AUL P.O.Box 2346—Victoria,Texas,77902 SECURITY, INC- Phone(800)541-1046 2012 LIST A—Austin, Texas State of Texas License#G1948 AUTHORIZED BY JAY LACK,PRESIDENT,AND ISSUED ON May 7,2012 This list replaces all previous lists. ,rAd Fulgencio Wright Baker William Jaime Hank 3764 1222 6120 Boyle Cannon Coronado Trevor Carl Randy 3759 3760 3758 41—— Galvan DeLeon Ruben Carlos Edwards 3762 3753 James 3725 Gangoso Ibanez Jestermark Guerrero Gabriel 3724 Jennifer 3765 3706 TIC, 'S 7w, ill' Langston ► Lester Liles f Warren Homer Brandon 3740 3749 s 3722 SC-0 L-Opf:Z- W7 Lopez LOU f Francisco Martinez Rex3732 Marcela 3734 3730 IMPERSONATIONS HAVE BEEN ATTEMPTED. IF IN DOUBT CALL 1 800 5411046 r t J ,�+""J � �I ...�./.V ✓ VVVM..i' VV.�./V.Mi.V.. P.O.Box 2346—Victoria,Texas,77902 SECURITY., INC_ Phone(800)541-1046 2012 LIST A—Austin, Texas State of Texas License#C-1948 AUTHORIZED BY JAY LACK,PRESIDENT,AND ISSUED ON May 7,2012 This list replaces all previous lists. Munford i Orta Priest Dustin I Arthur Jon j" 3158 3744 3736 `I Rojas Vasquez Rodriguez i.., Fernando Kraig Rosemary 3752 3735 3763 Verdadero D Marianito "Verda" 3754 IMPERSONATIONS HAVE BEEN ATTEMPTED. 'IF IN DOUBT CALL 1 800 5411046 ..+�.x�i�k��i,�^����'fJ.:'i+w.tS�f:`w'..f`Ji�.}9i.�.if:�F.;.�ek+'1�JlE�.+i� �H �� ._� .!.zs �.I.i'unt.'dt!�rFCL•.•.IR.:;+;.::�1� f�`T:'U:rU''i13�f•��7t�6f!�.`� �a'17tif3yi•L� '.T'•u�P ''�� ' . MPubll' coafety J' Tt S.�l ( J 1 • The Texas Private Security Bureau certifies that: TRIPLE C SECURITY CORPORATION ' C01948 Is Duty Licensed as s� Investigations I Security-Contractor Guard Company Alarm Systems Company hs! Armored Czar Company Courier Company Under the provisions of Chapter 1702 Texas Occupations Code, as-amended y�$ This License f` EXPIRES: 6/3.012013 fl•'1 + TA PSB-47(6/05) TY n f P h rr Snfah 5i.+•. ..Jt n. .,✓.• 54..:4" •T•ii +:I: li! i•4r.^ 'f'3 f l .5 '"/`n.. �I }7 T�.rf+��..�d'c'r:lr_.3:.M.....!t.,_Ii.�: _:�:•�:..7,if[rJa.�.:TiJ•:Sxa.isJrJw�;t..)..1�u�tl:ur�.�_..::1.-,.�.Se�•1':�WiiF:�if1.-'.:laic.w:::J'':f4.avr•..µ.•�.r?L.�tu'.i�'���.lGa�.dLt..�S3•ES,dl G4��•!SL'Sx+-T:is� ��4LIlT�i:i:�•i�Y�12F34fi�Y�T£'S'. '°�c� CERTIFICATE OF LIABILITY INSURANCE 6/25/2012 YYY' THIS CERTIFICATE IS ISSUED AS A MATTER'OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER,THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Michele Thibodeaux NAME: El Dorado Insurance- Agency, Inc. PHONE (713)521-9251 A!C No:(713)521-0125 E1 Dorado Sec Srvs Ins Agy ADORo .mthibodeaux®eldoradoinsurance.com PO BOX 66571 INSURER(S) AFFORDING COVERAGE NAIC4 Houston TX 77266 INSURERA:Texas Mutual Insurance Company 2945 INSURED INSURER B' Triple D Security.Corporation INSURERC: 901 Profit Dr. INsuRERD: INSURER E Victoria TX 77901 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. tN R TYPE OF INSURANCE ADDL SU POLICY EFF POLICY EXP LIMITS INSR POLICYNUMBER MMIDO MMIDD GENERAL LIABILITY EACH OCCURRENCE S COMMERCIAL GENERAL LIABILITY PREMISES a occurrence) S CLAIMS-MADE D OCCUR MED EXP(An one person) S PERSONAL 8 ADV INJURY S GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGG S POLICY JFCT —1 PRO LOC $ AUTOMOBILE LIABILITY CO(Eaa�INdED ent)SINGLE LIMIT S ANY AUTO BODILY INJURY(Per person) S ALL OWNED• SCHEDULED BODILY INJURY(Per accident) S AUTOS NUTOS ON-OWNED PROPERTY DAMAGE S HIRED AUTOS AUTOS S UMBRELLA UAB OCCUR EACH OCCURRENCE $ IXCESSLUIB CLAIMS-MADE AGGREGATE S DED RETENTIONS S jlj WORKERS COMPENSATION X WC STATII- OTH- I FR AND EMPLOYERS'LIABILITY YIN ANY PROPRIEfORIPARTNERIEXECUTIVE E.LEACH ACCIDENT $ 1,000,000 OFFICERIMEMBER EXCLUDED? NIA SF0001176696 /13/2012 /13/2013 (Mandatory In NH) EL'DISEASE-FA EMPLOYEE S 11000,000 I(yes,describe under DESCRIPTION OF OPERATIONS below E.L DISEASE-POLICY LIMIT S 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space Is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Round Rock Assistant City Manager 221 East Main AUTHORIZED REPRESENTATIVE Round Rock, TX 78664-5299 R.L. Ring, Jr./LY07 ACORD 25(2010105) ©1988-2010 ACORD CORPORATION. All rights reserved. INS025(2oioos).o1 The ACORD name and logo are registered marks of ACORD A ® CERTIFICATE OF LIABILITY INSURANCE page 1 of 2 06/2 1220 2 THIS CERTIFICATE IS ISSUED ASA MATTER OF INFORMATION ONLYAND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must be endorsed. If SUBROGATION IS WAIVED,.subjectto the terms and conditions of the policy,certain policies may require an endorsement.Astatementon this certificate does not conferrights tothe certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Willis of New York, Inc. PHONEFAX 10 Woodbridge Center Dr. 877-945-7378 888-467-2378 Suite 601 -MAIL certi£icates@willis.com Woodbridge, NJ 07095 INSURER(S)AFFORDING COVERAGE NAIC# INSURERA:Tower Insurance Company of New York .144300-001 INSURED INSURER B:New Hampshire Insurance Company 23841-001 Triple D Security Corporation Locations listed below INSURERC: INSURER D: INSURER E• INSURER R I COVERAGES CERTIFICATE NUMBER:18079527 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN.THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONSAND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ..,F INSR ITR TYPE OFINSURANCE DD' SUB pOUCYNUMBER POLICY EFF POLICY EXP LIMITS A cENERALLIABILITY Y Y CGLI100754-11 0/15/201110/15/201, EACHOCcuRRENCE Is 1 000 000 MA' IXCOMMERCIAL GENERALLIABILITY MEMIS TO RENTED MISES Eaoaurence S 100 000 CLAIMS-MADEQ CCCUR MED EXP(Anyone person) Is 5 000 PERSONAL SADVINJURY IS 1,000,000 GENERALAGGREGATE S 2,000,000 GEWLAGGREGATE LIMITAPPUESPER: PRODUCTS-COMP/OPAGG IS 1,000,000 X POLICY PRO• n LOC s B AUTOMOBILE LIABILITY 01-CA-066144947-1 11/15/201110/15/201 EaeBeD81NGLELIMIT S 1,000,000 X ANYAUTO BODILY INJURY(Per person) S ALLOWNED SCHEDULED BODILY INJURY(Per accident) S _ AUTOS AUTOS HIREDAUTOS NON-OWNED PerecddenQ S AUTOS Is UMBRELLA UAB OCCUR EACH OCCURRENCE s EXCESS UABCLAIMS-MADE AGGREGATE s jDED I IRETENTIONS IS WORKERS COMPENSATION I 41C.ISTEK. AND EMPLOYERS-LIABILITY ANY PROPMETOMPARTNEWEXECUTIVEa NIA ELEACH ACCIDENT S 1OFFICERIMEMBER EXCLUDED? 114an dory sunder E.L.DtSEASE-EA EMPLOYEE S DESCRIPTION OF OPERATIONS below EL.DISEASE-POI ICY LIMIT S DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(Attach Acord 101,Additonal Remarks Schedule.Umore space is required) See Attached: CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE CITY OF ROUND ROCK 221 EAST MAIN (AND 309 EAST MAIN) ROUND ROCK, TX 78664-5299 Coll:3773555 Tpl:1454657 Cert:18079527 V@ 1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 100001 LOC#: ADDITIONAL REMARKS SCHEDULE Paged of 9 AGENCY NAMED INSURED `? Triple D Security Corporation Willis of New York, Inc. Locations listed below POLICY NUMBER See First Page CARRIER NAIC CODE See First Page EFFECTIVE DATE: See First Page ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Insured: Triple D Security Corporation 6060 S. Loop East, Ste. 200, Houston, TX 77033 2945 Walnut Hill Lane, Ste. 105 Dallas, TX 75229 901 Profit Dr., Victoria, TX 77601 3365 Pan Am Expressway,, San Antonio, TX 78219 1400 Smith Rd., Ste. B106, Austin, TX 78721 3901 A S.P.I.D., Corpus Christie, TX 78415 CITY OF ROUND ROCK, ITS OFFICERS, EMPLOYEES, AND ELECTED OFFICIALS AS ADDITIONAL INSUREDS AS THEIR RESPECTIVE INTEREST MAY APPEAR AND INCLUDING WAIVER OF SUBROGATION AS PER POLICY BLANKET COVERAGES AND ENDORSEMENTS. ACORD 101(2008101) Coll:3773555 Tpl:1454657 Cert:18079527 ©2008ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD ACCORV® CERTIFICATE OF LIABILITY INSURANCE Pa e 1 of 2 06 25/2 ' B / / THIS CERTIFICATE IS ISSUED ASA MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTERTHE COVERAGE AFFORDED BYTHE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(les)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.Astatement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER CONTACT Willis of New York, Inc. PHONE FAX 10 Woodbridge Center Dr. 877-945-7378 888-467-2378 Suite 601 -fig . certificates@willis.com Woodbridge, Na 07095 INSURERS FORDING COVERAGE NAIC II INSURERA:Tower Insurance Company of New York 44300-001 INSURED Triple D Security Corporation INSURERB:Nsw Hampshire Insurance Company 23841-001 Locations listed below INSURER C:Navigators Insurance Company 42307-001 INSURER D: INSURER E: INSURER P COVERAGES CERTIFICATE NUMBER:18080966 REVISION NUMBER:See Remarks THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN.THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I. TYPEOFINSURANCE OD' SLIBvivn POLICYNUMBER POLICY EFF POLICY EXP: LIMITS A GENERAL LIABILITY Y Y CGLI100754-11 10/15/201 10/15/201 EACH OCCURRENCE $ 11000,000 COMMERCIAL GENERALLIABILnY DAMMSESORENTED. S 100,000 CLAIMS-MADEa OCCUR MED EXP one person) S 000 PERSONAL BADVINJURY 5 11000,000 GENERALAGGREGATE S 2.000,000 GEN'LAGGREGATELIMITAPPLIESPER: PRODUCTS-COMP/OPAGG S 1,000,000 X POLICY PRO•rT n LOC S B AUTOMOBILE LIABILITY 01-CA-066144947-1 11/15/201110/15/201, (CEeMBJIdeD)SINGLELIMIT S 1,000,000 X ANYAUTO BODILY INJURY(Perpe:son) S ALLOWNED SCHEDULED BODILY INJURY(Peraccidenl) S AUTOS I HIREOAUTOS NON-OWNED Perracciident)OPERITUMAUE S AUTOS s 5 _ UMBRELLALIABOCCUR EACH OCCURRENCE S EXCESS LIAR HCLAIMS-MADE AGGREGATE S DEO I RETENTIONS $ WORKERS COMPENSATION TWOSTATU H. AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNERIEXECUTIVEY� NIA E.L EACH ACCIDENT S OMMFFICER/MEMB��E►►REXCLUDED7 E.LDISEASE-EA EMPLOYEE S lran da n Nunder DESCRIPTION OF OPERATIONSbebw E.L.DISEASE-POLICY LIMIT S C Armored Vault / MY07ILMOO9807-02 10/15/201110/15 201:Vault Risk: $10,000,000 Armored Transit Risk any one accident/occ. including Employee Transit Risk: $10,000,000 Dishonesty any one conveyance/acc/occ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach Acord 101,Addilonal Romarks Schedule,if more spaco Is raquirod) THIS VOIDS AND REPLACES PREVIOUSLY ISSUED CERTIFICATE DATED: 6/25/2012 WITH ID: 18079527 See Attached: CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE CITY OF ROUND ROCK 221 EAST MAIN (AND 309 EAST MAIN) /) ROUND ROCK,TX* 78664-5299 Coll:3773791 Tp1:1471905 Cert:18080966 VO 1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 100001 LOC#: '4 ADDITIONAL REMARKS SCHEDULE Paged of_2—. AGENCY NAMED INSURED Triple D Security Corporation Willis of New York, Inc. Locations listed below POLICY NUMBER See First Page CARRIER NAIC CODE See First Page EITECmrEDASE: See First Page ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Insured: Triple D Security Corporation 6060 S. Loop East, Ste. 200, Houston, TX 77033 2945 Walnut Hill Lane, Ste. 105, Dallas, TX 75229 90.1 Profit Dr., Victoria, TX 77901 3365 Pan Am Expressway, San Antonio, TX 78219 1400 Smith Rd., Ste. B106, Austin, TX 78721 3901 A S.P.I.D., Corpus Christie, TX 78415 CITY OF ROUND ROCK, ITS OFFICERS; EMPLOYEES, AND ELECTED OFFICIALS AS ADDITIONAL INSUREDS AS THEIR RESPECTIVE INTEREST MAY APPEAR AND INCLUDING WAIVER OF SUBROGATION AS PER POLICY BLANKET COVERAGES AND ENDORSEMENTS. CITY OF ROUND ROCK AS LOSS PAYEE AS THEIR INTERESTS MAY APPEAR WITH REGARD TO THE CRIME INSURANCE. I ACORD 101(2008101) Coll:3773791 Tpl:1471905 Cert:18080966 ©2008ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD n Jr7: y7:tm X 7r.• . n v a '�s �r t i �� � J°x' ', �,�"�_ 5�'•�5��'•.<' r\� "•��cr"' k_4• t 'r�S� }r if ,itA I•t'7t •,} �.'��," " ' ,}�r, �,r�� yriyyjtit�..i�'GS',+�.��^ �'G,;!�` slr •! rag id'{ r y �d �a a 4 ,rA �'.JY ,,_a^p_ c +le'• 4'�''; .�, "'! 4i'ri�i '� +'t , ,r, �i., t tsyt}�,k*6�ue�S 'ter F;,' ,�'� •Nn � w ��,j �i�I, r '�!.'��'�;,�f?{i`'�xs„ In x��j�.sl 's�'`'H' �scl 'rf?a'' s)�s�r •a 1 },.,,i ;'� J..s`� '✓' � � .Y",F-.. �'+!`4,{ry'F�'1 fv� '"k,if«-� �., t 7yJ s t�l 4 1'r�' �! Y ""'C t(;tf t . .e n,• ,.; G � "+! F ;;4'qr �'�Y`�'<�" �" n+R,�'�� 'Yt+�. '4't�C ') �•.rJ ni, -i ��• a.f�,... 5'r ryr•f .r` �^•t i is����'4:. � '+Y�`� '�,,� rvr•'��" �� ,,',.��""' a.t4fi! �u�`�� M��k., �,� ,, �f.y� �f, ,� $>r ,,wtj_ r ' �r 7^?�' �i ro � 9,'•� r� +I yfi s '4 f>o.. t r J• + �� ,,) ! ,7 T fir..FT';r`r l :�t �efi.��:a F 'SF ar°4'fi F�.�' � �` .1,�y•rry..r {�� wr¢Y ,mJ� r "{ `� Y ,� x•. r r �j .a-�. �•.'gi,+�'"�•,,.Fk' '�'��.�1'� s'� +t�; ks� divd;,l�• �ti� °std-7 ^'krrkra �t.t K!'. / rG• �� � ��{'�� ,, tnNr�uF^ '}'�ycr.S+jf,'� r�p�}��r}, t t ��A:�'�'����'�'.,�s.R if}' - I � hart.G} 'G�Y,rj� ,y�'j y 'J a clrla d r sa4}c<RFS55' 'k-'wy'..�' l'+'ty,5, 'F•e*'P�J. F r,"+. ah:rM,f+e• '�1 s, •il 2 ns _J� .�.: ,o-�+` w^ t.,d'ra,. ,,y E,.� y��,��{y-'F, a• i ' 7' ,•� .r �+�•.' { m tk�h � a r. h tl�t,•��r� Y•'LA,y �Y•', rx', '� ."�'Fk ,!r N��r' �`: k r R �`• 'r s r :.y� n •�,.r..r S��i'�" iP�� S'r•' �i5t4't+r�� d�f1�* '�i,i :� �� 63.s.�! 4 !•, „a' X. 'n"' C, A r,F .y k Lnr, .y6Y7f r ; � :fi I ,k. 'l: f. '•'t 1 1 A 'i i y��5!�+l ,� f •& ��i+'[Aa,�., .n,• �i5 �0�'i;V C".;t, '�u.' + h, 5 'tn,•,!�,. a t kr d', 1"4rc �G �' •� •'� �n,t�r•.�' �t �etrF�f'7r. >< �,,'..��,< �,�t,, � - �� , iw �'' «�,., .ti. ,7 � � ',A t + itiLi:,r. v .7�vE`M•h'�, ,Gt b °s 4�+�r+' �:a� � .e �.sy �':��•��� 'tr"'S kD �o � A�• '� i , +�.b3r',7; •dq�,,'�7p��:y�YlF,�k��4L..,i"y'r.t�F��7..' �•� .r{','yG,�r�1`�. ��1�F�y��'�• t .res tr�ii�'���5,� 'rk�x�� � �� ' ,'x'4. • � .4t..�J. F.#" b'r. 'jt' ,.stv,a� i� rv+d'xrt N'r ;� '' m� v '•, � ?r •?i' s rt, +tv ,r,' 3.•` a tx.t sJ �,p,. ,e� r.` '�,. rt rs x-tt ^�'.. °' ,h �u �4' c6,•y't� v Si;r' :� R �C m� �k<'RI'.Vit: r • .�. ,.aP 'n. �„ "a••! �t '•�a'� �yf�',t'4 it^^'[".ir dat� �li�'� J,r �W "',1 `�'•`'�....+..t .riy.}J,� �'s G - �' �. '.r �` -�`� �x•.�. `� �u'+'3 � Ta �'k'Pf � ��I',, 7"#eF`" ,''»��F;�e '.�1,1a s �a'L';1n n z�' l,:- •'t` ,. ..JtL,•.Y �• .r• ,� .✓ ✓S^�� 4 ;"'�. .7C�s�4'SY�i�"G*J.r,k url�r!'