R-2019-0438 - 11/14/2019 RESOLUTION NO. R-2019-0438
WHEREAS, the City of Round Rock ("City") has duly advertised for bids to purchase goods
and services related to fire suppression system repair, maintenance, parts and installation; and
WHEREAS, Section 252.043(a) of the Texas Local Government Code allows a city to award a
contract to the bidder who provides goods or services at the best value for the city based on criteria set
forth in §252.043(b); and
WHEREAS, the City has determined that Valor Fire Protection, Inc. will provide goods and
services at the best value for the City; and
WHEREAS, the City Council wishes to accept the bid of Valor Fire Protection, Inc., 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 Fire Suppression System Repair, Maintenance, Parts and Installation with Valor Fire
Protection, Inc., a copy of said Agreement being attached hereto as Exhibit "A" and incorporated
herein.
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
0112.1902;00434815
RESOLVED this 14th day of November, 2019.
Mayor
City o{f Round Rock, Texas
ATTEST..
%PLIM&a7
SARA L. WHITE, City Clerk
2
EXHIBIT
it
CITY OF ROUND ROCK
AGREEMENT FOR
FIRE SUPPRESSION SYSTEM
REPAIR, MAINTENANCE,PARTS AND INSTALLATION
WITH
VALOR FIRE PROTECTION, INC.
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 goods and services related to fire suppression
system repair, maintenance, parts and installation (referred to herein as the "Agreement"), is
made and entered into on this the day of the month of , 20I9, 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
VALOR FIRE PROTECTION, INC., whose offices are located at 3584 Rocking J Road, Suite
200, Round Rock, Texas 78665 (referred to herein as the "Vendor").
RECITALS:
WHEREAS, City desires to purchase goods and services related to fire suppression
system repair, maintenance, parts and installation, and City desires to procure same from
Vendor; and
WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods and
services, and City has selected the Bid submitted by the 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, sufficiency and receipt of which are hereby acknowledged, it is mutually
agreed between the parties 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 said
goods and/or services. The Agreement includes the following: (a) City's Invitation for Bid,
designated Solicitation Number 19-016, dated February 2019; (b)Vendor's Response to the IFB;
00423476 ss2
(c) contract award; and (d) any exhibits, addenda, andior amendments thereto. Any
inconsistencies or conflicts in the contract documents shall be resolved by giving preference in
the following order:
(l) This Agreement;
(2) Vendor's Response to IFB;
(3) City's Invitation for Bids, 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. Farce 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, stones, 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 and services mean the specified services, supplies, materials,
commodities, or equipment.
2.01 EFFECTIVE DATE; TERM
A. This Agreement shall be effective on the date 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 as provided herein.
B, The term of this Agreement is for sixty months (60) months from the effective
date hereof. 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 to supply the goods and services as outlined in the IFB and
Response to IFB submitted by Vendor, all as specified in Exhibit "A," attached hereto and
incorporated herein by reference for all purposes. The intent of these documents is to formulate
an Agreement listing the responsibilities of both parties as outlined in the IFB and as offered by
Vendor in its Response to the IJFB.
The goods and services which are the subject 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 DUAL PROVIDERS
The parties specifically acknowledge and agree that Vendor shall be considered as one of
the two (2) providers for specified goods and services set forth In the Contract Documents.
Vendor specifically further acknowledges and agrees that this Agreement is not an exclusive
Agreement. City may, in its sole and unfettered discretion, elect to use either Vendor or the
other dual provider in whatever order it deems to be the "best value" for the City. City is not
obligated to use or purchase any estimated annual quantity of goods or services, and no
guarantee is made of any minimum or maximum purchase.
5.01 ITEMS AWARDED; SCOPE OF WORK
A. All bid items listed on "Attachment A Bid Sheet" in Exhibit"A" are awarded to
Vendor.
B. For purposes of this Agreement, City has issued documents delineating the
required services (specifically Invitation for Bid Solicitation Number 19-016 dated February
2019). Vendor has issued its response agreeing to provide all such required goods and services
in all specified particulars. All such referenced documents are included in Exhibit "A." When
taken together with the appended exhibits, this Agreement shall evidence the entire
understanding and agreement between the parties and shall supersede any prior proposals,
correspondence or discussions.
C. Vendor shall satisfactorily provide all goods and services described under the
attached exhibits within the contract term specified in Section 2.01. Vendor's undertakings shall
be limited to providing goods and services for the City and-`or advising City concerning those
matters on which Vendor has been specifically engaged. Vendor shall provide said goods and
services in accordance with this Agreement, in accordance with the appended exhibits, in
accordance with due care, and in accordance with prevailing industry standards for comparable
services.
6.01 COSTS
A. Only if, as, and when needed by City, the bid costs listed on Attachment A Bid
Sheet of Exhibit "A," which are specifically relevant to the referenced bid items, shall be the
basis of any charges collected by Vendor.
B. Vendor specifically acknowledges and agrees that City is not obligated to
purchase any quantity of goods or services, and City may not expend in excess of Thirty
Thousand and No/100 Dollars ($30,000.00) per year for Vendor's goods and/or services
combined with the dual provider's goods and!or services for a total not to exceed amount of One
Hundred Fifty Thousand and No/100 Dollars ($150,000.00) for the term of this Agreement.