� dY e'' S•�, r ;tPr+y vl'C{,'�,grtj (S•,r�?.c,:�"�r'y� `r•, ,n cl a•. �L r•., t J • t i 'R ri'+ •' .r�,lnL ?":. rfl1+:^� ,y�i�:p•:. fj�,.�a.1i/:r N-`.1vY ��5,'r S.sj�y.x•4�'• 3 },4L`-•.�. ,3",y�t.�pyAr'(� ,.v� airy{It,2•'.,�.:,yy� t � �K l, F ���� I ��•+ 3� NSb,L�. 't'1+M1t"L}.. ".t� I J^4�a .' �n �J.5�✓�� ,.ru tr,'y* �4�i , d'�'f; �,' Y' �� / �}A r ,Yr,+S ,;� 1 G; r�a ,-{�;.F; •�[^ YaY' a t .tr, ,` f;5 ,1 r' �_ ^ C'y4?' +RZ:'.^s;;((+i:..P 2'•' ,,.� ., ,st'e't 1r�'�t' a �+.�S?.`��.; zl 4' ;T ,}yrVrr..n;t r+�r_�;3;',`�" '� e,.,9 6 A �t,k°' �., fb '"'�1�• (rla• `•k ( fila �, .n�N i 'Srt,.4� t'IY' r �� .:� , M'x. ,•� �h,}, L�,.jr�"V'�t71>rh�n.+:''�L� ry r,•'U��•:<i a r'.�+.�.h •gtr�f � K a$r ,. �4/�i+y:•��;� .R "' ^l;<y'A'Y ,�^u•'' �m y,Zi�rM .Y,r,;�.�« �. spy. .+'���t'�h," �u r tt 'krr44�J;;}}s�ir•F r 'N3a �St 4s•rF is v'�., ,..s`is" ° T.4S .O-SS .- ,S-qYa'° '�;�'. .`rr•Y �'., !4k•, t�-°*.,c. �.1�'•" .?I:;, 14 ., � + t :s.,�,±!�"� � p. v �;+ fin ��.+. .a °�. at{' ap•-:a 1!y, 0,. r ,,a:�v,'1,F.. S,�W,/:.� {�(a@ g�Sk„'Q}..yr 'Yh m �`;:+ p •� a.�..-i.�. a Y 7�4 - � rb tq,a,•, ,f.t+ n},.�,.$)�r�.,y.. i.: *' .f, s,q- Lt!•L..%-�' `S�.•'�3;:3iO•� '-n H:• T">�, "^`+>, �, ,t,"�, i•V- �r hbr''mn, .4��'v�7w 4•;+'' �f. r '4�Ft'4,n° y�, 1'y ��a �.,-n�a+r', fit. `V' .YY'r� r/�•es"4r. �7.w 3j,: r»t-.e,�7t J., e' .r+'�':, .+;#+ r> a�.u� $ f'ra, r Tt +t. $:r��rxYs7 �qrd } ...,y+'yrs,->�+,'1"�, �H�+F��dc'�,n�FpCa..•.s�it ttirdl,+�t•,,,•L 1,�9 Y rcw'^i'z,i.. Sj .�y.l�y�%sr, }fi4,� 2r",',J' ! ',k:..'ai�i`� .t:.:b�'. i�}1�:• J+ .n�lr ! 1 .� ., :t t'��` n 3S ';•+t' .tP'+(w�y x r'-ti.. :�'� `Y;Y•• 1 .,'F�'�'_"7' -�1"si.F'q,� r",�,,1'°' •,a' 're 5Ti� �S 'rcM�',��'1��r ^¢,. n r k: 1 r '� 1nk?�?.�ii :.kt;+:•rw.r r n k,� CY-0,y F �t ����;, �s. ^�i� �' ,t- � �, � � �•fi :r.hf) 1."..,ry..,., sJ:79.�,, t ,.•� �t'M:. f• `.� i''". "' C. 'r""�^' ?.. 1 F Y't1 r ?+ '�'1,'• .t,.°s I �..ra .. �•5¢ ;��w r.'�;�.,r• ' , � + tr ,�S#':�,`"r „ .� ,+m73'�a,li� :�v �'� '-•r�'ea �•4 i f ,' fit' z '��tt�' Y '%4'+�T� � G:�.�,C 3try 1•�.N• •{, yh C 7' • r w '!, M`�, I .G r. r<,.raa w,, Nkat W, Ui 'd�'Ya•�i,•a a !•A � ' y.. IW r,•, �g j' �M�q iiRnsn p � . $ y .5�1* S;rP.'� :t'7G`,•' R+V•' 'tt, r y7, 'ye<1 •�.i� #F4w'.�•� �•,� ti,,_zS'7� f>�, �a.�'!k 47 k,, v+- VMS .�. yy �„ ,,y y X�'di'a'Y'i' 7 {59, ,{,'o l,�t 4P; T,w• 1; u+'A•q.r- ?'• +• r }t'�• ^'+"'�`tr'`s �r' ''f. ° v�"x`�'�'�'`}1•.. .:r:+�,.i� «°t '"L +sit�c�. r• s.{? �..0.'�rrhui etlr�. It�e`,,..rct.,h,' g,l�. Y! -i� 'trs�i- t�+vta�\. �F_�c Ills „;1 ,���Y.•q .� '�, .� �°(���y.rad, y,r�..�+ii,;tfi�'.�S'.s'.��.v 3. .,lt.. �T t .t �'. v., ><;,'r.J:' i },� r3 a "e,t. rr:�t .+ 'J,• ••c aJ' 6Gr••`".':�f J,/�¢,ti.:kr•,•°�rh� ,?; "'�+? iw;•�!�:�j,'14 n•1N�� "�� � `L�: v l'I. .`� +^;°n,�.••. F!G�yt4" •r\yyt� �r k •C'� n yjt�, � .y'� n 1? `.� 5 �`• ttF{� ,4 'Y".w r,y,,•11.�^,,1.,'jtN�lcjJ::a .f; Lt;t+Y. �''"ftr,ur��s y i •It'; , � �`Ir?� S 1�^;u,'�•`1 r•u., '• :;f.'+,�-."+e 9 ' ` 'Y. ,fit , 17C.•.,a1rt _5.�*t t� J � > a•r4` t ',. .,�.F lLr, .i,�:S,Yf n.+,�+"e. fat gy IkI's lily, `'�• ."`t .at y+�'��„ �d`i. "'rtY`,t, y r���-'.'�'�it••, L +., S'i;•sr.�l."x,'',i2 ' +,L.,C�' '�a'�•. '+1 �C. '�• •r�r-'�'.? ��'„2?�?:•:'J `�'. •r••K'?hr� li�:ct�tr:%".'' �7}?��; -r ."Lr�!'1. .�tl'"`F.,.�.,,k' tSJsaf "�. T .ld1•Jrfi�> i `ys'? -7 �?'+""•1�!. ;�-d A�', ,µ ,�� 5 f�, .vz�'�+'��� �C;' S w y�,. 57P.h,/,Kxt ✓. .,•� ':'1.{���Y. t� t.k,Tyy."�I,sx., C�.�' '�' a•r, ya�ti',.t:'}<t + k•, .+:fjj�n.. atlu, '[N, ^t d• ryr f dk'SS• l57�'2': '`rt �"ry 't".h ( J*•s y, d"rk% -,t• ,x, 'h'M{ '�{r,�n'+fj>.�.,il 'w •ti .{C`.S,j3jy�'(:."� r' g TyvG?�1 ,t.'"N' '?'a 't yrF' nyr'3' 1r•:9 + st1f.+ k u• '4 e�',�d ��;^' -W! y '1 G' S.•ti M?� 51. .r, _AMY"'• J'1�0r5,�4.t�„��r'l Nlat4 ,Y t� h {l,S�r ,V y� NOW J iti£ttet yyv auk 5+'' �iL' d a •t ,a, L' +t, ', S. �r r _tw }, '4s •.,,.a'C). X1" 1 XUZtii 'aV 17�A�x . R< !yli...kM' � v �WR -A-;?,. v,, 't p{C `�fi�„t 5 s1s ✓^ r�' ij't, �.'^ ^�„r�ty, J •rn 4 or',V �. k jj _ •'' q�. p,� S'� 'tf i r•r' .1 y e o � 5.6 ��ril�1�•§+*;i �,ly � �i�rj't�,%Yn�d1`�JT�°,ai�•,•Ztl. 'i. �'`f' �,'•t +.•p Ay��j�' G ti?kTr,,,`�''�� +- �'r (, � !, n t•y l,•. -+ •Pcs�''^✓J'� 'f ry�'> r !kf' ,A�;I•.t•'+'J r�{, {, +V Pi i t �yrlx�:•.n •'f' ••� s>��F;.�,:j.4 i�.'„{•" !¢i,§, •: P ,:;yr+,c q�tt � �h' �'j'7:4 p>`t,.,'{f �r��a•[,I>7tr T"lhSj�•I. ;"k�.'f5�` t� '..� rrra}t1'Kt"eE',�.pw. r��.�n�J7'^a','�x"'d' r �4,tw7,i .•� i a �' ! r ¢lt �4 ,u°rJ r�L{ c iF+1, t .. I W •i � . j �Y :.: us aN �. F. Ya?"�'.pw •,'t'�. �iT. .,.9' v1 �' 4s. ��,y�+' ,' • �.L1iff�„fv.• .."nY,Lt-. ;�r ria,;'+±,�.Sc�t•,+�� ,�2,�° . "„Y�t S� �k.�,.Yz z�k. . '^�•�"� t'F•"u'}�a:�`''l�.',i;r:.s r7 »:"G. i3 SY i 7 ti';"`.� .,rki iY r F ,. Q'i\ �. 1 A,{ fi > F L,•.I, •� ,�;r�••� Y'•1. ,�. +,, .•,t'rt r±t• r .,^�'' �, � � �w �r,iz"�•:, tf.,, n'r fcrvt� •^5r�:: r�•r+y .:_, sTp �. rvs .>1..•YY wi 'P i. �,.1 a, 'i'n Y-aY�cyy.,�.t�' ��1�, \. �• ,� jt,`�`.t.U.,• r "F3,'.:e.. '�' •C�.,, ,:;hs � =.,t, .#,,•. •-n•, '} , it r,:d,"'t5 .rm• r•+r s•S+f �Y iswrv��d.4,.k9 �r ;5s�'a8�r '�"a'N•s '%ri •N`''�`�,�Cli2 ..fiJ Ravi `a• 3' �1• 5Y• t3 r �,d' f wt,- '�' 'P•�S f Ytl:d.1 ?":.-r.!5�z' ".•r., �' ,} L�! r`r,M' L,}�0.., •tU'`r' �.'rc 1 c ;}at gT+l"yXt,�`'i'tt'i;�'°.' J Y.0 rj'�`ti.'Y�.I':.': r+,KE�ICv u ,fw`E'i�r•y �'�t'yi$,t re�0, -.�i{•ingfTl+ ,nf"�'N rtts {�•4:�i • -.� �.� t .��h'�� +�^,Aj r a.i.�a�s�t r,t.�.• ,`ti,]i 3 � �y°t.. yJ. "t'�x �' {.Y'::r�.!/ '��•t�j�,'t"�c .4�.r ®rma p,`s['-•u;�t y fi.'t 57:Int"';f �.jrsar rC+�j�,,,1?0,YtX I•f��"`� h�Ttfy`��'± a;,, �E 4 �`� •>a ,C / ,T�1��r. :r•15 ��;.L.! x{ .r�y�}'Sr�;,� . rN.�a.; r,V�. � '� rI > ��: 'jf' 1,t,Fi Fn �' 4'tv' i ss.r{:��A•";.sx u`y y rw1...�:�rr•! 1-.Sa fi,•,�.Y ltk��:;t1k'H�,r r•' y1, 1''�� � 9� ,,a,.r^+�=tsF�`.a •5.,,t .c' r.?'�x � 1��`'J K J `h rn.`M.�': 3`y '�. r. ~<`k 4.k J ,r, .r.�• �' {¢�•,•+ •:';,�,"+T' ..JdY'•,,q.P r xM�':�, ' r„ td• r s* ��,+ tYlaZlb� t<•id.�;'; �tryW.'�Lz}i•.4n.�� f':`3f.'Y2'=w'i�"��.t`w�j"Esp �• :�ea��as•. °�,,`!•r�r 'u L2s„r wr��:?(h,• t4. J' til• .• i �' 4 ('�� r; ����ir. p.�ti�" ,.�:rry �.: ?'�'�" °•r;. -;.t,�,U,sJ r,Fy;;•f"'it Lv14,- �SJ",��'s �al "�F�� lsu.f;v",+f .," :t?� ,aw.r;�'�8:r��'�i�''`'". r��t' fit .�r`p+3 'rn L�� '��1'+�`s, .n "f, r .t .,r:F. '' ��. '��.. x��+�,�Y$2�i i•��'�." ,;n',�'tt L: S f�y,x'''�• <.S+rC��51,.A 9.r i .�•,�r`,r•.rsr;•; �F! �, 'y '�' ,'�..' r � h,• .l:j � ..r sV3 +'c+i� � c t� r T _ r �Stt,. ''i, + �}:�y,^ • 1tF6�r,�,. •'mss-. wyty , ^t �$��yix'� � <�'Lz' aM^^' �' S"•' .n.°�sinh+r,, ti?52:,x-,}7rrrra+�r�,;Z�,.�.Y. s+ ', �'�' Jr- ' "�.•7ti'r,+�.f°hyFz+u ..G rt ,,:nP.yt k � ,„„ m. !d'Vr"*�y�.�e}�k �t ��•a: o .:S jt{y�,'t�',�3`�5nnt''y�,`�y^*-L`'3'�a u�; t. �l�iY 1�f 'ni b .+Y�Si• � ��A,�V^+!'�'�., ' 'it�d �'. :�' n pfd ff � s n ,"'1 r r 5 Sir+oL, ,, �•� ..ql F„���, s.'r)•. .� s + ,,"r Ydi"5 r � +. � i yr.'r1 <t:•a`P � ♦l'+J -�i�'}'° 'SASi .]' e<� 'y �.�`Y''�1m� �' t1Y�'a ',47� r t u r faS�t ,w h by l��t+.+. r� '•�4u�t.1 ,r((•j t�y =;rr'yyyyra. �y1 q '�J •Ebt'1^'1'TH,Kt ,+x { MT.r ,4',t, L4Fy ;{'+^ 1r Su �' 'y ,,t . (�,.�,,j'��•,' r 4 9d, '''t'J,L ��.(yEtY Y.it •'''kS1'�i � 3'h. 5�° '.�'�C+,. ,7- e:�:•' � ��L .� �8�..�". y_Y YC+r t, f., ��• E - za r ,�u3 ..� •7, -:JI:. r�f !r �'''• '�•„ }` ',.y15R�' y„ ,YY..1 sl��Trx 6•' �? a0 }�L`.B R ��`',� y. � ;l i .yrn`'..+ � ::Utr;>�,.�1'.�+ a •�'Ki � t.�""t�tv ,�.•t,•�s*7"�,n t:. sa.fit+ �'�.ax ���r L,,x*4 "'^'��f?�� !".�'° � �x-t,'. ' �-"`'�°' bi ' >w� � +' ,�- "4�^-,ra .Ii � ���v�r•tF'�� are r x.>yu. �3{'� } vn�' t Ip ;.ti.''+� i �.. y�«t 'd �, '#r v •at`S n 't:�c ,,t`'Y't � 'v ,r 5,. � S CY 1 •,• ,hj,. r y �t ai.,, 5 YJM tLj ^nM h , � Y•^ � aA' {s,+` x :�... +s`fir;,' aw q. � 'tea �, t rs r�' •�'r ry,,��Q •'•Fr,,."�a;�' �`� ,a; ,' "}�, J•yrg y`•r' r "� �, ti•. t�t,{iF .� ti k QI '., �'� a•r �� '�i�tit a...0 �• 1 c tn(I sl 't 7!.� S M I prt' �k '�{ 'Y'g ���� .sr: r «, n "LXX (,� +�,s.SS!'h Hilt '` v. h !�� J., h t aY'. t f r.l,.��.n „"S�'•�," �! rl' r tiaa' i t , ,yd� ' • ��.. ,'cr •°S'�r ,t�)`5 9•'I,F+sLL t t 'S •a, crt w r... [� li ly,y\YSk.P3 ut YET r.. �sr, L+••AyC �AY+ r.N 't' "r' 7�';'x'+�i'�tact;,,xa�. 'fr�,r'�`<t.sirz'�a'4'�• ,rR°� t"'� �'� k�%{rte Li '.°�'mr�'+�` s! a•,. � � a. ',?.�� � Y�-•• t 1 r.� ,34 � v'�•1!' MtY`����,�{�'�;yYt�•�i N�19 ZRI ,!�'�tJ, � r�•1A"�6�'.� ,:r� y7r". try. �r'�`t.,•'a"'itCt e. hr e• 5 i' 7 {�>�.(� �' s9ruc k?} 9 }g' 'at 77'>rF k3 a„ ',F� 4', r. � Y Y t 19y.-. .�r M � + a7 :S aq` ., 1'tit�'.a;,f.'i'".�T.tr":12`"�'�,bS'.r'F J" ��'� »'�,� _ {'rix;• '"{k"�`��$. �pk,ht..l . ''�^' '� � rc t m4tt�^ !",.•+y�''(.'nh 3i�y�.J� +;, •a4it mitt ��'y�t�,,'I t � {. f ,y�,rxa�Lc� 4 � , a ' sas `t. y����,t 'G'�is .� ^v ,i '',M1jt'�.. � ',Ny y�:t;f itfi'"i!'�F+S.f)�"J's;;T 'y'�!'�,_!'".�"sV` nrk F�:P;MrtP@; +..��'�;.it9,• t � "?' <sat ii"�tJ.r *'F r tr.+. 4 l" �a'4'^. 't ,� �a�",�h{'Ya". j3.•r..�,;,� '. '•f':r�Y'k'•. ;�y+< ,'�M, �•��y, > r• '�' �j s..,� > ,. sr �i,ffa� •t•h �"r s sly �. �, fir: t}s, s, f t1�•,:t r t�.�''�s�'�''�f i ) :tl t e ,t L,N•'.i.n Surf .�;t r��',,y � }L..M., +� �I{y `y. ,p;. �i'.r'gia=�•.r ��t+ �ls".� "#^�l'� -:l..•�1,M ';�i1,��to,"„-�s'r t d, �l .9 ����+�;•t+,�+:� >ir Ls ,?�<i!7. ,.qr n�g.y `i •; 1 '`r4 3r .,�Rr? �� s �:r• y c.u,4S,`. ;��tr21 n �1 .r.° y�; .;;yr,'Jyc�•�� �5 .,�'A p r, 'i"�.r� r �..•. 5�rrJ"lL4ba�'ilit a..c��.b•�.�.'.5J^..0..lts...rt,.a..A"'1'n3ch'Il�+"Ail�.�in. :�.F%1.��rY'::'SS'''li.i.4e�X."1.T.,.•te :�n'tC ?P:3: �rlsti.l+..�b.�ti•a i4.:�.«"�ai7�.�y��y�7fi,� r y�tB,liJ�,.�h,F h. 4.��T' r..'Su`�.x•':Y'�,:L- t''l•hr'�• .�-J-I". ��r:+.`�: 8C7a4w ,'�•':U.+.•TYs._.. �r:CI...'�.• wi`.,:La.t �idl�}- <.rc:cua_::wR4`� R011NDROCK,TEXAS City Council Agenda Summary Sheet PURPOSE.PASSION.PROSPERITY. Agenda Item No. E5.-CONSENT Consider a resolution authorizing the Mayor to execute an Agreement for Purchase of Agenda Caption: Armored Car Services with Triple D Security Corporation. Meeting Date: August 23, 2012 Department: Finance Staff Person making presentation: Cheryl Delaney Finance Director Item Summary: This is a three year agreement with the possibility of two twelve month extensions with Triple D Security Corporation for Armored Car Services. Triple D Security will pick up deposits from various City locations and then deliver them to the City's depository bank, JP Morgan Chase Bank. The City received bids from several qualified armored car security companies and has selected Triple D Security Corporation's bid to begin providing these services. Armored car service is widely considered the safest way to transport the City's funds from one location to another. Cost: Est. $10,000 per year Source of Funds: General and Utility Funds Date of Public Hearing(if required): N/A Recommended Action: Approval EXECUTED ORIGINAL DOCUMENT FOLLOW i CITY OF ROUND ROCK AGREEMENT FOR PURCHASE OF ARMORED CAR SERVICES FROM TRIPLE D SECURITY CORPORATION THE STATE OF TEXAS § CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS: § COUNTY OF WILLIAMSON § COUNTY OF TRAVIS That this Agreement for purchase of armored car services, and for related goods and services, referred to herein as the "Agreement," is made and entered into on this the day of the month of , 2012, by and between the CITY OF ROUND ROCK, TEXAS, a home-rule municipality whose offices are located at 221 East Main Street, Round Rock, Texas 78664, referred to herein as the "City," and TRIPLE D SECURITY CORPORATION, whose offices are located at 901 Profit Drive, Victoria, Texas 77901, referred to herein as the "Vendor." This Agreement supersedes and replaces any previous agreements between the named parties, whether oral or written, and whether or not established by custom and practice. RECITALS: WHEREAS, City desires to purchase armored car services, and to purchase associated goods and services, and City desires to purchase same from Vendor; and WHEREAS, City has issued its Invitation for Bid under Solicitation Number 12-035, Specification Number 12-990-10 dated May 2012 for the provision of said goods and services, and City has selected the bid submitted by Vendor; and WHEREAS, the parties desire to enter into this Agreement to set forth in writing their respective rights, duties, and obligations; NOW,THEREFORE,WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable consideration,the receipt and sufficiency of which are hereby acknowledged, the parties mutually agree as follows: 1.01 DEFINITIONS A. Agreement means the binding legal contract between City and Vendor whereby City is obligated to buy specified goods and/or services and Vendor is obligated to sell same. The Agreement includes the following: (a) City's Invitation for Bid under Solicitation Number 254942/jkg �.Is--00- 12-035, Specification Number 12-990-10 dated May 2012; (b) Vendor's Response to IFB; (c) contract award; and (d) any exhibits, addenda, and/or amendments thereto. Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference in the following order: (1) This Agreement; (2) Purchaser's Response to IFB; (3) City's Invitation for Bid, exhibits, and attachments. B. City means the City of Round Rock, Williamson and Travis Counties, Texas. C. Effective Date means the date upon which the binding signatures of both parties to this Agreement are affixed. D. Force Majeure means acts of God, strikes, lockouts, or other industrial disturbances, acts of the public enemy, orders of any kind from the government of the United States or the State of Texas or any civil or military authority, insurrections, riots, epidemics, landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government and the people, civil disturbances, explosions, or other causes not reasonably within the control of the party claiming such inability. E. Goods mean the specified supplies, materials, commodities, or equipment. F. Vendor means Triple D Security Corporation, or any of its successors or assigns. 