3
7.01 INVOICES
All invoices shall include, at a minimum, the following information:
A. :dame and address of Vendor;
B. Purchase Order Number;
C. Description and quantity of items received or services provided; and
C. Delivery or performance dates.
8.01 INTERLOCAL COOPERATIVE CON TRACTINGIPURCHASING
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 27l.101 and Section 271.102.
Other governmental entities within the State of Texas may be extended the opportunity to
purchase off of the City's bid, with the consent and agreement of the successful vendor(s) and
the City. 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 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.
9.01 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 goods or
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.
10.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to
Vendor will be made within thirty (30) days of the day on which City receives the performance,
supplies, materials, equipment, and!ior deliverables, or within thirty (30) days of the day on
which the provision of goods or services was complete, or within thirty (30) days of the day on
which City receives a correct invoice for the performance and or deliverables or services,
whichever is later. Vendor may charge interest on an overdue payment at the "rate in effect" on
4
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); however, this 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, a
subcontractor or supplier about the goods delivered or the service performed that
cause the payment to be late; or
B. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
C. 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
D. Invoices are not mailed to City in strict accordance with instructions, if any, on
the purchase order or the Agreement or other such contractual agreement.
11.01 GRATUITIES AND BRIBES
City may, by written notice to Vendor, cancel this Agreement without liability to Vendor
if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or
otherwise were offered or given by Vendor or its agents or representatives to any City officer,
employee or elected representative with respect to the-performance of this Agreement. In
addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code.
12.01 TAXES
City is exempt from Federal Excise and State Sales Tax, therefore, tax shall not be
included in Vendor's charges.
13.01 ORDERS PLACED WITH ALTERNATE VENDORS
If Vendor cannot provide the goods or services as specified, City reserves the right and
option to obtain the products from another supplier or suppliers.
14.01 INSURANCE
Vendor shall meet all requirements as stated in the attached IFB, including all
attachments and exhibits thereto, and Vendor's bid response.
15.01 CITY'S REPRESENTATIVE
City hereby designates the following representatives authorized to act in its behalf with
regard to this Agreement:
5
Chad McDowell
General Sentices Director
212 Commerce Cove
Round Rock, Texas 78664
(S 12) 341-3191
cmcdowell(7a roundrocktexas,gov
16.01 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.
17.01 DEFAULT
If Vendor abandons or defaults under this Agreement and is a cause of City purchasing
the specified goods or services elsewhere, Vendor agrees that it may be charged the difference in
cost, if 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.
18.01 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.
6
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 andll/or services satisfactorily performed
under this Agreement to the date of tennination. 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.
19.01 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
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.
20.01 COMPLIANCE NVITH LAWS, CHARTER AND ORDINANCES
A. 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.
B. In accordance with Chapter 2270, Texas Government Code, a governmental entity
may not enter into a contract with a company for goods and/or services unless the contract
contains written verification from the company that it: (1) does not boycott Israel; and (2) will
not boycott Israel during the term of this contract. The signatory executing this Agreement on
behalf of Vendor verifies Vendor does not boycott Israel and will not boycott Israel at any term
of this Agreement.
21.01 ASSIGNMENT AND DELEGATION
The parties each hereby bind themselves, their successors, assigns and legal
representatives to each other with respect to the terms of this Agreement. Neither party shall
assign, sublet or transfer any interest in this Agreement without prior written authorization of the
other party.
7
22.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
1. When delivered personally to the recipient's address as stated in this Agreement;
or
2. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Vendor:
Valor Tire Protection, Inc.
3584 Rocking J Road, Suite 200
Round Rock, Texas 78665
Notice to City:
City Manager Stephen 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.
23.01 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.
24.01 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.
25.01 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.
8
26.01 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
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 void.
27.01 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.
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document; and all of which, when taken
together, shall constitute one and the same instrument.
[Signatures on the following page.]
9
IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates
indicated.
City of Round Rock,Texas Valor Fire Protection, Inc.
By: _ m. _ jnt
Printed Name: Prd Name?-- --���.
Title:
• Title: t
Date Signed: Date Signed: wl
Attest:
By:
Sara White, City Clerk
For City,Approved as to Form:
By:
Stephan L. Sheets, City Attorney
10
f
PURCHASING OlViSION
city of Round Rock, Texas
Purchasing Division
221 East Main street
Round Rack, Texas 78864-5299
www.roundrocktexas.gov
INVITATION FOR BID (IFB)
FIRE SUPPRESSION SYSTEMS
SOLICITATION NUMBER IFB. No 19-016
FEBRUARY 2019
Exhibit "A"
City ofRound Rock
Fire Suppression Systems
|FB No. 19-010
C|aoo/|ham: 83OO8. 83833' 93O34
February 2019
Fire Suppression Systems
PART
GENERAL REQUIREMENTS
1. PURPOSE: The City intends to purchase products and services needed for fire suppression system repair,
maintenance, parts, and installation. The contract shall not exceed $3O.000per year for flve(5) years for e
not toexceed amount of$15O.00O.