2.01 EFFECTIVE DATE, INITIAL TERM,AND ALLOWABLE RENEWALS A. This Agreement shall be effective on October 1, 2012, after it has been signed by both parties hereto, and shall remain in full force and effect unless and until it expires by operation of the term stated herein, or until terminated or extended as provided herein. B. The term of this Agreement shall be for three (3) consecutive twelve-month periods fiom the effective date hereof. After that term, this Agreement may be renewed for no more than two (2) additional terms of twelve (12) months each, with such renewals to occur on or before the expiration date of the preceding term, and with such renewals being absolutely predicated upon the express written agreement of both parties. Such renewals are permitted only provided Vendor has performed each and every contractual obligation specified in this original Agreement. C. Price adjustments during the term of this Agreement, if any, shall be in accordance with Part I, Item 9 of City's Invitation for Bid under Solicitation Number 12-035, Specification Number 12-990-10 dated May 2012. Vendor may offer price decreases in excess of any allowable percentage change. 2 D. 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. 3.01 CONTRACT DOCUMENTS AND EXHIBITS City selected Vendor as the integrator of choice to supply the goods and services as outlined in City's Invitation for Bid under Solicitation Number 12-035, Specification Number 12-990-10 dated May 2012, and Response to IFB submitted by Vendor, all as specified in Exhibit "A" attached hereto and made a part hereof for all purposes. The intent of these documents is to formulate an Agreement listing the responsibilities of both parties as outlined in relevant documents and as offered by Vendor in its Response to the IFB. The goods and services which are the subject matter of this Agreement are described in Exhibit "A" and, together with this Agreement, comprise the total Agreement and they are fully a part of this Agreement as if repeated herein in full. 4.01 ITEMS AWARDED All bid items on Exhibit"A" are awarded to Vendor. 5.01 COSTS Bid costs listed on Exhibit"A" shall be the basis of any charges collected by Vendor. 6.01 INVOICES All invoices shall include, at a minimum, the following information: A. Name and address of Vendor; B. Purchase Order Number; C. Description and quantity of items received; and D. Delivery dates. 7.01 INTERLOCAL COOPERATIVE CONTRACTING /PURCHASING Authority for local governments to contract with one another to perform certain governmental functions and services, including but not limited to purchasing functions, is granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts, Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter F, Section 27 1.101 and Section 271.102. 3 Other governmental entities within the State of Texas may be extended the opportunity to purchase off of the City of Round Rock's bid, with the consent and agreement of the successful vendor(s) and Round Rock. Such agreement shall be conclusively inferred for the vendor from lack of exception to this clause in the vendor's response. However, all parties hereby expressly agree that the City of Round Rock is not an agent of, partner to,or representative of those outside agencies or entities and that the City of Round Rock is not obligated or liable for any action or debts that may arise out of such independently-negotiated "piggyback"procurements. 8.01 NON-APPROPRIATION AND FISCAL FUNDING This Agreement is a commitment of City's current revenues only. It is understood and agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year if the governing body of City does not appropriate funds sufficient to purchase the services as determined by City's budget for the fiscal year in question. City may effect such termination by giving Vendor a written notice of termination at the end of its then-current fiscal year. 9.01 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, any payment to be made by City to Vendor will be made within thirty (30) days of the date City receives goods under this Agreement, the date the performance of the services under this Agreement are completed, or the date City receives a correct invoice for the goods or services, whichever is later. Vendor may charge interest on an overdue payment at the "rate in effect" on September 1 of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas Government Code, Section 2251.025(b). This Prompt Payment Policy does not apply to payments made by City in the event: A. There is a bona fide dispute between City and Vendor, a contractor, subcontractor, or supplier about the goods delivered or the service performed that causes the payment to be late; or B. There is a bona fide dispute between Vendor and a subcontractor or between a subcontractor and its supplier about the goods delivered or the service performed that causes the payment to be late; or C. The terns of a federal contract, grant, regulation, or statute prevent City from malting a timely payment with federal funds; or D. The invoice is not mailed to City in strict accordance with any instruction on the purchase order relating to the payment. 10.01 GRATUITIES AND BRIBES City may, by written notice to Vendor, cancel this Agreement without incurring any liability to Vendor if it is determined by City that gratuities or bribes in the form of 4 entertainment, gifts, or otherwise were offered or given by Vendor or its agents or representatives to any City officer, employee or elected representative with respect to the performance of this Agreement. In addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code. 11.01 TAXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Vendor's charges. 12.01 ORDERS PLACED WITH ALTERNATE VENDORS If Vendor cannot provide the goods as specified, City reserves the right and option to obtain the products from another supplier or suppliers. 13.01 INSURANCE Vendor shall in all respects comply with the provisions delineated in Part I, Item 3 of City's Invitation for Bid under Solicitation Number 12-035, Specification Number 12-990-10 dated May 2012 (including all attachments and exhibits), and its bid response. 14.01 CITY'S REPRESENTATIVE City hereby designates the following representative authorized to act on its behalf: Sheri Crone Accounting Supervisor Finance Department 221 East Main Street Round Rock, Texas 78664 512-218-5443 scrone@roundrocktexas.gov 15.01 RIGHT TO ASSURANCE Whenever either party to this Agreement, in good faith, has reason to question the other party's intent to perform hereunder, then demand may be made to the other party for written assurance of the intent to perform. In the event that no written assurance is given within the reasonable time specified when demand is made, then and in that event the demanding party may treat such failure as an anticipatory repudiation of this Agreement. 16.01 DEFAULT If Vendor abandons or defaults under this Agreement and is a cause of City purchasing . the specified goods elsewhere, Vendor agrees that it may be charged the difference in cost, if 5 any, and that it will not be considered in the re-advertisement of the service and that it may not be considered in future bids for the same type of work unless the scope of work is significantly changed. Vendor shall be declared in default of this Agreement if it does any of the following: A. Fails to make any payment in full when due; B. Fails to fully, timely and faithfully perform any of its material obligations under this Agreement; C. Fails to provide adequate assurance of performance under the "Right to Assurance" section herein; or D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States. 17.01 TERMINATION AND SUSPENSION A. City has the right to terminate this Agreement, in whole or in part, for convenience and without cause, at any time upon thirty (30) days' written notice to Vendor. B. In the event of any default by Vendor, City has the right to terminate this Agreement for cause, upon ten (10) days' written notice to Vendor. C. Vendor has the right to terminate this Agreement only for cause, that being in the event of a material and substantial breach by City, or by mutual agreement to terminate evidenced in writing by and between the parties. D. In the event City terminates under subsections (A) or (B) of this section, the following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall discontinue all services in connection with the performance of this Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such orders and contracts are chargeable to this Agreement. Within thirty (30) days after such notice of termination, Vendor shall submit a statement showing in detail the goods and/or services satisfactorily performed under this Agreement to the date of termination. City shall then pay Vendor that portion of the charges, if undisputed. The parties agree that Vendor is not entitled to compensation for services it would have performed under the remaining term of the Agreement except as provided herein. 18.01 INDEMNIFICATION Vendor shall defend (at the option of City), indemnify, and hold City, its successors, assigns, officers, employees and elected officials harmless from and against all suits, actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor, or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be 6 deemed to limit the rights of City or Vendor (including, but not limited to the right to seek contribution) against any third party who may be liable for an indemnified claim. 19.01 COMPLIANCE WITH LAWS,CHARTER AND ORDINANCES Vendor, its agents, employees and subcontractors shall use best efforts to comply with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock, as amended, and with all applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. 20.01 ASSIGNMENT AND DELEGATION The parties hereby bind themselves, their successors, assigns and legal representatives to each other with respect to the terms of this Agreement. Neither party shall assign, sublet or transfer any interest in this Agreement without prior written authorization of the other party. 21.01 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: A. When delivered personally to recipient's address as stated in this Agreement; or B. Three (3) days after being deposited in the United States mail, with postage prepaid to the recipient's address as stated in this Agreement. Notice to Vendor: Triple D Security Corporation 901 Profit Drive Victoria, TX 77901 Notice to City: Steve Norwood, City Manager Stephan L. Sheets, City Attorney 221 East Main Street AND TO: 309 East Main Street Round Rock, TX 78664 Round Rock, TX 78664 Nothing contained herein shall be construed to restrict the transmission of routine communications between representatives of City and Vendor. 22.01 APPLICABLE LAW; ENFORCEMENT AND VENUE This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 7 23.01 EXCLUSIVE AGREEMENT This document, and all appended documents, constitutes the entire Agreement between Vendor and City. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing, duly authorized by action of the City Manager or City Council. 24.01 DISPUTE RESOLUTION City and Vendor hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9 USC Section 1-14) or any applicable state arbitration statute. 25.01 SEVERABILITY The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence of any event rendering any portion or provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of this Agreement. Any such void provision shall be deemed severed from this Agreement, and the balance of this Agreement shall be construed and enforced as if this Agreement did not contain the particular portion or provision held to be void. The parties further agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Agreement from being void should a provision which is of the essence of this Agreement be determined to be void. 26.01 MISCELLANEOUS PROVISIONS Standard of Care. Vendor represents that it employs trained, experienced and competent persons to perform all of the services, responsibilities and duties specified herein and that such services, responsibilities and duties shall be performed in a manner according to generally accepted industry practices. Time is of the Essence. Vendor understands and agrees that time is of the essence and that any failure of Vendor to fulfill obligations for each portion of this Agreement within the agreed timeframes will constitute a material breach of this Agreement. Vendor shall be fully responsible for its delays or for failures to use best efforts in accordance with the terms of this Agreement. Where damage is caused to City due to Vendor's failure to perform in these circumstances, City may pursue any remedy available without waiver of any of City's additional legal rights or remedies. Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement if it is prevented from performing any of its obligations hereunder by reasons for which it is not responsible as defined herein. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. 