2. SOLICITATION PACKET: This solicitation packet is comprised of the following:
Description Index
Part I —General Requirements Page(s)2-5
Part 11—Definitions, Standard Terms and Conditions Page 6
and Insurance Requirements
Part III —Supplemental Terms and Conditions Page(s)7-9
Part IV—Specifications Page(s) 10-11
Attachment A—Bid Sheet Page 12
Attachment B—Reference Sheet Page 13
Attachment C—Subcontractor Information Form Page 14
Attachment D— Fire Suppression Systems Separate Attachment
Attachment E—List of Buildings and Locations Separate Attachment
Attachment F—Respondent Quesionaire Separate Attachment
3^ AUTHORIZED PURCHASING CONTACT: For questions orclarification ofspecifications, you may contact:
Oscar Wise, CTCMN
Purchaser
Purchasing Division
City ofRound Rock
Phone: 512-218~5456
E-mail:
Exhibit "A"
City ofRound Rock
Fire Suppression Systems
/FBNo. 18-016
CkasmUbam: R38O8. 83S33. 03O34
February 2019
The individual listed above may be contacted.by e-mail 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.
4' SCHEDULE OF EVENTS: U is the City's intention hzfollow the solicitation timeline below.
EVENT DATE
Solicitation released February 11, 2019
Deadline for submission of questions February 22, 2019 @ 5:00 PM, CST
City responses to questions or addendurns February 28, 2019 @ 5:00 PM, CST
Deadline for submission of responses March 12, 2019 @ 3:00 PM, CST
All questions regarding the solicitation shall be submitted in writing by 5:00 PK4. CST onthe due date noted
above.A copy of all questions submitted and the City's response to the questions shall be posted on the City's
webpeQointhe form nfanaddendum at:
.
Questions shall be submitted in writing to the"Authorized Purchasing Contact". The City reserves the right ho
modify these dates. Notice of date change will be posted to the City's website:
5' Respondents ahe}| be responsible for monitoring the Qty's vvabmito at
for any updates pertaining to the solicitation described herein. Various
updates may include addendumo, canceUodona, notif}uedona, and any other pertinent information necessary
for the submission of correct and accurate response. The City will not be held responsible for any further
communication beyond updating the website.
6' RESPONSE DUE DATE: Signed and sealed responses are due at or before 3:00 PM, on the due date noted
inPART /. Section 4—Schedule ofEvents. Mail orhand deliver sealed responses to:
City mfRound Rock
Attn: Oscar Wise
Purchasing Department
221 E. Main Street
Round Rock,Texas 78684~5299
8.1 Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title, number,
due date and "DO NOT OPEN".
8.2 Facsimile orelectronically transmitted responses are not acceptable.
6.3 Responses cannot bealtered oramended after opening.
6.4 No response can be withdrawn after opening without written approval from the City for an acceptable
reason.
6.5 The City will not be bound by any oral statement or offer made contrary to the written specifications.
6.8 Samples and/or copies shall be provided at the Respondent's axpense, and shall become the property
of the City.
7. RESPONDENT City ofRound Rock makes no warranty that this checklist is o full
comprehensive listing or every requirement specified in the solicitation. This list is only a tool to eos|at
participating Respondents in compiling their final responses. Respondents are encouraged to carefully read the
entire solicitation.
Exhibit o ��n
u~��< w����� ��
Page 3of)4
City of Round Rock
Fire Suppression Systems
IFB No. 19-016
Class/Item: 93609, 93633, 93634
February 2019
Respondent shall submit one (1)evident signed "Original," copy and one (1) identical to the original electronic
copy on a flash drive.The submittal is required to include all addendums and requested attachments. The bid
response along with samples and/or copies shall be provided at the Respondent's expense, and shall become
the property of the City.
This invitation for bid (IFB) does not commit the City to contract for any supply or service. Respondents are
advised that the City will not pay for any administrative costs incurred in response preparation to this IFB; all
costs associated with responding to this IFB will be solely at the interested parties'expense. Not responding to
this IFB does not preclude participation in any future RFP/RFQ/IFB.
For your bid to be responsive. addendums and the attachments identified below shall be submitted
with your proposal.
Addendums: Addendums may be posted to this solicitation. Bidders are required to submit signed
addendums with their sealed response. The Bidder shall be responsible for monitoring the City's website
at http:/www.roundrocktexas.gov/bids for any updates pertaining to the solicitation.
Attachment A: BID SHEET.The bid response shall be submitted on itemized, signed Bid Sheet provided
in the solicitation packet. Failure to complete and sign the bid sheet will result in disqualification. If there is
a conflict between the unit price and extended price, the unit price will take precedence. Submission of
responses on forms other that the City's Solicitation Document may result in disqualification of the
response.
Attachment B: REFERENCE SHEET: Provide the name, address, telephone number and E-MAIL of at
least three(3)valid Municipal, Government agencies or firms of comparable size that have utilized services
that are similar in type and capacity within the last five (5) years. City of Round Rock references are not
applicable. References may be checked prior to award. If references cannot be confirmed or if any negative
responses are received it may result in the disqualification of submittal.
Attachment C: SUBCONTRACTOR INFORMATION FORM: Provide a signed copy of the Subcontractor
Information Form.
Attachment F: RESPONDENT OUSTIONNAIRE: Complete the respondent questionnaire and submit
with bid packet. Attach additional pages as needed. Failure to complete the respondent questionnaire may
result in disqualification.
8. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all responses, 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. All solicitations received may be
evaluated based on the best value for the City. In determining best value, the City may consider:
8.1 Purchase price;
8.2 Reputation of Respondent and of Respondent's goods and services;
8.3 Quality of the Respondent's goods and services;
8.4 The extent to which the goods and services meet the City's needs;
8.5 Respondent's past performance with the City;
8.6 The total long-term cost to the City to acquire the Respondent's goods or services;
8.7 Any relevant criteria specifically listed in the solicitation.
Respondents may be contacted for clarification of bid and/or to discuss details of the services they are
proposing. This may include a presentation and/or the request for additional material/information.
9. CONFIDENTIALITY OF CONTENT: As stated in Section 16 of City of Round Rock Purchasing Definitions,
Standard Terms and Conditions, all documents submitted in response to a solicitation shall be subject to the
Texas Public Information Act. Following an award,responses are subject to release as public information unless
Exhibit "A"
Page 4 of 14
City of Round Rock
Fire Suppression Systems
IFB No. 19-016
Class/Item: 93609, 93633, 93634
February 2019
the response or specific parts of the response can be shown to be exempt from the Texas Public Information
Act. Pricing is not considered to be confidential under any circumstances.
9.1 Information in a submittal that is legally protected as a trade secret or otherwise confidential must be
clearly indicated with stamped,bold red letters stating"CONFIDENTIAL"on that section of the document.
The City will not be responsible for any public disclosure of confidential information if it is not clearly
marked as such.
9.2 If a request is made under the Texas Public Information Act to inspect information designated as
confidential, the Respondent shall, upon request from the City, furnish sufficient written reasons and
information as to why the information should be protected from disclosure. The matter will then be
presented to the Attorney General of Texas for final determination.
10. SUSPENSION OR DEBARMENT CERTIFICATION: The provisions of the Code of Federal Regulations 2
CFR part 180 suspension and debarment may apply to this agreement. The City of Round Rock is prohibited
from contracting with or making prime or sub-awards to parties that are suspended or debarred or whose
principals are suspended or debarred from doing business with the Federal Government, State of Texas, or
the City of Round Rock.
11. CERTIFICATE OF INTERESTED PARTIES: Section 2252.908 of the Texas Government Code requires the
successful offeror to complete a Form 1295"Certificate of Interested Parties"that is signed for a contract award
requiring council authorization. The "Certificate of Interested Parties" form must be completed on the Texas
Ethics Commission website, printed, signed and submitted to the City by the authorized agent of the Business
Entity with acknowledgment that disclosure is made under oath and under penalty of perjury prior to final
contract execution. Link to Texas Ethics Commission Webpage:
httos://www.ethics.state.tx,us/whatsnew/elf info forml295 htm
Exhibit "A"
Page 5 of 14
City ofRound Rock
Flna Suppression Systema
|FBNo. 19-018
C|oen/|tom: 93OO8. 93033. 83834
February 2019
PART U
DEFINITIONS, STANDARD TERMS AND CONDITONS
AND INSURANCE REQUIREMENTS
1. DEFINITIONS, STANDARD TERMS AND CONDITIONS: By submitting a response to this solicitation, the
spondent agrees that the City's Definitions, Standard 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, Standard Terms and
Conditions can be viewed and downloaded from the City's website at:
2. INSURANCE: The Respondent shall meet or exceed all insurance requirements set forth in Standard
urance Requirements.The City's Standard Insurance Requirements document can be viewed and
downloaded from the City's website at:
Exhibit /An
City of Round Rock
Fina Suppression Systems
\FB No. 10-018
ClasoUham: B38D9. Q3G33. S3G34
February 2019
PART III
SUPPLEMENTAL TERMS AND CONDITIONS
1' The terms of the awarded agreement shall include but not belimited to the following:
1.1 The henn of the Agreement nhoU begin from date of award and shall remain in full force for sixty (80)
months.
1.2 Upon expiration of the contract term, the Contractor agrees to hold over under the terms and conditions
ofthis agreement for such period as is reasonably necessary to re-solicit and/or complete the project
uptoSOdays.