8 Multiple Counterparts. This Agreement may be executed in multiple counterparts, any one of which shall be considered an original of this document; and all of which, when taken together, shall constitute one and the same instrument. IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates indicated. City of Round Rock,Texas Triple D Security Cor oration B B Y• Y• Printed ame. IL Printed Na e: L-A c- Title: Title: Date Signed: Date Signed: For City,Attest: V%fl 11 By: Sara L. White, City Clerk For City,Approved as to Form: By:C 4007A Stephan . Sheets, City Attorney 9 SOLICITATION NUMBER 12-035 Triple D Security Corp. SPECIFICATION NUMBER 12-990-10 DATED/REVISED:May 2012 CITY OF ROUND ROCK INVITATION FOR BID ARMORED CAR SERVICES PARTI GENERAL 1. PURPOSE: The City of Round Rock, herein after"City", seeks an agreement with a qualified Individual, Firm, or Corporation, hereafter referred to as"Respondent", to provide Armored Car Services. 2. DEFINITIONS,TERMS AND CONDITIONS: By submitting a response to this solicitation,the Respondent agrees that the City's standard Definitions,Terms and Conditions, in effect at the time of release of the solicitation, shall govern unless specifically provided otherwise in a separate agreement or on the face of a purchase order. Said Definitions,Terms and Conditions are subject to change without notice. It is the sole responsibility of respondents to stay apprised of changes. The City's Definitions,Terms and Conditions can be obtained from the City's website http://www.roundrocktexas.nov/home/index.asp?page=463. 3. INSURANCE: The Respondent shall meet or exceed ALL insurance requirements set forth by the Insurance Requirements as identified on the City's website at http://www.roundrocktexas.gov/home/index.asp?page=463. 4. ATTACHMENTS: Attachment A is herein made a part of this solicitation: 4.1. Attachment A: Reference Sheet 5. CLARIFICATION: For questions or clarifications of specifications,you may contact: Deborah Knutson Purchasing Department City of Round Rock Telephone: 512-218-5456 dknutson@roundrocktexas.gov The individual listed above may be contacted by telephone or visited for clarification of the specifications only. No authority is intended or implied that specifications may be amended or alterations accepted prior to solicitation opening without written approval of the City of Round Rock through the Purchasing Department. 6. REQUIREMENTS: The opening of a solicitation shall not be construed as the City's acceptance of such as qualified and responsive. All Respondents shall: 6.1. Be firms, corporations, individuals or partnerships normally engaged in the sale and distribution of commodity or provision of the services as specified herein. 6.2. Have adequate organization, facilities, equipment and personnel to ensure prompt and efficient service to the City. 7. BEST VALUE EVALUATION AND CRITERIA: All solicitations received may be evaluated based on the best value for the City. In determining best value,the City may consider: 7.1. Purchase price; 7.2. Reputation of Respondent and of Respondent's goods and services; 7.3. Quality of the Respondent's goods and services; 7.4. The extent to which the goods and services meet the City's needs; 7.5. Respondent's past relationship with the City; EIBIT SUPERSEDES SPECIFICATION " SPECIFICATION NO.09-990-10;DATED:February 2009 1 of 11 SOLICITATION NUMBER 12-035 SPECIFICATION NUMBER 12-990-10 DATED/REVISED:May 2012 Min 7.6. The total long-term cost to the City to acquire the Respondent's goods or services; (PL E O s 7.7. Any relevant criteria specifically listed in the solicitation. 7.8. The City reserves the right to reject any or all responses, or delete any portion of the response, or to accept any response deemed most advantageous, or to waive any irregularities or informalities in the response received that best serves the interest and at the sole discretion of the City. 8. AGREEMENT TERM: The terms of the awarded agreement shall be based on the following: 8.1. The term of the resulting agreement shall begin October 1, 2012, 8.2. The initial term of the resulting agreement shall be three(3)consecutive twelve(12)month periods from the effective date. The agreement may be renewed for two(2)additional periods of time, not to exceed twelve (12)months each, provided both parties agree in writing prior to the expiration of the current term. 8.3. The City reserves the right to review the respondents' performance at the end of each twelve(12) month period and cancel all or part of the agreement(s)or continue the agreement(s)through the next period. 8.4. If the respondent fails to perform its duties in a reasonable and competent manner, the City shall give written notice the respondent of the deficiencies and the respondent shall have thirty(30)days to correct such deficiencies. If the respondent fails to correct the deficiencies with the thirty(30)days, the City may terminate the agreement by giving the respondent written notice of termination and the reason for the termination. 8.5. If the agreement is terminated,for any reason, the respondent shall turn over all records,to include but not be limited to the following: records of repairs,services, deliveries, and replacement parts,to the City within fifteen (15)working days after completion of duties contained in the agreement. 9. PRICE INCREASE OR DECREASE:A price increase or decrease to the agreement may be considered based on the following: 9.1. Price increase requests shall be received at a minimum 120 days prior to each renewal period. 9.2. Price increase cannot exceed 25%for the total cost and term of the agreement. 9.3. PROCEDURE TO REQUEST INCREASE OR OFFER DECREASE. 9.3.1. Mail the price increase request to the designated City Contract Specialist. Vendor shall supply supporting documentation as justification for each request. City of Round Rock Purchasing Department ATTN: Contract Specialist 221 E. Main Street Round Rock,Texas 78664-5299 9.3.2. Upon receipt of the request,the City reserves the right to either: accept the escalation as supported by the appropriate documentation and make change to the purchase order within 30 days of the request, negotiate with the vendor or cancel the agreement or purchase order if an agreement cannot be reached on the value of the increase. 10. AWARD: The City reserves the right to enter into an agreement or a purchase order with a single award, split awards, non-award, or use any combination that best serves the interest and at the sole discretion of the City. Award announcement will be made upon City Council approval of staff recommendation and executed agreement. Award announcement will appear on the City's website at http://Www.roundrocktexas.gov/home/index.asp?pa-qe=463. 11. ACCEPTANCE: Inspection and acceptance of services performed should not take more than thirty(30)working days from completion of said services. Completion shall mean the daily pickup and deposit of City funds. The vendor will be notified within this time frame if the services are not in full compliance with the specifications or SUPERSEDES SPECIFICATION SPECIFICATION NO.09-990-10;DATED:February 2009 2 of 11 SOLICITATION NUMBER 12-035 SPECIFICATION NUMBER 12-99040 DATED/REVISED:May 2012 ) balance of funds deposited does not reconcile. If the agreement is cancelled for non-acceptance,te services�I" / be purchase elsewhere and the vendor may be charged full increase, if any, in cost and handling. 12. PROMPT PAYMENT POLICY: Payments will be made in accordance with the Texas Prompt Payment Law, Texas Government Code, Subtitle F, Chapter 2251. The City will pay Vendor within thirty days after the acceptance of the supplies, materials, equipment, or the day on which the performance of services was completed or the day, on which the City receives a correct invoice for the supplies, materials, equipment or services, whichever is later. The Vendor may charge a late fee (fee shall not be greater than that which is permitted by Texas law) for payments not made in accordance with this prompt payment policy;.however, this policy does not apply to payments made by the City in the event: 12.1. There is a bona fide dispute between the City and Vendor concerning the supplies, materials, services or equipment delivered or the services performed that causes the payment to be late; or 12.2. The terms of a federal agreement, grant, regulation, or statute prevent the City from making a timely payment with Federal Funds; or 12.3. The is a bona fide dispute between the Vendor and a subcontractor or between a subcontractor and its suppliers concerning supplies, material, or equipment delivered or the services performed which caused the payment to be late; or 12.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase order or agreement or other such contractual agreement. 13. NON-APPROPRIATION: The resulting Agreement is a commitment of the City's current revenues only. It is understood and agreed the City shall have the right to terminate the Agreement at the end of any City fiscal year if the governing body of the City does not appropriate funds sufficient to purchase the estimated yearly quantities, as determined by the City's budget for the fiscal year in question. The City may affect such termination by giving Vendor a written notice of termination at the end of its then current fiscal year. 14. INTERLOCAL COOPERATIVE CONTRACTING(PIGGYBACK): Other governmental entities may be extended the opportunity to purchase off of the City's Agreements,with the consent and agreement of the awarded vendor(s)and the City. Such consent and agreement shall be conclusively inferred from lack of exception to this clause in a Respondent's submittal. However, all parties indicate their understanding and hereby expressly agree that the City is not an agent of, partner to,or representative of those outside agencies or entities and that the City is not obligated or liable for any action or debts that may arise out of such independently-negotiated"piggyback"procurements. PART II SCHEDULE 1. SOLICITATION SCHEDULE: It is the City's intention to comply,with the following solicitation timeline: 1.1. Solicitation released June 9, 2012 1.2. Deadline for questions June 15, 2012 1.3. City responses to all questions or addendums June 21, 2012 1.44. Responses for solicitation due by 3:00 PM June 26, 2012 All questions regarding the solicitation shall be submitted in writing by 5:00 PM on the due date noted in PART 11, Paragraph 1 sub-paragraph 1.3. Acopy of all the questions submitted and the City's response to the questions shall be posted on our webpage, http•//www.roundrocktexas.Aov/home/index.asp?page=463. Questions shall be submitted to the City contact named in PART 1, Paragraph 5. The City reserves the right to modify these dates. Notice of date change will be posted to the City's website. SUPERSEDES SPECIFICATION SPECIFICATION NO.09-990-10;,DATED:February 2009 3 of 11 SOLICITATION NUMBER 12-035 SPECIFICATION NUMBER 12-990-10 DATED/REVISED:May 2012 Tki ft e7 .D Sect*/ry ********************SOLICITATION UPDATES******************* 2, SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at http://www.roundrocktexas.gov/homelindex.asp?page=463 for any updates pertaining to the solicitation described herein. Various updates may include addendums, cancelations, notifications,and any other pertinent information necessary for the submission of a correct and accurate response. The City will not be held responsible for any further communication beyond updating the website. 3. RESPONSE DUE DATE: Signed and sealed responses are due no later than 3:00 PM,on the date noted above to the Purchasing Department. Mail or carry sealed responses to: City of Round Rock Purchasing Department 221 E. Main Street Round Rock,Texas 78664-5299 3.1. Responses received after this time and date shall not be considered. 3.2. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title, number,due date and "DO NOT OPEN". 3.3. Facsimile or electronically transmitted responses are not acceptable. 3.4. Late responses will be returned to Respondent unopened if return address is provided. 4. POST AWARD MEETING: The City and Respondent shall have a post award meeting to discuss, but not be limited to the following: 4.1. City contact(s) information for implementation of agreement. 4.2. Agreement terms and conditions. 4.3. Identify specific milestones, goals and strategies to meet objectives. 4.4. Specific details on pickup locations. 4.5. Deposit pickup processes including documentation of deposit receipts PART III SPECIFICATIONS 1. SCOPE: The intended purpose of these specifications is to establish the minimum requirements for armored car services to transport currency from specified locations designated by the City to the designated depository bank. 2. SERVICE LOCATIONS: The successful Respondent shall be required to make scheduled pickups and deposits from the following locations on the days and times specified: 2.1 Business Center, 231 East Main Street, Round Rock,TX 78664 2.2 McConico Building, 301 West Bagdad, Round Rock,TX 78664 2.3 Clay Madsen Recreation Center, 1600 Gattis School Road, Round Rock,TX 78664 2.4 An additional location within The City limits(615 Palm Valley, Round Rock,TX 78664)to be added at a later date 2.5 The City reserves the right to add or delete pick up or delivery locations to satisfy the needs of the City SUPERSEDES SPECIFICATION SPECIFICATION NO.09-990-10;DATED:February 2009 4 of 11 SOLICITATION NUMBER 12-035 SPECIFICATION NUMBER 12-990-10 DATED/REVISED:May 2012 vrI PLS D 5c-Utp-, 3. DESTINATION DEPOSITORY: The current Designated Depository Bank: Chase Bank, Central Vault. Please designate same day or next day bank delivery to: Chase Bank Central Vault,Austin,TX 4. QUALIFICATIONS: The successful Respondent forArmored Car Services shall provide: 4.1 An adequate number of uniformed personnel to provide the service to be performed 4.2 All Uniformed personnel shall possess and carry a company photo identification badge 4.2 Transport vehicles which shall be armored vehicles and properly equipped for the service to be performed. Standard street vehicles such as unarmored automobiles, vans, light trucks, etc.will not be accepted. 4.3 A current signature list prior to implementation of service. The signature list shall be updated and provided at least annually to the City. 4.4 A single point of contact with name and contact information for the management of the contract. Should the point of contact change, this change shall be provided to the City at the time of change. 4.6 A branch located within 120 miles of the City Limits. 4.7 Response to request for additional service within twenty four(24) hours. 5. DEPOSIT PICKUP SCHEDULE BY LOCATIONS: 5.1 Deposits include cash, currency, coins, checks, drafts, notes, etc. 5.2 Holidays excluded from Pickup/Delivery: New Year's Day Memorial Day Independence Day Labor Day Thanksgiving Day Friday after Thanksgiving Christmas Day(also the working day before or after) 5.3 Banking holidays excluded from Pickup Delivery: Martin Luther King Day Columbus Day Veteran's Day President's Day 5.4 Preferred Pickup/Deposit Schedule: Business Center: Monday—Friday no later than 12:00 noon ($ 500,000.00 liability limit) McConico Building: Monday—Friday no later than 12:00 noon ($ 50,000.00 liability limit) Clay Madsen Recreation Center: Monday,Wednesday and Friday no later than 12:00 noon ($ 50,000.00 liability limit) Additional Location (615 Palm Valley Blvd): Monday—Friday no later than 12:00 noon To be added at a later date ($50.000.00 liability limit) SUPERSEDES SPECIFICATION SPECIFICATION NO.09-990-10;DATED:February 2009 5 of 11 SOLICITATION NUMBER 12-035 SPECIFICATION NUMBER 12-990-10 DA yTED/REVISED: gMaaApy2012 M1fli!✓i' 13 Sc6tt�lvl 6. CONTRACT ADMINISTRATOR: All work performed under this contract will be supervised and verified by the City representative(s) noted below: Sherri Crone Accounting Supervisor (512)218-5443 7. PICK UP AND DELIVERY DOCUMENTATION REQUIREMENTS: The Respondent shall be required to provide documentation that shall entail the following: 7.1 A receipt book for each deposit pickup location which includes the following: 7.1.1 The date of deposit pickup 7.1.2 Signature of the City employee releasing the deposit 7.1.3 Respondent's authorized employee signature receiving the deposit 7.1.4 Delivery destination 7.1.5 Full value declaration 7.1.6 Individual bag value declaration 7.1.7 Total number of bags and tracking number 7.1.8 Customer signature space for receipt on final destination 7.2 Documentation showing proof of pickup and delivery to and from the specified locations and depository bank upon request 7.3 Deposit bags with proper labeling including the bad identification#and destination location 8. DELAYS: The successful Respondent shall not be held liable for delays or nonperformance due to the fault of the City. However,the Respondent shall be totally responsible for the safety and security of the City's sealed deposits in the Respondent's possession. The Respondent shall be required to contact the City's Contract Administrator in the event of a delay and shall arrange an alternative pickup time that is mutually agreed upon. Pickups suspended because of an Act of God, including flooding or weather related situations shall not be invoiced to the City. The vendor is not required to attempt pickup on days the City closes as announced on radio or television due to incremental weather. 9. LOST OR DAMAGED DEPOSITS: In the event of sealed deposit loss or damage, within twenty-four(24) hours of the loss or damage, the Respondent shall submit written reports to the City stating the type and amount of loss. Salvage, reclamation, and/or reconstruction shall begin as soon as possible following the loss or damage. All costs related to the loss or damage to the deposits in the care, custody, and control of the Respondent shall remain the sole responsibility of the Respondent. The City will assist in the proper identification of any such sealed deposits lost or damaged and will make every effort to minimize costs and or further loss or damage. However, the City's help to minimize costs does not, in any way, relieve the Respondent's liability of any loss or costs arising from the incident. 10. INVOICING: The successful Respondent shall submit one original and one copy of each invoice on a monthly basis to the following address: City of Round Rock Attn: Accounts Payable 221 East Main Street Round Rock,Texas 78664-5299 SUPERSEDES SPECIFICATION SPECIFICATION NO.09-990-10;DATED:February 2009 6 of 11 SOLICITATION NUMBER 12-035 SPECIFICATION NUMBER 12-990-10 DATED/REVISED:May 2012x PART IVI RESPONSE REQUIREMENTS The City of Round Rock makes no warranty that this checklist is a full comprehensive listing of every requirement specified in the solicitation. This list is only a tool to assist participating Respondents in compiling their final responses. Respondents are encouraged to carefully read the entire solicitation. Respondent shall submit one(1) executed (signed)original and three(3) copies of each response. For your bid to be responsive, all required attachments identified below shall be submitted with your proposal. The samples and/or copies shall be provided at the Respondent's expense, and shall become the property of the City unless the Respondent provides a return envelope and postage. 1. Itemized, signed solicitation document. Failure to itemize or sign solicitation may result in disqualification. 2. Attachment A: Reference Sheet shall include the name, address, active telephone number and valid e-mail address of at least three (3)firms applicable to Municipal and Government projects that have utilized similar services for at least two (2)years. 3. A photograph of the Respondent's Armored car fleet 4. Copy or sample page of required deposit pickup receipt book that shall be provided by the Respondent 5. Copy or sample of required deposit bags that shall be provided by the Respondent 6. Copy or sample of documentation providing proof of deposit to the depository bank The following items shall be made available upon request by the City prior to award and the approval of any contract: 1. A completed Insurance Certificate to the City,which shall be completed by an agent authorized to bind the named underwriters/insurance carriers to the coverage's limits and termination provisions shown therein. 2. A written detail description of the Respondent's security process for picking up deposits and for identifying courier staff. The security process shall be mutually agreed upon between the Respondent and the City. 3. A copy of the Respondent's employment screening policies, minimum qualifications and background.check process. 4. An approved current signature list prior to implementation of service of personnel authorized to perform pickup and delivery. The City shall be provided with an updated list upon any changes in the pickup and delivery personnel. The City shall be provided with an updated list of all other pertinent personnel on an annual basis at a minimum. 5. Respondent shall provide a copy of all obtained necessary permits, certificates and/or licenses to fulfill contractual obligations. Failure to provide this information may, at the City's options, place the Respondent in default and the agreement subject to cancellation. 6. Proof of All Risk Cargo Insurance with a minimum of$ 750,000.00 to protect cash, currency, coins,checks, drafts, notes and other securities from all types of loss, including but not limited to theft or loss by employees of the Respondent, during transport and while in the possession of the carrier. SUPERSEDES SPECIFICATION SPECIFICATION NO.09-990-10;DATED:February 2009 7 of 11 SOLICITATION NUMBER 12-035 SPECIFICATION NUMBER y 12-99040 DATED/REVISED:May 2012 CITY OF ROUND ROCK PURCHASING DEPARTMENT eWt,E D SEULP-11 221 E. Main Street Round Rock,Texas 78664-5299 Solicitation Information: Responses are due to the Purchasing Department NAME OF SOLICITATION Armored Car Services Solicitation Number 12-035 at the above address by 3:00 PM,06/26/2012 Opening Date: 06/26/2012 Opening Time: 3:00 PM Response Location: Show solicitation opening date&solicitation number in lower left 221 E.Main Street hand corner of sealed response envelope with return address of Council Chambers responding firm. Round Rock,TX 78664 Facsimile responses shall not be accepted Return signed one original and three copies of response. Respondent shall sign below INVOICE TO: Failyre to sign response will disqualify response CITY OF ROUND ROCK7 ACCOUNTS PAYABLE Zs 221 EAST MAIN STREET Authorizedig ature Da e ROUND ROCK,TEXAS 78664-5299 Lara Lack Print Name Respond F.O.B.Destination,Freight prepaid and allowed unless otherwise specified below SEE 1.7 OF SOLICITATION INSTRUCTIONS DESTINATION: TAX ID NO.:742321437 CITY OF ROUND ROCK LEGAL BUSINESS NAME:TRIPLE D SECURITY CORP 221 EAST MAIN STREET ROUND ROCK,TEXAS 78664-5299 ADDRESS:901 PROFIT DRIVE,VICTORIA,TX 77901 CONTACT:LARA LACK "By the signature hereon affixed,the respondent hereby certifies that neither the respondent nor the TELEPHONE NO:7137999966 entity represented by the respondent,or anyone acting for such entity has violated the antitrust laws of this BUSINESS ENTITY TYPE:ARMORED CAR/SECURITY State,codified in Section 15.01 at seq.,Texas E-MAIL:LARA@TRIPLEDSECURITY.COM Business and Commerce Code,or the Federal antitrust laws,nor communicated directly or indirectly, the response made to any competitor or any other person engaged in such line of business." Respondent agrees to comply with all conditions set forth in this solicitation. SOLICITATION SHEET ITEM DESCRIPTION QTY UNIT OF UNIT PRICE EXTENSION NO. Pickups and Deposits for Armored Car Services MEASURE Weekly 1 Business Center. 231 East Main Street,Round Rock TX 78664 5 (Monday 13.50 67.50 thru Friday) Weekly 2 McConico Building: 301 West Bagdad,Round Rock,TX 78664 5 (Monday 13.50 67.50 thru Friday) Weekly 3 Clay Madsen Recreation Center,1600 Gattis School Rd,Round Rock,TX 78664 3 (Monday, 13.50 40.50 Wednesday, Friday) SUPERSEDES SPECIFICATION SPECIFICATION NO.09-990-10;DATED:February 2009 8 of 11 SOLICITATION NUMBER 12-035 SPECIFICATION NUMBER 12-990-10 DATED/REVISED:a,2012 SOLICITATION SHEET Continued 4 Additional Location to be added at a later date: 615 Palm Valley,Round Rock,TX TBD TBD 13.50 78664 OTHER SERVICES: 5 Deposit Bags—Please list sizes and price of bags below 9X12 PRICE PER 100 BAGS 30.00 12X16 PRICE PER 100 BAGS 30.00 6 Holiday Service 1 EA 45.00 45.00 7 Excess Time (Waiting time over five(5)minutes for the pickup of deposits) 1 EA 2.00 2.00 8 Additional pickups for an existing location 1 EA 45.00 45.00 9 Excess Liability per$1,000.00 over specified Limited Liability 1 EA .15 PER Ilk .15 per$1K 10 Time from Pickup to Deposit to Chase Central Vault SAME DAY (Same Day/Next Day) 11 Any Additional Fees or Services FUEL (Provide details below) FUEL IS BASED ON DIESEL PRICE OF$2.79 PER GALLON. FOR EVERY 10 CENT INCREASE,THERE WILL BEA 1%SURCHARGE The City of Round Rock shall not pay for any special fees, materials, supplies, including but not limited to fuel and lubricants and repairs including labor, parts and materials used in connection with the services provided unless otherwise specified in this Agreement. The Respondent shall include all costs that will be incurred over the contract period in the monthly rate. TOTAL: 175.50 SUPERSEDES SPECIFICATION SPECIFICATION NO.09-990-10;DATED:February 2009 9 of 11 SOLICITATION NUMBER 12-035 SPECIFICATION NUMBER 12-990-10 DATED/REVISED:May 2012 SOLICITATION INSTRUCTIONS I PLC D 5etLtv- I ITEMS BELOW APPLY TO AND BECOME A PART OF TERMS AND CONDITIONS OF SOLICITATION ANY EXCEPTIONS THERETO MUST BE IN WRITING 1. SOLICITATION REQUIREMENTS: 1.1 Responding requires pricing per unit shown and extensions. If trade discount is shown on solicitation, it should be deducted and net line extensions shown. Respondents guarantees product offered will meet or exceed specifications identified in this Invitation For Bid(IFB). 1.2 Solicitations shall be submitted on Solicitation Sheet. Each response shall be placed in a separate envelope completely and properly identified. Responses must be in the Purchasing Department before the hour and date specified on the solicitation. 1.3 Late responses properly identified will be returned to respondent unopened. Late responses will not be considered. 1.4 Respond F.O.B.destination,freight,prepaid,&allowed unless otherwise specified on the solicitation. If otherwise,show exact cost to deliver. 1.5 Response shall show unit price on quantity and unit of measure speed,extension and show total. In case of errors in extension,unit prices shall govern. Responses subject to unlimited price increase will not be considered. 1.6 Submitted prices shall be firm for acceptance 30 days from solicitation opening date. "Discount from List"responses are not acceptance unless requested. Cash discount will not be considered in determining the low response. All cash discounts offered will be taken if earned. 