2. The City has established the following minimum qualifications.
Respondents who do not meet the minimum qualifications will not be considered for award. The Respondent
shall:
2.1 Be firms, corponations, individuals or partnerships normally engaged in providing Fina Suppression
Systems as specified herein and have adequate orgonizodon, faci|itioa, equipment, financial capability,
and personnel bzensure prompt and efficient service tothe City;
2.2 Provide all labor,supplies and materials required to satisfactorily perform the services as specified herein
and own or acquire at no cost to the City all construction aids, eppUenoem, and equipment Respondent
deems necessary and maintain sole responsibility for the maintenance and repair of Respondent's
vehicles, equipmon(, tools and all am000iebad onaio. The Qty shall not be responsible for any
Respondent's bzols, equipment or materials lost or damaged during the performance of the een/|nes
specified herein;
2.3 Have a commercial business location which shall be located within 75 miles of Round Rock Texas.
2.4 Have legal residence orhome office in the United States.
3. If Subcontractors will be used the Respondent is required to complete and submit with
i-heir bid response Atta-chment C: Subcontractor Information Form. The Contractor shall be fully responsible to
the City for all acts and omissions of the Subcontractors just as the Contractor is responsible for the Contractors
own acts and omissions. The Contractor shall:
3.1 Require that all deliverables to be provided by the Subcontractor be provided in strict accordance with
the provisions, specifications and terms ofthe Contract;
3.2 Require that all Subcontractors obtain and maintoin, throughout the term of their agnaement, primary
insurance in the type and amounts specified for the Vendor, with the City being named as an additional
insured; and
3.3 Require that the Subcontractor indemnify and hold the City harmless to the same extent as the Contractor
is required to indemnify the City.
3.4 Awarded Contractor is required to submit list of all subcontractors for approval by the Qty prior to use
ofany subcontractors throughout the term ofthe contract.
4. PREVAILING WAGE: Pursuant to Chapter 2258 of the Texas Government Code, m worker employed on e
pub/|c work project by a city must be paid- (1) not less than the general prevailing vvega nate of per diem vvoQee
for work of a similar character in the locality in which the work is performed; and (2) not less than the general
prevailing rate ofper them wages for legal holiday and overtime work. |naccordance with Chapter 2258.O22.
the City adopted through Resolution No. R-2010-3780 the weQo rates set forth by the Texas Workforce
Commission for the Austin-Round Rock Area as the general prevailing wage rate for the City's public works
contracts. A contractor or subcontractor who is awarded a contract by the City shall pay not less than the rates
set forth in Attachment D and comply with all applicable sections of Chapter 2258. See Attachment D-
Pnevai|ingWage Rates.
Exhibit "A"
City of Round Rock
Fire Suppression Systems
IFB No. 19-016
Class/Item: 93609, 93633, 93634
February 2019
5. SAFETY :The City reserves the right to remove any employee from City property for violation of federal, state,
and local health, safety and environmental laws, ordinances, rules and regulations. The Respondent shall:
5.1 Ensure that all employees comply with all Occupational Safety and Health Administration (OSHA), State
and City safety and occupational health standards and other applicable federal, state, and local health,
safety, and environmental laws ordinances, rules and regulations in the performance of these services;
5.2 Be held responsible for the safety of their employees and unsafe acts or conditions that may cause injury
or damage to any persons or property within and around the work site. In case of conflict, the most
stringent safety requirement shall govern;
5.3 Indemnify and hold the City harmless from and against all claims, demands, suits, actions, judgments,
fines penalties and liability of every kind arising from the breach of the Successful Respondents'
obligations under this paragraph.
6. WORKFORCE: Successful Respondent shall:
6.1 Ensure Respondent's employees perform the services in a timely, professional and efficient manner;
6.2 Ensure Respondent's employees, while working on City property, wear a company uniform that clearly
identifies them as the Respondent's employee;
6.3 Employ all personnel for work in accordance with the requirements set forth by the United States
Department of Labor. The City reserves the right to verify citizenship or right to work in the United States.
7. PRICING: The Respondent shall determine and submit a fixed cost for the work and shall include all incidental
costs, labor, overhead charges, travel, payroll expenses, freight, equipment acquisition and maintenance,
demurrage, fuel surcharges, delivery charges, costs associated with obtaining permits, insurance, bonds and
risk management. No separate line item charges shall be permitted for either response or invoice purposes.
8. PRICE INCREASE: Contract prices for fire suppression system repairs, maintenance, and parts shall remain
firm throughout the initial twelve (12) month term of the contract. A price increase to the agreement may be
considered on the anniversary date of the Contract each year and shall be equal to the consumer price index
for that year, but at no time can the increase be greater than 15%for any single line item.
8.1 Consumer Price Index(CPI): Price adjustments will be made in accordance with the percentage change
in the U.S. Department of Labor Consumer Price Index (CPI-U) for all Urban Consumers. The price
adjustment rate will be determined by comparing the percentage difference between the CPI in effect for
the base year six-month average(January through June OR July through December); and each(January
through June OR July through December six month average) thereafter. The percentage difference
between those two CPI issues will be the price adjustment rate. No retroactive contract price adjustments
will be allowed. The Consumer Price Index (CPI) is found at the Bureau of Labor Statistics, Consumer
Price Index website: http://www.bls.gov/cpi/.
8.2 Procedure to Request Increase:
8.2.1. Mail the written price increase request with the rate detail comparison and comprehensive
calculation and any supporting documentation to the designated City Contract Specialist a
minimum of 45 days prior to the annual Contract anniversary date.The detailed written calculation
will be verified and confirmed. All written requests for increases must include the City of Round
Rock contract number,solicitation reference information and contact information for the authorized
representative requesting the increase. Price increase requests shall be sent by mail to:
City of Round Rock
Purchasing Department
Attn: Contract Specialist
221 East Main Street
Round Ruck,TX 79664-5299
8.2.2. Upon receipt of the request, the City reserves the right to either, accept the escalation and make
change to the purchase order within 30 days of the request, negotiate with the Vendor or cancel
the agreement or purchase oe�1r�t cannot be reached on the value of the increase.
Page 8 of 14
City of Round Rock
Fire Suppression Systems
IFB No. 19-016
Class/Item: 93609, 93633, 93634
February 2019
9. PERFORMANCE REVIEW: The City reserves the right to review the awarded respondents' performance
anytime during the contract term.
10. ACCEPTANCE/INSPECTION: Acceptance inspection should not take more than five (5) working days. The
awarded respondent will be notified within the time frame if the services delivered are not in full compliance with
the specifications. In the event the services are not performed to the satisfaction of the City; the vendor shall
agree to reperform services to specification at no additional cost to the City. If any agreement or purchase order
is cancelled for non-acceptance, the needed services may be purchased elsewhere.
11. ORDER QUANTITY:The quantities.shown on the solicitation are estimates only. No guarantee of any minimum
or maximum purchase is made or implied. The City will only order the services/goods needed to satisfy
requirements within budgetary constraints, which may be more or less than indicated.
12. PERMITS: The Successful Respondent shall verify and obtain all necessary permits, licenses, and/or
certificates required by federal, state and local laws, ordinances, rules or regulations for the completion of the
services as specified if required for the project.
13. AWARD:The City reserves the right to enter into an Agreement or a Purchase Order with a single award, split
award, primary and secondary award, 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/bids.
14. POST AWARD MEETING: The City and Successful Respondent(s)may have a post award meeting to discuss,
but not be limited to the following:
14.1 The method to provide a smooth and orderly transition of services performed from the current contractor;
14.2 Provide City contact(s) information for implementation of agreement.
14.3 Identify specific milestones, goals and strategies to meet objectives.
15. POINT OF CONTACT/DESIGNATED REPRESENTATIVE:
15.1 Contractor's point of contact: In order to maintain consistent standards of quality work performed
across the City, the City shall be provided with a designated and identified point of contact upon award
of the contract to include contact information. The City's designated representative shall be notified by
the Respondent immediately should the point of contact change.
15.2 The City's designated representative:
Travis Wilkes
Assistant Director
General Services
Phone: 512-341-3317
E-mail: Twilkes(r�roundrocktexas.gov
16. INTERLOCAL PURCHASING AGREEMENTS
16.1 The City has entered into Interlocal Agreements with other Governmental agencies pursuant to the
Interlocal Cooperation Act, Chapter 791 of the Texas Government Code. The Contractor agrees to offer
the same price and terms and conditions to other eligible agencies that have an interlocal agreement with
the City.
16.2 The City does not accept any responsibility or liability for the purchases by other government agencies
through an interlocal cooperative agreement
Exhibit "A"
Page 9 of 14
City ofRound Rock
Fire Suppression Systems
|F8No. 18-010
Ckass/Kem: 838O0. B3833. 93834
February 2019
PART IV
SPECIFICATIONS
1. Purpose:The City intends to purchase products and services needed for fire suppression system repair,
maintenance, parts, and installation. The contract shall not exceed $80.000per year for five(5) years for
onot hoexceed amount of$15O.00O.
2.
Scol2e of Work-
A. Contractor shall perform all work in accordance with all federal, state and local codes. These include,
but are not limited to:
i National Fire Protection Association (NFPA)
ii National Electric Code(NEC)
iii. Texas Insurance Code
iv. Texas Administrative Code (TAC)
B. Contractor is responsible for reviewing the existing conditions and field verifying all existing fire
protection devices and systems before submitting their quote for scheduled and unscheduled work,
including emergency services and corrective repairs/upgnydeo.
C. Contractor shall submit to the Round Rock Project Manager or designee. a Field Service Report at
the conclusion of all work (scheduled and unscheduled) before leaving the site. The report shall bo
legible and show, in detail, the hours worked, travel time, work performed, parts used, and expenses
incurred.The report shall identify and document any issues needing further immediate attention and
consequences ifleft unattended.
D. Contractor shall meet with facility management prior to conducting tests or inspections. They should
be familiar with site equipment and should be prepared to discuss any risks associated with their work
eothat the City can prioritize and properly schedule the work.
E. Contractor's single point of contact (SPOC)shall coordinate in advance with each designated work
site contact in order to minimize disruptions when isolating systems as needed tocomplete the work.
F. Contractor shall verify operation of the Wet and Dry Systems, Pre-Action Systems, Kitchen Hood,
Stand Pipes, Waterflow Devices, Tampers, Pressure Switches, and Fire Extinguishers, Fire
Department connection and Hose Connection (this includes Parking Garage and Amphitheater)and
all parts and associated equipment in compliance with applicable codes and standards.
G. After any testing or nspoins' the Contractor shall coordinate with the designated contact and return the
system to service in a fully automatic operating mode in accordance with the manufacturer's
instructions and applicable codes and standards within 48hours.