1.7 Responses shall give Tax Identification Number,full name and address of respondent. Failure to sign will disqualify response. Person signing response shall show fitie and authority to bind signatories firm in an agreement Firm name should appear on each page in the block provided in the upper right comer. Business Entity shall be one(1)of the following:Individual,Partnership,Sole Proprietorship,Estate/Trust,Corporation,Governmental.Non-profit,all others shall be specified. INDIVIDUAL:List name and number as shown on Social Security Card. SOLE PROPRIETORSHIP:List legal name followed by legal business name and Social Security Number. ALL OTHERS:List legal name of entity and Tax Identification Number(TIN). 1.8 Responses cannot be altered or amended after opening time. Any Alterations made before opening time shall be initialed by respondent or an authorized agent No response can be withdrawn after opening time without approval of the CITY based on a written acceptable reason. 1.9 The City is exempt from State Sales Tax and Federal Excise Tax. Do not include tax in response. 1.10 The City reserves the right to accept or reject all or any part of response,waive minor technicalities and award the response to best serve the interests of the City.Split awards may be made at the sole discretion of the City. 1.11 Consistent and continued tie responses could cause rejection of responses by the City and/or investigation for antitrust violations. 1.12 Telephone,facsimile,and electronically transmitted responses are not acceptable in response to the solicitation. 1.13 CAUTION:Solicitation invitation allows sufficient time for receipt of the preferred mail response. The City shall not be responsible for responses received late,illegible, incomplete,or otherwise non-responsive. 2. SPECIFICATION: 2.1 Any catalog,brand name or manufacturer's reference used in the solicitation is descriptive only (not restrictive),and is used to indicate type and quality desired. Responses on brands of like nature and quality will be considered unless advertised under the provisions of Section 252.022 of the Texas Local Government Code. If other than brand(s)specified is offered,illustrations and complete descriptions of product offered are requested to be made a part of the response. If respondent takes no exceptions to specifications or reference data in response,respondent will be required to furnish brand names,numbers,etc.,as specified in the solicitation. 2.2 All items on the solicitation shall be new,in first class condition,including containers suitable for shipment and storage,unless otherwise indicated in the solicitation. Verbal agreements to the contrary will not be recognized. 2.3 Samples,when requested, must be furnished free of expense to the City. if not destroyed in examination,they will be returned to the respondent,on request,at respondent expense. Each example should be marked with respondents'name and address,City solicitation number and code. Do not enclose in or attach to response. 2.4 The City will not be bound by any oral statement or representation contrary to the written specifications of the solicitation. 2.5 Manufacturers standard warranty shall apply unless otherwise stated in the solicitation. 3. TIE RESPONSES: In case of fie responses,the award will be made in accordance with Section 271.901 of the Texas Local Government Code. 4. DELIVERY: 4.1 Response shall show number of days required to place material in City's designated location under normal conditions. Failure to state deliver time obligates respondent to complete delivery in fourteen(14)calendar days. Unrealistically short or long delivery promises may cause response to be disregarded. Consistent failure to meet delivery promises without valid reason may cause removal from Vendor list(See 4.2 following.) 4.2 If delay is foreseen,Vendor shall give written notice to the City. The City has the right to extend delivery date if reasons appear valid. Vendor shall keep the City advised at all times of status of order. Default in promised delivery(without acceptable reasons)or failure to meet specifications,authorizes the City to purchase supplies elsewhere and charge full increase,if any,in cost and handling to defaulting Vendor. 4.3 No substitutions or cancellations permitted without written approval of the City. 4.4 Delivery shall be made during normal working hours only,unless prior approval for late delivery has been obtained from the City, unless otherwise specified in the solicitation. 5. INSPECTION AND TESTS: All goods will be subject to inspection and test by the City to the extent practicable at all times and places. Authorized City personnel shall have access to any supplier's place of business for the purpose of inspecting merchandise. Tests may be performed on samples submitted with the response or on samples taken from regular shipments. If the products tested fail to meet or exceed all conditions and requirements of the specifications,the cost of the sample used and the cost of the testing shall be bome by the supplier. Goods,which have been delivered and rejected in whole or in part,may,at the City's option,be returned to the Vendor or held for disposition at Vendor's risk and expense. Latent defects may result in revocation of acceptance. 6. AWARD OF AGREEMENT: A response to a solicitation is an offer to contract with the City based upon the terms,conditions,and specifications contained in the solicitation. Responses do not become agreements or purchase orders unless and until they are accepted by the City through its designates and an agreement or a purchase order is issued. The agreement or purchase order shall be governed,construed,and interpreted under the Charter of the City and the laws of State of Texas. All agreements or purchase orders are subject to the approval of the City Council or Manager. 7. PAYMENT: Vendor shall submit three(3)copies of an invoice showing the agreement or purchase order number on all copies. 8. PATENTS AND COPYRIGHTS: The Respondent agrees to protect the City from claims involving infringements of patents or copyrights. 9. RESPONDENT ASSIGNMENTS: Respondent hereby assigns to the purchaser any and all claims for overcharges associated with this agreement,which arise under the antitrust laws of the State of Texas.TX,Bus.And Comm.Code Ann.Sec.15.01,et seq.(1967). 10. RESPONDENT AFFIRMATION: 10.1 Signing the response with a false statement is a material breach of agreement and shall void the submitted response or any resulting agreements,and the Respondent shall be removed from all Vendor lists. By signature hereon affixed,the respondent hereby certifies that: 10.2 The respondent has not given,offered to give,nor intends to give any time hereafter any economic opportunity,future employment,gift,loan,gratuity,special discount, tip,favor,or service to a public servant in connection with the submitted response. 10.3 The respondent is not currently delinquent in the payment of any debt owed the City. 10.4 Neither the respondent nor the firm,corporation,partnership,or any entity represented by the respondent,or anyone acting for such firm,corporation,or entity has violated the antitrust laws of this State codified in Section 15.01 et Seq.Texas Business and Commercial Code,or the Federal Antitrust Laws,nor communicated directly or indirectly the response made to any competitor,or any other person engaged in such line of business. 10.5 The respondent has not received compensation for participation in the preparation of the specification for the solicitation. 11. NOTE TO RESPONDENTS: Any terms and conditions attached to response will not be considered unless the respondent specifically references them on the front of the response form. WARNING:Such terms and conditions may result in disqualification of the response(e.g.responses with the laws of a state other than Texas requirements for prepayment,Limitations on remedies,etc.) The City of Round Rock can only accept responses which contain all the terms and conditions of its formal solicitation;in particular, all respondents'affirmations and certfications must be included. Submission of responses on forms other than City's form may result in disqualification of your response. 12. INQUIRIES: Inquiries pertaining to Solicitation invitations must give Solicitation number,codes,and opening date. SUPERSEDES SPECIFICATION SPECIFICATION NO.09-990-10;DATED:February 2009 10 of 11 SOLICITATION NUMBER 12-035 SPECIFICATION NUMBER 12-990-10 DATEDIREVISED:May 2012 ATTACHMENT A M I PLS D SCUP' RESPONDENT'S REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: 12-035 RESPONDENT'S NAME: TRIPLE D SECURITY CORP DATE: 6/25/12 Provide the name, address, telephone number and point of contact of at least three(3)firms applicable to Municipal and/or Government projects that have utilized similar service for at least two(2)years. City of Round Rock references are not applicable. References may be checked prior to award. Any negative responses received may result in disqualification of solicitation. 1. Company's Name CITY OF AUSTIN Name of Contact JEFFREY DILBERT Title of Contact CORPORATE PURCHASING MANAGER E-Mail Address JEFFERY.DILBERT(MCI.AUSTIN.TX.US Present Address 124 W 8T"STREET,STE 300 City, State, Zip Code AUSTIN,TX 78701 Telephone Number ( 512 ) 974-2021 Fax Number: ( 512 ) 974-2388 2. Company's Name CITY OF HOUSTON Name of Contact ROY BREAUX Title of Contact PROCUREMENT SPECIALIST E-Mail Address ROY.BREAUZ@HOUSTONTX.GOV Present Address 901 BAGBY City, State, Zip Code HOUSTON,TX 77002 Telephone Number ( 832 ) 393-8728 Fax Number:( 832 ) 393-8761 3. Company's Name CITY OF GALVESTON Name of Contact KEVIN SCOTT Title of Contact PURCHASING SUPERVISOR E-Mail Address SCOTTKEV@CITYOFGALVESTON.ORG Present Address 823 ROSENBERG City, State, Zip Code GALVESTON,TX 77550 Telephone Number (409 ) 797-3574 Fax Number: ( 409 ) 797-3619 FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. SUPERSEDES SPECIFICATION SPECIFICATION NO.09-990-10;DATED:February 2009 11 of 11 Triple p j --�-GUgIT V hh ARMORED SERVICE f 1.800- • 541-1046 ARMORED SER VICE �;: 1-800.541.1046 7 � iil7JiCSSCLiili;/.COi71 1 -I-Boo-15; , 1 ,, S—r s r�A, s :�••, I' I 1 , yr�_rr 1. I Y +Cmi Ci No. (CIRCLE: ONE) !!:1T1111 1 t t<1t I� 11 tilt 11 ;tt i, DAT TRUCK NO RCU7H 44 74 ADDREESS ��yASED .BY 1. 7OP ORIGINAL COPY TOP.TRIPLE D Z: PINK COPY FOR TRIPLE D + 3. YEL!OW COPY FOR TRIPLE 9 3 - 4. BOTTOM GOLD COPY STAYS WITH ORIGINATOR NOTICE TO CONSIGNOR Our crew member cannot accept any item or commodity unless it is a properly locked or sealed container. Acceptance by a Triple D _ { Security Corp.member of an item or commodity valued at more than the amount In your contract with Triple D Security Corp. does not constitute acceptance by Triple D Security Corp.of liability greater than the amount in your contract. i iaeraa Said contain' 'Co lame � -calved isC B,>4�C� �8� eChecked 9escripdon Value cv Serrt�t t®. b 7ra�t� b Triple � Tr9ro� �y o each ,a 9 consignee 1 i i J � � Sia Q i D ' � T L'�MLaJc DELIVERY I TIME DATE DELIVERED Racei'ved by 7,07AL NUMBER Consignee OF CON7A., JNERS Correctly Seated I L99-9L9-1913 SVX31'VI8010IA 'ONI'S0IHdV8E)'ibWIU31YM �u+�•a,•:�u..�-sem ` � + _ g t f COM TRIPLE.: RECUR JPV I r. ys�.._ ,���,1._80 �. r;�> �-ago-5-5L1-1 ass AUSJ%r �` C ?US C7-�1 IS r 1 jD ?LAS / %1 % ,y ?a;c i0 :A Y J Ci`` 0 VN--j �tJF1>�l ! 17 i 1 1 1 li 7 i4 { 7,'{ CIRCLE ONE) � �/ + ���,a �„� d�n oil 11�I,;l� � 1!011 1Ill T11�1, I I rtli �i J 1 ROUTS � I' �.�d,t lli it�r �a11 � a ;I�d � {I� I;i� -3 I 1i{ f q l t ,7. { 1 ? L...� .'�' ::•� :?,�'fi 31 is ADDR SS Cs i r' 1SA�+ = : 1. TOP ORIGINAL COPY FOR T RIFLL D i.L .r1d D, �i .' ',' 3- K COPY FOR TRIPLc D 3. BO-4 M COPY FOR TRIPLE 57Xt J `` �t.^% (� .��'!Ja j'•, _ L� ', d. 30 i,viNl GOLD COFY ST:75',v'T'rl v^RIGiCdATCR Y ,+ NOTICE TO CONSIGNOR Our crew member cannot accept any item or commodity unless t is a properly locked or sealed container. Acceptance by a Tripie D .. C - e. _.._^ _ .._a a„ `*e 2:i:CC^t i;BICC:^C^ti'C!:Yt«ti T#!e D Security r..... JcCUiiL'y�.uili.iiici,iuc�vi oi�ii8i'Ti v�wiidTivwiy 79iuc at u�r. ai:•�� �- �- r- _•Y.. does not constitute acceptance by Triple D Security Corp.of liability greater than the amount in your contract. 'Said to contain' � � >✓�tec�Ced C�rlai �����aby Value flys �", 1'GaCri(Ok`iS3Yt , � ?�i �1c Vii^ •ri d, n Apis D by I�-ipie D cosay neQ aa�.;;-a bag II 9`i r, Y t S$ 1 H , Q l Di N DELIVERY IO.Ty � E Di�T r t�lVf"�E5� by 'F CO 7A3�JNE R's C,^v4-7aDtly. ski d W 14, i (rvl St 6MAr-rV Triple D Security CORR Standard Operating Procedure • Upon the arrival of the armored truck at City of Round Rock,the driver will position the truck as close to the entrance as possible. The messenger will exit the truck and proceed to the office. • The messenger,for security reasons, will enter the office, close the door to the office, and sign for the liability. • If the stop requires a change delivery,the messenger will enter the office with the change order in the messenger bag and/or dolly. • The designated employee will sign for the change and the messenger will leave the pink copy of the change order slip with the office. • Once the messenger has signed for the liability,he/she will exit the office and must return to the armored truck without any further stops in the building. • Five(5)minutes are allotted for the stop in each building. Delivery of Liability to Chase Downtown • CORR liability will be delivered to Chase Bank,downtown Austin,on the same day of pick up. SECURITY. INC. Screening Policies For each person who applies to Triple D Security for employment, they are subject to the following minimum standards: Driving History Check • No more than 2 tickets in past three years Credit Check Criminal History Check • Nothing greater than class A misdemeanor Reference Check Drug Screen Driving Test Texas License#C-1948 e-mail:jlack@tripledsecurity.com (361)578-4951;Fax:(361)578-5290 P.O.Box 2346—Victoria,Texas 77902 Alarm Systems&Monitoring, Guard & Patrol Service, Armored ATM Service, CIT Services, Camera Systems r 1. 1 `"J ��, ,•� ...r.... .. ...,.,....y ...,.1— Aid P.O.Box 2346 Victoria,Texas,77902 SECURITY. INC- Phone(800)541-1046 2012 LIST A—Austin, Texas State of Texas License#C-1948 AUTHORIZED BY JAY LACK,PRESIDENT,AND ISSUED ON May 7,2012 This list replaces all previous lists. 5 Fulgencio Wright Baker Jaime Ek% Hank William 1222 . 6120 3764 Boyle Cannon Coronado Trevor Carl Randy 3759 3760 3758 i DeLeon Galvan Carlos Edwards Ruben 3753 James 3762 3725 Gangoso Guerrero Ibanez Jestermark Gabriel 3724 Jennifer 3765 3706 a, Wa�c - i i � f - j Langston r Lester G Liles Warren Homer Brandon 3740 3749 3722 Loibl i Lopez Rex Francisco Martinez 3734 3732 Marcela 3730 IMPERSONATIONS HAVE BEEN ATTEMPTED. IF IN DOUBT CALL 1 800 541 1046 'e ==�J P.O.Box 2346—Victoria,Texas,77902 SECURITY. /NC Phone(800)541-1046 2012 LIST A-Austin, Texas State of Texas License#C-1948 AUTHORIZED BY JAY LACK,PRESIDENT,AND ISSUED ON May 7,2012 This list replaces all previous lists. Munford i Orta Priest Dustin r Arthur Jon 3744 3736 3158 j l Rodriguez L Rojas Vasquez Rosemary Fernando Kraig 3735 3763 9�- 3752 Verdadero D D Marianito p u werda° 3754 IMPERSONATIONS HAVE BEEN ATTEMPTED. IF IN DOUBT CALL 1 800 541 1046 i j:1.i�:l�:Yi:L'a•-�:JA I.Ijll _ .e.� ... .. vl �:� •l:...+.as.a,.u..-...+r.. a•'7.�rT:7;ik;,l:U.i..�73:'XS9J it!•L y rr'—. a'6'^4' �_ ,�'[�.,e:•Lt.- %,s(��s""M' x��'ti? `L'+`•.Q!i�Lr'Ji'fh.�'.z:.sY�'"�"rSk��i`w�i«'S�!`ti�GI'�`�,:'�?![�'.�'i`��. lit .1koxas daf ty e�:-.ve.. �'d` �s _.k,. -:l r' sir: � •f`,�'<.;':%E�:l;�i�x'•• ._,,. . �j ,r J,( �el' �"+ jJ/, 9. Sfl! ',l' .r!}.r�'. 1i12a.7.::: 1r: �...�.•4.:r r }°'?� r .1 Y- :� is f:• �.T"��.f� �• C 'r �' +y4' :L.e ' Xa �:' w J !�A �.ct,,• t �� afJF lw r � ti J�t�..i�J•5s,�• �'� [ e if}{!. r ,Al A�'•.. Cks- �ti�t-��FJaY\�ta,��4 CD� _ '�t�✓Jr� z��•�"'��,.. zjmrf '`�p�ys,;}.,r.�L �y�,1y !�i 7aU,�S�rseFk'kJ::Jx1:Y.4:a'iyx.� '"�•i�r' The Texas Private Security Bureau certifies that: '- ,,.. .l '4 TRIPLE ® SECURITY CORPORATION ri F r C01948 F g 1g Is DulyLicensed as tsl �y 5 Investigations / Security-Contractor h� �} Guard Company F if`J Alarm S � ystems Company 1� b PIN wr Armored Czar Company ¢' Courier Company Under the provisions of Chapter 1702 Texas Occupations Code as amended F This License F `` EXPIRES: - 6/3.012013 PSB-47 6/0541 si. .Z1.ir.�ct�r. uh it GQf» :. ......... sM_....�.-..A:.r A__:.. .,.. ..f.. :CJ. +5�'r�3,r'•. %i- =;1' Z uartAr:�nr^,rx•= ,,JA..,:..A>.r- c� > .... u..,>..__...�.:_._..4-:a,..-ih�c..� %''{:.: .iF' ;`,.iy: fF, vtS;%%'s%:':•i: .l W: ... ............. ::?�i�:";'+_nv.:l:LE...o.,:,o.x, r.'.'`.}.'?IiCs'L'L,��f�`v�:•;S 3; �-5., ;` ry.;. ..f"Y,: .., . 'Y:J,nvi'e+i,; ::✓,::kfxa�:;h� Jk4ti;.•::ifik�,+::..;e..rt:e".:r'.',Ed`i,�:s l�•. Ir.:; iilrss:,5. ,d►coRo® CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) `•� 6/25/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the pol)cy(ies)must be endorsed. if SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Michele Thibodeaux El Dorado Insurance Agency, Inc. PHONE (713)521-9251 qrc No:(713)521-0125 El Dorado Sec Srvs Ins Agy AFbmDAR'Lrss,mthibodeaux@eldoradoinsurance.com PO BOX 66571 INSURERS AFFORDING COVERAGE NAIC# Houston TX 77266 INSURERA:Texas Mutual Insurance Company 22945 INSURED INSURERB: Triple D Security-Corporation INSURERC: 901 Profit Dr. INSURER D: INSURER E. Victoria TX 77901 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSTYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LTR POLICY NUMBER IMMIDONYYYI, MMIDD LIMITS GENERAL LIABILITY EACH OCCURRENCE $ DAMA E TO RENTED COMMERCIAL GENERAL LIABILITY PREMISES Ee c&"...) ccurrence S CLAIMS-MADE D OCCUR MED EXP(Any one person) $ PERSONAL 8 ADV INJURY S GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ POLICYPRO- LOC S AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident S ANY AUTO BODILY INJURY(Per person) $ ALL OWNED- SCHEDULED AUTOOr AUTOS BODILY INJURY(Per accident) S NON-OWNED PROPERTY DAMAGE S HIRED AUTOS AUTOS Per accident S UMBRELLA LIAB E OCCUR EACH OCCURRENCE S EXCESS LIAB CLAIMS-MADE AGGREGATE s DED RETENTIONS S A WORKERS COMPENSATIONX WC STATU- OTH- AND EMPLOYERS'LIABILITY Y I N EfL ANY PROPRIETORIPARTNERIEXECUTIVEE_L.EACH ACCIDENT S 1 000 000 OFFICERIMEMBER EXCLUDED? N I A (Mandatory In NH) SF0001176696 /13/2012 /13/2013 E.L.'DISEASE-EA EMPLOYEE S 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Round Rock ACCORDANCE WITH THE POLICY PROVISIONS. Assistant City Manager 221 East Main AUTHORIZED REPRESENTATIVE Round Rock, TX 78664-5299 R.L. Ring, Jr./LY07 ACORD 25(2010105) ©1988-2010 ACORD CORPORATION. All rights reserved. INS025(201005).01 The ACORD name and logo are registered marks of ACORD A CERTIFICATE OF LIABILITY INSURANCE pa e 1 of 2EATE(MWDD"YYY)5 6/25/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. if SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Willis of New York, Inc. PHONE 10 Woodbridge Center Dr. 877-945-7378 FAx 888-467-2378 MAI Woodbridge, NJ 07095 Suite nORF certificates@willis.com INSURER(S)AFFORDING COVERAGE N.C. INSURED INSURERA:Tower Insurance Company of New York 44300-001 Triple D Security Corporation INSURERB:New Hampshire Insurance Company 23841-001 Locations listed below INSURERC: . • INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:18079527 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN.THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR NSR TYPE OFINSURANCE DD mspr SUBifi POLICY NUMBER POLICY EFF POLICY EXP 1 LIMITS A GENERALLIABILITY Y Y CGLI100754-11 10/15/201110/15/2012EACHOCCURRENCE (S 11000,000 X COMMERCIAL GENERAL LIABILITY PREMISESOE o:NccureUnce S 100,000 CLAIMS-MADE OCCUR MED EXP(Anyone person) $ 5,000 PERSONAL&ADVINJURY IS 1 000,000 GENERALAGGREGATE $ 2 1000,000 GENI AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOPAGG S 1,000,000 P7OLICY n PRO- n LOC X S ED SINGLE AUTOMOBiLELABILITY 01-CA-066144947-1 11/15/20111015/201 (CEOaMa8INdent) _ $ 11000,000 X ANYAUTO BODILY INJURY(Per person) $ ALLOWNED SCHEDULED AUTOS AUTOS BODILY INJURY(Peraccident) S _ HIREDAUTOS NON-OWNEDAMA AUTOS Peraccident) S Is UMBRELLA UAB OCCUR EACH OCCURRENCE $ EXCESS LIAR CLAIMS-MADE AGGREGATE Is DED I 'RETENTIONS IS WORKERS COMPENSATION AND EMPLOYERS'LIABILnY YIN IISER ANY PROPRIETOR/PARTNER/EXECUTIVE� N/A E.LFACHACCIDENT $ OFFICER/MEMBER EXCLUDED? Mandato%in NH) E.L.DISEASE-EA EMPLOYEE S 'I rys,des be under DESCRIPTIONOFOPERATIONSbelow E.L.DISEASE.POI ICYLIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(Attach Acord 101,Additonal Remarks Schedule,it more space is required) See Attached: CERTIFICATE HOLDER CANCELLATION f SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE CITY OF ROUND ROCK 221 EAST MAIN (AND 309 EAST MAIN) ROUND ROCK, TX 78664-5299 Y[J Co11:3773555 Tpl:1454657 Cert:18079527 1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 100001 _ LOC#: Av ADDITIONAL REMARKS SCHEDULE Page9o 2__ AGENCY NAMED INSURED Willis of New York, Inc. Triple D Security Corporation POLICY NUMBER Locations listed below See First Page CARRIER NAIC CODE See First Pae EFFECTIVE DATE: See First Page ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Insured: Triple D Security Corporation 6060 S. Loop East, Ste. 200, Houston, TX 77033 2945 Walnut Hill Lane, Ste, 105 Dallas, TX 75229 901 Profit Dr., Victoria, TX 77§01 3365 Pan Am Expressway, San Antonio, TX 78219 1400 Smith Rd., Ste. B106, Austin, TX 78721 3901 A S.P.I.D., Corpus Christie, TX 78415 CITY OF ROUND ROCK, ITS OFFICERS, EMPLOYEES, AND ELECTED OFFICIALS AS ADDITIONAL INSUREDS AS THEIR RESPECTIVE INTEREST MAY APPEAR AND INCLUDING WAIVER OF SUBROGATION AS PER POLICY BLANKET COVERAGES AND ENDORSEMENTS. t i l t J 8 �r ACORD 101(2008101) Coll:3773555 Tpl:1454657 Cert:18079527 ©2008ACORDCORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD 1 A CERTIFICATE :11A6TE(MMIDDmYY►E OF LIABILITY INSURANCEpage 1 of 2 /25/2012 THIS CERTIFICATE IS ISSUED ASA MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder is an ADDITIONAL INSURED,the policy(les)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER CONTACT Willis of New York, Inc. PHONE FAX 10 Woodbridge Center Dr. • 877-945-73.78 888-467-2378 Suite 601 E-MAIL Woodbridge, NJ 07095 Anngus. certificates@willis.com INSURER(S)AFFORDING COVERAGE MAIC 9 INSURED INSURERA:Tower Insurance Company of Now York 44300-001 Triple D Security Corporation INSURERB:New Hampshire Insurance Company 23841-001 Locations listed below INSURER C:Navigators Insurance Company 42307-001 INSURER D: INSURER E: INSURER F. COVERAGES CERTIFICATE NUMBER:18080966 REVISION NUMBER:See Remarks THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN.THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. II TR NSR TYPEOFINSURANCE OD' SUB POLICYEFF POLICY EXP POLICY NUMBERminaryyw) LIMITS A GENERAL LIABILITYY Y CGLI100754-11 10/15/201 10/15/201 EACHOCCURRENCE S 11000,000 X COMMERCIAL GENERAL LIABILITY OREMI3E5 EaENTEoccence $ 100,000 CLAIMS-MADE OCCUR MED EXP(Any one n) 51000 PERSONAL BADVINJURY S 11000,000 GENERALAGGREGATE $ 2,000-000 GENI AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OPAGG S 1,000,000 j X POLICY PfFr.TRO n LOC AUTOMOBILE SB - A- 6144947-1 11/15/201 10/15/201 o BINEDSINGLELIMIT X ANYAUTO (Eaaccidenq $ 1,000,000 BODILY INJURY(Per person) S ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY(Peraccident) $ HIRED AUTOS NON-OWNED AUTOS PROP RTYOAMAGE (Peraccident) $ $ UMBRELLA LIAS OCCUR EACH OCCURRENCE S EXCESS LIAB CLAIMS-MADE AGGREGATE $ 41 DED I RETENTION S $ WORKERS COMPENSATION W STATU- JOTH, � AND EMPLOYERS'LIABILITY TORYIIMtTql ANY PROPRIETORIPARTNER/EXECUTIVE� N OFFICERIMEMBER EXCLUDED? /A E.L.EACH ACCIDENT S Mandatory 6beund E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTIONOFOPERATIONSbelow E.L.DISEASE-POLICY LIMIT S C Armored Vault / NY07ILM009807-02 10/15/201110115/2012 Vault Risk: $10,000,000 Armored Transit Risk any one accident/occ. including Employee Transit Risk: $10,000,000 Dishonesty any one conveyance/acc/occ DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(Attach Acord 101,Additonal Remarks Schedule,if more space is required) THIS VOIDS AND REPLACES PREVIOUSLY ISSUED CERTIFICATE DATED: 6/25/2012 WITH ID: 18079527 See Attached: fi CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE CITY OF ROUND ROCK 221 EAST NAIN (AND 309 EAST MAIN) ROUND ROCK, TX 78664-5299 Coll:3773791 Tpl:1471905 Cert:18080966 c 1988-2010ACORDCORPORATION.All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 100001 _ LOC#: A ADDITIONAL REMARKS SCHEDULE Page9 of 2_ AGENCY NAMED INSURED Willis of New York, Inc. Triple D Security Corporation POLICY NUMBER Locations listed below See First Page CARRIER NAIC CODE See First Page EPFECTNEDATE: See First Page ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Insured: Triple D Security Corporation 6060 S. Loop East, Ste. 200, Houston, TX 77033 2945 Walnut Hill Lane, Ste. 105, Dallas, TX 75229 901 Profit Dr., Victoria, TX 77901 3365 Pan Am Expressway, San Antonio, TX 78219 1400 SmithRd., Ste. B106, Austin, TX 78721 3901 A S.P.I.D., Corpus Christie, TX 78415 CITY OF ROUND ROCK, ITS OFFICERS, EMPLOYEES, AND ELECTED OFFICIALS AS ADDITIONAL INSUREDS AS THEIR RESPECTIVE INTEREST MAY APPEAR AND INCLUDING WAIVER OF SUBROGATION AS PER POLICY BLANKET COVERAGES AND ENDORSEMENTS. CITY OF ROUND ROCK AS LOSS PAYEE AS THEIR INTERESTS MAY APPEAR WITH REGARD TO THE CRIME INSURANCE. t r ACORD 101(2008/01) Coll:3773791 Tpl:1471905 Cert:18080966 ©2008ACORDCORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD (;-�Ll��55� A IJ. }� .L,l`tH}•'.{ ' 'aM `V{1.4 , s:.�T. r ��'.,,>>t uL+Tt�" 'l i{rhj'.,•h'�t ,?'fir;1+�, 'f"n+.,�+,. fir: _� t?Tx r a,r.td..'{.,.,reh-..,.r.:..�:v•...,;.,!.a.,,,r.d t..r::,'rrr......,:._..t,:..h,.:.,f'y�.S,M1ta,'..,,,r`;.,-..t.'1...+..t-.�_.iy rs.-7�.t..:'s::„,,..v.61r,,a:,'"M.':,;.�v.,f i4r.'.1J1�a',.s..'5s.P 4ti ta t.•t.,s.,.�...N.....,,,:sv„1;�u',a-._�14..��•�'^fA',,wta,G},rr..: (.:r,r!Y,,�.'1.e...$Hj.ttt.G{y','tTQ.ti��""a:i;}mor✓-ifld.(�..-+!••:�'',n}t1EL�l 1.U.,.hr,..• ,,',rr{•�.r,..}r...,i.'....;.-5�r��”a.u,,..,.li r..,.,..a.,s.,:,,hr..-..::':�s:.r?t1w+a Y'.Sa�y5r"e,.wx4,•x,.,,.:..,rL•+.•�•:.,.g.t�*T[r•�:,�'3�=.,:.-}-^.r.•v..fia.dtq:..r,tn'�.'fi�sF�. ,..:..�:`��..Y;yM1',�•.t',:r;hp':.;.{{i'�t-.,,_.•.,,..r,Ya\4�+..#-.,,.e•s,X�e�fi'!,�.'. '.-..:.,..�,,r;r.4.,��,a'i.,P,:,m,i�,'.,u''^.Yo'�,'F^,'q.�-ra,c,,.,:,T4n;n{•.0a,',,htk.:`.,^�-y.-5',r,,W,.:,?.. +u.2tt,.H,+�tir:.,�'r1i Yr1.t'us_�.�,'nt»,.,!r d�Y3 A:C4n.4rt,Wq'et�1:'.ir�!t'>�t'•'.t�n,^fr!'ri•`.3�;m.>Z..'a.v':ravi{{H•':a'.'4 a r.#.aa�3.r ��uuCk'y...-'��nn.,�'•�crSt��rt�r„�',-:o��t.tr u°tre1.:so£qw„..ti.t.�,y.rb�•!->diun.',l'.`',y.r'*iy-��'�»4 , .,. 4 ;,+,..: . � .':i;x�Y � )k.. •:Atv.-. ,I 3`i ik.rl.5,, � ,�yN y,'ql.” L.."1'' .y!•.'.. yX:1}e/i p-t� {,-.�s:.2w.Z: ?.k,-. � �, �.a"a t-•ay' ..1- .w.>'••s -f5... ) .::h r4+:',r-:'°v!'2+�. o+�y�,�'s'.r.' Ysr;,tse� 71y+S'�8.1t,,:. �`,,',;;,�, �^ .,';%rr sx• r�;-,�� x�'i�w .;5'..l...r .;k:,.. ':.:�` w:k. .:-�.t ;f .+,�. t( .-:. f __ -, ..�., .t: .Ai d; r�a;'�:'4.,E, r4 � aUst"->:kr� .r t^�.zs�f. �ro.'ad, e ir. #'�+.r'?•t t r�'s' 'Nr 1: Y, a z. .,,,r-• h r.,.,.,,. :,2,j',�C,.,,'., 4.. -j!a'tt,'4 .,�ni "-.. .r .,�., ,•,�� 5 ...777 .;k_ n ,,. j�� t3":.. 