H. Contractor shall provide one(1) hardcopy and one(1) digital copy of the test/inspection report
documenting any testing, inspections performed, oraubuilt drawings tothe work site Project
Manager ortheir designee within 48hours ofthe completion ofwork,
|. Contractor shall notify the facility management designee before leaving the site if a system or
component ofasystem ia ^ned-taggod."
J. If equipment is red-tagged the Contractor will work proactively with facility management designee to
resolve the issue within 72hours unless otherwise discussed and agreed on.
3. Work Sites
A. See Attachment E—List ufBuildings
Exhibit / '
Page \Oof|4
City of Round Rock
Fire Suppression Systems
1FB No. 19-016
Class/Item: 93609, 93633, 93634
February 2019
4. Scheduling
A. The regularly scheduled inspections performed for all City of Round Rock Buildings occur in March
and April of Each year. Vendor must respond to setting up all inspections within 7 calendar days of
being notified of the need. These will include:
i. Contractor shall notify Facility Maintenance designee before leaving site.
B. For unscheduled services, service hours are 24 hours.
i. Unscheduled services include emergency services.
ii. Emergency service calls will be made by the specific work site Project Manager or their
designee.
iii. For the purpose of a resulting contract, emergency services are defined as incidents where
a system discharges and/or equipment malfunctions.
iv. Contractor must respond to and be onsite within two(2) hours of the City designee notifying
the Contractor of the service need.
V. Contractor staff shall review and assess the situation and prepare a time and materials
quote for the required work for review by the work site Project Manager or their designee.
vi. Once the work site Project Manager or their designee reviews and signs off on the quote for
services, the Contractor is clear to begin work.
Systems subject to emergency services calls include, but are not limited to: Sprinkler Systems and Gaseous
Systems.
Exhibit "A"
Page 1] of 14
City of Round Rock
Fire Suppression Systems
IFB No. 19-016
Class/item: 93609, 93633, 93634
February 2019
ATTACHMENT A
BID SHEET
1. .ATTACHMENT A — BID SHEET is posted in Solicitation Documents for IFS No.19-016 Fire Suppression
Systems in an Excel format on the City of Round Rock website at:
https://www roundrocktexas gov/dements/purchasing/purchasing active solicitations/
1.1 In order to be considered responsive Attachment A- Bid Sheet must be completed, signed by an
authorized representative and returned by the deadline for submission of response indicated in Part
Section 4--Schedule of Events.
1.2 The Respondent, by submitting and signing Attachment A— Bid Sheet, acknowledges that he/she has
received and read the entire document packet sections defined above including all documents
incorporated by reference, and agrees to be bound by the terms therein.
1.3 In order to do business with the City of Round Rock you must be registered with the City's Vendor
Database.To register, go to: https://roundrock.munisselfservice.com/Vendors/default.aspx.
1.4 By the signature affixed on Attachment A-Bid Sheet, the Respondent hereby certifies that neither the
Respondent nor the entity represented by the Respondent, or anyone acting for such entity has violated
the antitrust laws of this State, codified in Section 15.01 et seq., Texas 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."
1.5 The Respondent agrees, if this Offer is accepted within 120 calendar days after the Due Date, to fully
comply in strict accordance with the Solicitation, specifications and the amounts shown on bid sheet.
Exhibit " "
Page 12 of 14
Iofi
Attachment A-Bid Sheet
Fire Suppression System
IFB-No. 19-016
The Respondent represents by their signature below that he/she is submitting a binding offer and is authorized to bind the
respondent to fully comply with the solicitation documents contained in IFB No. 19.016 Fire Suppression Systems.The
Respondent acknowledges that he/she has received and read the entire solicitation packet,attachments and all documents
incorporated by reference,and agrees to be bound by the terms therein.An anticipated total contract award will be made by
the City in an amount not to exceed$30,000 per year.
Special Instructions: All prices must be quoted in order to be considered responsive.Be advised that exceptions taken to any
portion of the solicitation will result in disqualification of the bid.
Cost-Total 60%Points
No. Description Unit Unit Cost
1 Regular Hourly Labor Rate Per Hour $85.00
Overtime Hourly Labor Rate. The overtime rate shall not exceed
2 one and one half times the regular hourly rate. Per Hour $105.00
3 Helper Regular Hourly Labor Rate Per Hour $60.00
Helper Overtime Hourly Labor Rate. The overtime rate shall not
4 exceed one and one half times the regular hourly rate. Per Hour $90.00
(Information Only)Prices for Material shall be on a cost-plus Percentage
5 basis.The Percentage % if any,of markup will be: I Marko 20%
TOTAL: 50.00
Attachment F-Respondent Questionnaire-Total 40% Points
*10%Points for staff training and development:
*5%Points for vehicle and equipment list
*25%Points for company and individual work experience
COMPANY NAME: Valor Fire Protection
SIGNATURE OF AUTHORIZED REPRESENT
PRINTED NAME: Johnathon Couch
PHONE NUMBER: 512-635-4896
EMAIL ADDRESS: jcouch@vfptX.ccm
Exhibit "A"
City of Round Rock
Fire Suppression Systems
11713 No. I9-016
Class/item:93609, 93633, 93634
February 2019
ATTACHMENT B:
REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: 1FB No. 19-016
RESPONDENT'S NAME: Johnathan Couch DATE: 03107/2Q1_9
Provide the name, address, telephone number and E-MAIL of at least three (3) valid Municipal, Government
agencies or firms of comparable size that have utilized services that are similar in type and capacity within the last
two(2) years. City of Round Rock references are not applicable. References may be checked prior to award. If
references cannot be confirmed or if any negative responses are received it may result in the disqualification of
submittal.