1�'f .�-cf..a-.pry +,}.'�" � ,n 'r: � r-`t :»:..' ,:. fy >lq;. � t�'r ': 4.•Gf.C`hr'"f� 7^+"...t��-a'� �-3..,r5 t`n.3= ,� 4 k It„�',yv, � �,..k,'' �a N^.rV� t �;y,y . �` ,��,r wt',�t � alb 1.i:•<t f+.,.: ,,,,,t, •;i<.,.,,.,��t, �t ." `�'=.a:�,,� i.. g�5 a� ,"e,,. t '�,x.. ,, ., xt: s trt � �c�x1�iS„y;�,y, �, air, f:. z t .>, d ,.:r,:,vs'� s r,: .e.•T ra:. _ <«'�„7t .:;: �- ,4,s �, r' � �,,. .,! _ "r>�,ttts�+,7�� .r. Ns.''vt ° P +.3'a-� ..� •4"re f' xs.:..,{ r d i y k,• d 7t}. NIX N=��} i, -Yd ar,1 ., r:;t ,{ r ., .. y4re.r '�Cl S, I, r:y�9 v4 �. ,�'t, .,� ?rR{• .� .';3 .r?7j' ri ?W.., "!',rR�t �^�r d•rn.,+�'d,..V:' 'J x"-ylcL' ,., ^' {,:. 7` .I wrr �ki.4 t �`. .1..Y. &. >r li•r ..n. "4..,5 -�'' •'� Y ir.l 5,�+.fir.� A- .•+�•`t .3.. •;h„ 'ir^I�^ � �,hr a, , ^�: .�t='g;; 'f, .v..w�h -:5.,V'� .,ri. a•.•. ..,r .; ,r.^ 7.rr, ,sk L ,l`-:!�`. � tiP 3. ,,.:� t5 � ]�, t s✓ +u, qy ,,�' ;�t 8 t.,[„ t 4a},.:•SY,'ys<' i�.,. �1�',Y;� �:+''S',,• y,},•„,_ t �i r.r, �jc';p,, p.E,t+f+�t ,,.+z;:.gym. .,,. c -rry' y �'e•("7 c 'r d r', 64 �{ 1,+ -7,iFM l.:.i:vT,�r WWI :., i...{ � a,,,.L �e r r':' -t„ "�F" +.,.k. � ,r,... wd:tlt u. a. „r�::i.:itY^.'u� �': >v� �. ,., `•sl-w.t,! T•a...{4 tJ"i�•*i ,.,1y,,1-,+I, eta, '^c!u.. � ' ,i§.t->... N.,,.S .."'=.lcC ...(," ?,,s..'wR W .•. 31.... .:: `"4'--:-;4 1�' .aw,v !:: .�, e.ti �:,. �•'�4 ±Ss.;.e��t- � �rt. �2. .`^ir -�„. t• �, ,.��r rPt' r,f::#v i. s 1}, .y sr Mai .N^"ar a. '.:c, r ti.. JPS:^ •.$: r z....... `t-1#` �'s3.7'p� p �.'. 1;r•�. a.r;• •w`v s.t•.., ;a;s. 'a ;..} :,f'.5, e. .>Y. r '�i< t... .,T,� 'vyp •>rd.'.p n..:s` ,, -t- '; ,.,tt:'•. • G r. 'v v. s.'x�l St✓,..fir>-rs.t', >.,k &,.k•'s}t'� ,r?:J;.e. .,e,#ggy1 .±:i#.a -'8r•-„.'• tTM'•t'ns'/ak`�.. .��. �.tn ,,y�•, ..,:T tK:: t. , a 4 t .'a-.:�'i .tcw.. -s.. �. 'yil� :.vf": - 'fir.i «.a i„.i - ,,.t.n { :,,r.yr 'd ir.•,. ��:t. :1htl:.'Em tl ct,,. •rw,i. i.:r,'�n , ' _,.,y, ,...,c t ,,.�:'"...-. .,J..v ..4:'•a re ?t. ,,,...Y -C r,. �"n,5.�' ,' .�s-�,.,. �. La,._,a•-+u, ;:� .,�. :r-... R: ..,f ,.. E°y:','a._h`�'`S"%tkrf' i ?',r_ Vii•.+,.°.� �.'r.. M. ,..t"xyt.<,' ' to i.... , ` A, ...; a.. `ali:,,. '.iFt t i •=,k: ,.r*"1'rs,;; 't r:Lt" -'„ Jr..,;, ? i. sr,� '.:'.T Y,%re '+y :^Mari..,",. fo:< s i'.3 h t ,.,v -F,+ ,. r•"°�,s"4r .,ta: i`I' "'S'.d :a:• ! ,,. •�lf'kN'M• r'h� .'•-."'r„w` _ i�,� a t° 'S''.i".z i<. �:. . y,, ^4t +�E:. �.7_:R: ,�,e. v rti_•. . ,, ,i •F t r d {; � , �,yY! <�c'Ys s'; r,�yk. .,r. " WN!a.':�:,^ " ..,- _+',',• I� a, ,�s�•,•y: .,.�.'"�., v„� 'yhf ,, '.� �. L.,�.„ }N. -,t. .. 4e y,.f,>�ya,., ,..,, 'tf+ ,:X ,S,y «;r,�r .rtt.,.�.,„ ydtsr d A. ra I1D,r.S" {.,''•, { k".i 1�F,�W.tr,y'.•,M �.. r f�:. `t , Sin Sa$p 11 ?l.fix, a r yftl4, •.:5 a+1R"" 5 !v.P: '"..,. , i.. a s'�?' �/"+.r7., ?N_„+�41x. :�' x,..r ,rA4; r S,r<.r r. --5�;.,+ t,1 •..o,,. u” t:Mg .vi.,:••: ,.l.;,ia'kt .5 .'n. �r ,ze.ds t, „' `M l• e`l..t"4 �, .,y."�., 1{r"7t.. -:'i.,-, -.rrt�-f w .n'+ v„ ..,� p..�f'i'9 v iYt:1�^., ,h>„ .,kv,,.�f �.- :.,,:'.. +• . .5�='4tt r.r .M1y,�. �s a-r:� :eW..:, � 't ',sc .1t >r.4,rj ..R!.. .=.16. �'{y. 4< td1r" N. {, •C ',�':,{.8. '���?i_;k \.+SR' ....,. 'fi. � }�,�.a;r�r"A. x, � n,a3 J; :tv �,. u. .,L••P a(.C{ -'u,. '- .utT¢...rA/^` Y.+,., r.K.MCrK.k ey s ,✓. 4. v'�•', �,.. 4+,fir, ,; .4.• :e ,^v`£ itw.vN'F. `TJ n..3F'v't• ',At4^r�.•' 'S- :� .r.r4 ";1 R;, ,3 1.. " r. •+v. ir�rF+' t ><y.. f �p,. r g.� �f?.,,,.ll.t,:.� 4r+,t"T� '+FY 1 •tr. 'S. �'�� � yA"' � '�„ 5�16� {,. ,"Y' �r`,t�'�v ;a�. 'a -�y7..•.�'nx^ R. W�., t G ,.�� ,y `'1.' �' 'tj •'�vz" yi'+`. ,�:i� �_ .:,#'rl l• G�' Lg'r,,p�.�s,. ;�',{C,, °, �t� �rr e � +w'%r��1 "s,�� � rt• IUr=y a ^VYt G ,'„7« iµr'�,� 'N l-' .,li I s.Ci�.1�i'(L `� •�ti i'f:7!r.'�11W i' A.�'.ss 4 t�jY�{y,.'^\�t'�tl'r,�i•..f �,1 {:,fit„tai- y' ':..k �} 5. -+..�y,:t°:, J.' r a,, p�f��•. `�+ r .. 'J N,,,,:ir: L 4 � � 'C�'vz' s,``tke��S -•f'ItrfJ a?�Wtn fat+:o-•s .c ir,.,t.et•Mvr-.. , x'- e 1.:P�rS' - � 4 � :-r:�: �e•'>` �;: t !!'�p�'h�. ,f�,�`��+ 'g,rv� 7 ; ,`!( r' r+,K;�3: ^f� e�S, rarHa, r"h •\ k .. ' ,:L��4r a y $., S r. , to � e st. ,�s. ,t..,z b 'FrL�. 4 h"*'rti�ac'1� r �'[� :,.{�+t, �z, •a° , :'? `i,.^�ws U, ME ,�:�•- .i.'"�..g,eY,,7. �,... yk !':' s r'k:S.'" t :,1 � �#.``r','ti'"�t'�.. � . .:^r;. � ...w,r:?(: ,.:Y;' •�p�7'M1 .•�� {� s�.. 1 A. l,,,t ":i.� 7t'..'><Mti{: i' a,. .{ � .M�7 s>t•: "3 i:;4r.:..:ti s,. � ,>:t aro "'�, ..� r,�? _+� t ^�� �at;�r-t' r t,:>',s ar ::x E�,,.. i,;..�'erA '�� �'i' ,t � k: �1,,� ';';'� 7a,,. „♦•_ s, 1. 1 �`;. '`,r t�•aty,/ t:.v. it ,yy�"'.X t-:f,+/s* gr.. r, lr �,"ti' 13 x,:��y,�'.y ^F��-rFv'7`i �q.,��-1z r? " ..,e•�i r{ ;r,.� ��+?q, t S t ��v: '. �,. t, ,S^., T^�. •tri +• t,- ..t i F. ><,p i+,� �° t"^..r-' v '!�.,y.0 ?C�1' Yom'' *,t• - dwt'dS°'t`f'. �',�i 'x Y :��a::v�Y4t�l it"�..,. t.ti `Y , ,r�7 .4" :.,. 'r+�... ;��5`,e r' 1 :"r �� :r ..y!w• � l +f.7 itGb sic e �c7X.a:..a.n eta fw. .7+ >�4.r %ay '.'�''r'~.'' r'is v��w'G.,.,,c; '�`,�s5t'`, �"l, � yw>k i v zYi?. •,{�;Sqs.'-,.. a-*' .x '";:• 1�^rr d a�'�-. w4 t yi;,�.�w:,�".',�" « ,';...,r,-,/t.(."t6+' d•+,'�i' 't;-.S-`.,' <by '::t�"`.;'.''3rd �•� >._ � a.,,,„4 e q� 1: .A`r•�, ;.lam r ..�. .« f,1,. '�,ac�,'4"y a ;• .-t.. �- w.>¢•a�'.�"5 �';<. :� t ';1N. ,:�L 1 :sm':m 4! ,�4 �, :a'xG r k.�.•tY ,�r ,;.4' "l -R Y' 'a °u,+n �.., >Ft L�t'�: :r�a,,•,,�',.t!. >t Yrs w�,, '* r �, ., zcs 'y`L'*:;x Z: ^s , ,;� , t, a•. i, •� �� }�, -'r � „ ,+y r�r� �-:3', �•qt .a, t•'y,•.. T>. N,.:.p t a ::e r vh�'f�.!'' S 1 J':�.a�'z+� r����- J f'a. �: kT�t r:.•"t t ', +,,U�ny+�,..+'S�•. -i°TliiG „l aF. �t hm ...r,t„ a. ;J 7 y or,� t y l's� .µ�t,:L�"` P_qP »t u;,;-rte jl °C 5i a., .:.:�.��,�`. ..ykf v b¢-'"�� 'kty} -",•t .v, -�; � '. , '�" � ,�a r ,�t1 Yk'�' q'.r^,Y J'r{� y a it 3.t 11''t�:` -,ln;' r K»,�vu µ'^ M 1 s Se ,.e ,1�' ,, .r,( ,r(r.!,.>?=l. -ai- ..7 ,.•`r. ,y''�, �t''';A( 3 v'!r "'a �"';. _6_ ,'1.F44i? T: d. ,N,f rt, r.. rr ,Ly, n'� .N^/g.:�, `: `�' uY,N> {y° lt�f..' 4,,��+•5,a eo{{ +l ,�}`'.1'. Jf i-' � .t: '•. tt��� -1-.,.'ir trt'U` s4�����kh,''`t:2,1, !d tlY t ,k"' r5.Y � '�« ke'\.. r£�. .'QH1 t'S.7J 4-f ✓:� �.'y..Q r.� 'rw+'.i:?�rnt,? ..r'S,7 Ur r:,� "�',' ..� :*'S^,�`Y",3•� &. ".r ,rl�°}}rr��r 1+.nc°.. �{s�'''.: P ,6...;'w,'} i:u Ir�,�m „'� 1 v f,4 r,„d a5,P h &;,.,�tj�;• I Kw ni�. n. A.r��'�' „t,`�Ftt3r�''I" ,p , a� ,{ , e `>y x^ �tl i�yp. f7�„�' ,w r.li r =",:. +fL ,�! ,•Y.:+t{ «.. rska k 1. S^y 3 lsta a r "t.•,{h N,a1`r5:k. 'ff S �•- "R ,t'" 3 i rN-t"y Y y I E` A*s V v C a ;'��„ d4, ,� ,- . ^c, yayy^ts Ar` r•;�, a � tfljpAL.,�4h;rr�•"`f{.,::u,t,7fk J4 ;4:t .;:�k���a �'�` e�j",r'S+p'l'y`� ?����sS1` 'Yry`•e-t tt,�r7t��M�'�«,,,5�, tittsn P f" RSV .•,� �,r.3,>i �.� r -1 ! �`r ,�i 4AAy'��r ir,�s �•� 7 .'t`ft {r��,, x m 4 � ��� �'si se � 7�\F r� 't'xrn'" d:,'-4?` �� � r �!, \ 'sy,� �• ti'ca`` t, t '�s"��� :qr�s r t ' �•� ,� "MIS •°r 4t �� ���'" ans° ;"ya7.'�r `sis"�i�'�'�e'!»s a°� M1�'``d°�' �,�u.'SsS``p""`1'�+1#'�tj��+^"��5 �Sa � 4� ' � +�� J d1+ r'V .U' ° �r�ty y.' s�• .,q,,v� c -tra y?•+i � 4>n �!�' Z d"'t'a'�T��Rei r`rSy,"'1-riµ.�' 1*`� �'a' m�. .a;F '4`` ',�'Y� .�.,`�,�T'ys�t't,•Y 9� Sr.,tA� a N'�'¢t 4" zl�`tr�!tF"f�'S'k'"� w�,t'�h� itUk�,; ,,F'1 't�f,'7�;�'1!e 't �..i':�' + .1r -.(,.fir�;;. ,"xq �-yxx"y,24'L"e'h'kk ti<.�A tTw} '•""tr ,s{,'�DSf'� ,l 3��t.;%,r,'"'�krg `� ,�, �?aF �':F�i.i ,y, :t„ t• ® .ld j �T,• ,{ p --.t, 4 .,.::t s.!c r kr wi m v ;:.;�r`,���"?T��^:��< �`X�{ SP>k;,r�•' ,`..rr rygal' � .�t� tu�lfr.+;, b '� ri'"a, aY,-„ ;3 `l+ tz _,., { a� t c"a'� t ,� "�3 '� {mow � "th W �: � 4�• ��i .��yt�.; Y >y,M3�'�4: l'lM1�.l.�j' W. s a�'� .'4�,{"k,�.t. �'�a� �i;�:.,a 7 J �� As�i'"t�'+`4 1�,>'�,'a -,�" •�, i .. `� hi �4^9Y', � �' A,!ssI'n.rJi '4e ,:•."".�ro,[�oyd¢z y �:5�:9 hFY'..l;1rt� ,� MS,:"�.�j '�'7t?,,:vy,l 9r ur y... i'�j � _-."fa �-'�•�' ,e�, � :^3,'9pt.: t' $ �,D. ,7�. " wr.. b r t y..7m rvtiw r �i�; .�'� d � vr1(N' 1 Y r �R�,. 3 '�' A ,Y a P, "v.i; 'i'• gtFY s ,�2 �.,�*�r,F+sL d\9i'� ir.;`r '1f6'ur>4�{#'','-C,{rt i^ii��{T•'n 1�v�kk ;!{' ,+74.,,r•�Si;S� d rr�i ti'al`9 � �?eF�rvl l 5.;;. Ss iYv t •,""�y''`Y.•4.�?*'+fit` xz1°,;,`Y^c+ Be 4 j;•`'F•pTg `��+,k` e' '` 4 {,!f^' ` U,�i�. _. n,• t' sq" Ji rr el �st r >n `�e:,, :;� � �` r�I'• �n�sy{f',. 'a f�t• '2�,xti Fdn�rt't�y!Y•�lr'�tf�t��t2ry�L4�gsal�°tA@`r++.d1" �- ifs.. ha cite' .. �j..� .,,,,- �. ��,,�.�>�,,�»' as >r't` �y>><p •G� '�'�r x Ra'• Y ,Iz P r 7 xt _ �5 d rS,vr}tsut� .�' s�•c i."�``sty�y'��Cr�,'r`��,r>{'U�j,S, 'ii��d'�}1����t ���+���' � t• . '�` 4''''? rr � .N +''"� ,.•cc+,rvy"S r����*.p�r t !ts'' �i � ��'t�r ��� h �}r„ �'•.:�}''4" �� t2���,, +y �~ s I�,�� n>1Sr�:.ey d.D� �ru'�i' ,n ` �& �rV'f{sy t;i;'ANs�'•�;�?, m.4� 4'' �4� r��S.��•,.,�r��1�t"'�i5'�`G i ��� ` fi`~s� �' Gdt y �' � �5., �-�aa. �+y��` �hl '��a'�.z$�; iyyHts, ,f'ryd�l; s„�± ut. y.aN r � sr �� ! :,a u•<7$1 r ., n •.,,..�� r ; -7,n ?'�' r,�,ry: a'r�'SYA;'f+.Fwl /ri,ts�'�,`,1J�,.hr,:.' �C .�.:�"i$r+,,int:.: ,. � ..' �,�K'., y ? ,'irtfi h,7�#.`';.. t Sti'M �i � �q hv`:, sF,7y r'q1.�1 Y¢,�r .} s � ttl,+y s9skvh k f t Y 4�-t �� ,� lk� 1 ac� '(,• �...;,.'J F t 1 i - g y ;,FCN +�5. SJk,r. ,k uv ,rttw, .,`r, •r^ } .r.,N'i'i �,,�t�>`k Y' v t ey s��'• �`r`<.d P .r,Y � :a t'k�'' e.tc�'�" -Sr � £ �f}ry�'�t,y.r, o yt •»'..,�� pt �, �,, M� �{Ls.- '. I�a otd, -r'r, ��y„Q' 3 n� t• 'v v ��t. $'ti':�i. _ ":�. `_'sm to?,v,°�i` »`" ,ry yi,•�ni,,��'},�;� p ,2. r• ,,,r � 1'i "tI • •i S+y^ F.R, ,.`'t�' a X L� "1 '4 d ,!'� P '�1,�,.`��'�� , ,>z,q �4 e• r�t47s' x,45, \�: n. +i"+�"s.�� r�a�i�my�' ,•Y „wl'pw f� � ,�;�y-t�. r �t.� '�t'r+r�ti + ��j.(na,n,'�«y 7. 7jy��, I� '7,$ `• In(•.��� '"l?��,�r" ',� y +:q F j S �Tt7�� "4 28, 7�-'+,K.t� �'vi tr -'±•,tfA' r'. ;'r t,. ,7'3,4:cit *,r�r�!7'(r x lx i•. y .'. ;. Y'r�r' t - '. G�...1 k' .;tk [ :k '4R,�, r , ...'� "''k r �k•:rsrr 9�.r ;.�' ,4. ' �1 M:,f t,Cn,.�, � '� '.{;'pr F�� y,�: ,�f ..„,t��,,.1 �, ,��r, r. ��' t•,{;5�.� r.., 1;.: �. A:..,,}•3+�,VJ�rl:4jk?ua ,^. ';`0t;•� �ssy.t�, '�'t�,.:,� '4�,"_�x,r!N vt .3 � r"�cr '1 "i�+.,ti:. k'� ;>r,t,'(�.'4 c ,r�r: r- :'. y 4 W f\ [r ,q 6.,r,:r�, C64rr,X�k{ ',}tv;74 .r "ky >�. T-. '�J,ita ,1 'd�}-ii�3R•- �:t: � fb,v dry.�'Y4;1"n9�'t'ft .?(e. y. -�..'yU. '.t Au:..,�� �. �a�}.,.; b.: ..m,. t `✓,r f." ....f., $�;�� y Jt SJR-',�.,x: iiM ih~V'��.r .< .r -•�' AV\ ',�,�.,Y'�ry aPt'r1^,' 'Yk."& rr n-6} F�'� t,r :1 :, �: � � ,..f k� � �� i.:. i ,5y ,h.. W' arr �c'1'�: � Y,S-`C.r7rr L� .kutA•' '>za,: .,I" „ a t.'t',YY,�-,a+� xt;4 't " ,.N ,-'r ,�r'.>,n; d^"'„ .t. Y�T,.��`t n e :;v : „F �:,y.. h,k.J... ,� }l :;q.,� r. :.Cd''y'1K� rr a'r, ..ik ;. � `ka"rc.3 '� � �' 3•N s x t r W r''+ v,?r,,r $,. ;�'.-, 19.,t,�'ti v,,,A',..,, vs 5'L .k e• :a ,� y'S r� s ,+',b .?' :'.;r%Y_,d �'. f'-''ia r f ,l 3c, dv� F�` . " �55,,,�, s�i °.,jar a,!W1 n 9 n ha ,{ :ti • � f1..,�t*, 't.�bl - 1 e3';nR.0 .�;r^,•'y' F�..e'L2"r'� N r`.� �>= ''�?;.:r N"�.'�ji; �s'k.�,'r'. ±."`�` WIN tt?;gb• .di,}t�'�"��!' rw .ti!'" ;v'`4 "+• '`�" ,+. ' '+",r�'':.�t?r ,r'"#J„wY`i'?` �t ,f,.,'. '•r�..»5`u�s.: ,b �•. �S '� �xW '9 ;••.ts: � •,,t ;.. 3r tp,. '1.''rF,y�•=-v,.r"sr Yvc-^n"£ Y''r° ''',vy> ,Ij�,i`�. .:y. J'"^•" 'f' r. `'>vJ k F<4l J..n�f.'”, F"•-: ,;.. ' s� ,..fie[ w•t a lx3., "ukr.» '3,^.r r t' �,. ;,�u✓c• rr'6sn n. h�t�T `�`:�R��{t.�rr,. � �.. yy�� �':. „>j 1�., ro i�J�� a r 6 'Hn e; '•z. 1•graY. al:tn.ly:7 �-4,,r:�ws}'�1 r h:or ,r f{K $ ,t}.ikai`�,',r"� r. ad+>, ry .,i�"i � �N•_4d.` Yr''r'..-.:. d•* ,.. t^... -y�iv r,.b 3 ,r:.n!�': �AY'-r.. •:•,a , x....,-,..., ,rk �'k'�'?v'" 2, y y`y,• »s �iir;. �, ..;y r x�.�,,,;,,{• �,>y„-:4W)�•n ,s.^rw� . ;ddb''',,-. a esti...ws kx.."RTeY,t s' a. .,,r sf- YJr :.•$tla', 9a.• M•, .,d. y{,y": `tiAV, `tt;:r`+,r.its�m�^.�T,`.j { #y >~ '�•::.:t , ,\t, � a-- ''tir i..�:. -cr.4:� t „xt ,1s xs.,,,'.� �t '.,.�' .,kt :'�R.''C� rka. �t/i'a Y xj,�Y.:-t UFr d`;..'!�', t„=Jr y �,, v. 'ctyixs t.+"r ,;._ �] �{��� >.�ar.�, , f--:r. S ,�. i rcet l,.t,,.r�rr �^• 1ys ,:�.... f-:.err •?'. sa�.., z, al'�`�•'dG s4';'� „�r:?�.r +:vF„ir a;�a rJ. e,".i'} ts.. .s,' ,hv°�`+,.�. �.;° .°i!'."x,.. ,C? :l;. s&P.y.n ";� ,h ts,,lr?•�.�•r.1`�`��tl..... Hr. .,}•:;:�' �.'.';k wt ,nN �, �sK.w�,txy: .. .o.kr >. .'a ..1. l„ ... "", >r,rla., � .v:`M y:..a ,{�� .,n,lµy, • 17 -t3Gs r' ..!,:.x'# x'. ';r„� ,. °.�- �f,.r��,�'lx'n,�^t �t�:k:+� fv t't�' g'E.. .\�. t:q:,,�,k) Q��r"C,._ Ru :h ,t'.n ,i r+x 4,�iytr Aa;,. i, •r;. rc.. n 4+'fir �y:t.,a'r'••„s ;.k�;' :ti'..Y 1+7'+tV�t,�u,,.”"a;,;9;P..C„�'. ��d.,:t�' )'r�r ,;:�„r. .>; ..�'�"'T.e ,S•4.'t,4, y `a1,k1 ,."4r r2rAt.`�:-r; ;,:�,(<� ..y, _.ry t Sid:;,, .�•ib:' i..., '`�N.'`.rk,�s8'�rg -�a-, '` wa%r'r '. '"`,,�.1 .,r,V �:�h::J,�r:� u;+�;9» ' *i9,���{. %i:. � tf..,.t�C.>r.,�,��y•1c rJ� " z -,.r -I#f'"�:�'t .,,�,y TV -.�';� yy�,5 Mrd;: �,,,;w'7;4 r��,ye.,�t r,M. a��t� tt.. t. ,,.,�...�ha�;s:; �t. d :fl'y `'r N �':.;• � .sf+: i0.N,. -i�l�.., ',4•r l� t'�.+.4`t ,,q -,.rt, E' a� } yU4`.,:v�.���"'''"��$,.� �i?g'•1' !a�,'' N�:r hd+... rhi'•;� �rt 'V't„{v,.�,xt �- �,.;,,7j• �. F �. ,rte c#'” atG �'`�'t°, +�6 a.`aSr'k'ti'' :r�Yr'' a t•`4 A�!a.,�kr,s i {'."#""s� r1:.;�O�.•,;�-.�.dt, �'y�, ��e k? ^ar,� Qan,,yi�,,y.��r�ny'7 ”' y t;:..''� t�,t",:v' � �*.qN? �>y>:*' Ea 1 tA� '. "tet•4, >xj,g'�np7: 5�a :»,v; ''t 9�k a�.o-,_ts'; "`yts rk-:a-'� �� r s� ^,M, ry�#k. a �?,wtt'.,1v.'.Cy i''�,�d71a'if'.. � t.e,,�4'i�� S �, ' L �„x ,,� dw i” 99 uuww '! �.•�y�n` p ,t r 3y,5rv3r•n � v ,..� +yS': �' ,�;�"{� t'' �S`t{, ti ' '•,.r�i'r� ''; :, "• d ",r�;�r'�r �a,"'�vi,��t^ -aS R � a,{ �”'� 6311 p','x+.'lw.r�,[ R�?ew. ..�. .'a 6 _'"_"s• r t ;d;d.,,5, e ',yr'�t,'I,+e l•r t�'•.'�.'1 t {� n�-,� n n rls�t� n���Y.•�s�yx t'�t �' :r'ari� s �i d,'v,�v+?�i.,s� �.5. �:%��'!� a'L 4'c�' �'k�s `q sii Mfq„'�`�. : .i•� ” n�,tl ,�. �. :N �,f 4-. "�i.