1. Company's Name City of Cedar Park
Name of Contact Mark Shelnutt
Title of Contact Service Supervisor
E-Mail Address mark.shelnuttacedar parktexas.gov
Present Address 450 Cypress Creek Road
City, State, Zip Code Cedar Park,Texas 78613
Telephone Number 512 )608-3484 Fax Number
2. Company's Name Jarrell ISD
Name of Contact
TirD Cogeland
Title of Contact Maintenance Supervisor
E-Mail Address tim.cope1andQiarre1flsd.oM
Present Address PO Box 9 312 North 5th Street
City, State, Zip Code Jarrell,Texas 76537
Telephone Number 512 )635-9769 Fax Number: (512 )746-2518
3. Company's Name Bi 2 State Electric
Name of Contact
Alan Bryant
Title of Contact Vice President of Operations
E-Mail Address alan.bryan@bigstateelectric,corn
Present Address 7101 Burleson Road
City,State,Zip Code Austin,Texas 78744
Telephone Number 512 ) 385-6160 Fax Number ( 512 )385-6177
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
Exhibit "A"
Page 13 of 14
City of Round Rock
Fire Suppression Systems
IFB No. 19-016
Class/item:93609, 93633, 93534
February 2019
ATTACHMENT C
SUBCONTRACTOR INFORMATION FORM
COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: IFB No. 19-018
RESPONDENT'S NAME: Johnathan Couch DATE:03/07/2019
CIRCLE ONE- NOO I WILL NOT USE SUBCONTRACTORS ON THIS CONTRACT
YESp I INTEND TO USE SUBCONTRACTORS ON THIS CONTRACT 'YES
If yes complete the information below
1. Subcontractor dame
Name of Contact
E-Mail Address
Address
City, State, Zip Code
Telephone Number ( Fax Dumber: ( }
Descdbe work to be
performed
Percentage of contract %
work to be performed
2. Subcontractor Mame
Name of Contact
Title of Contact
E-Mail Address
Address
City, State, Zip Code
Telephone Number ( } Fax Number: )
Describe work to be
performed
Percentage of contract %
work to be performed
�► Add additional pages as needed
Exhibit "A"
Page 14 of 14
Fire Alarm Fire Sprinkler Backflow Kiser Backflow
Room Prevention
Facilit-
y Name Location
Public Works Bldg. 2008 Ente rise
Building Construction 2008 Enterprise,Bldg. B
General Services 212 Commerce Blvd.
Streets/WLM/1&1 910 Luther Peterson Place
Allen R. Baca Amphitheater 301 W. Bagdad
Allen R. Baca Senior Center 301 W. Ba dad, Bldg. B x
Allen R. Baca Parking Garage 301 W. Bagdad, Bldg. B
Business Center 231 E. Main Steet x
Car Wash Mechanical Room/Fuel Island Luther Peterson Bus Barn
City Hall 221 E. Main Steet x
City Hall Parking Garage 221 E. Main Steet
Clay Madsen Recreation Center 1600 Gattis School Road x
Central Fire Station Station Only) 203 Central Blvd.
Fire Station#2(Station Only) 200 W. Bagdad Ave. x
Fire Station##3 Station Only) 1991 Rawhide
Fire Station#4 Station Only) 3300 Gattis School Rd.
Fire Station#5 Station Only 350-DeeR Wood
Fire Station#6 Station Ont ) 2919 Joe DiMa gio x
Fire Station#7 Station Only) 2811 Oakmont x
Fire Station#8 Station Onl 1612 Red bud lane
Fire Station#9 Station Only) 2721 Sam Bass Road
Heritage House 901 Heritage Circle
Intermodal Parking Garage 300 W. Bagdad
Kinnin liam House 2000 South Creek
Lake Creek H . 79
Lake Creek Pool 800 Deer Foot Drive
Library 219 E. Main Street x
McConico Bldg, 301 W. Bagdad Blvd. x
Micki Kresbach Pool 301 Deep Wood
Mulit Purpose fields 2001 N. Kenney Fort BLVD.
Old Settlers Park Old Settlers&HWY. 79
PARD Yard 300 S. Burnet Rd.
Police Dept. 2701 N. Mas x
Public Saftey Training Facifily 2701 N. Mas x
Rabb House 151 N. AW Grimes x
Recycling Center 3 1 ODeep Wood
Rock Care Clinic 901 Round Ruck Ave., S 304&301
Rack-N-River 3300 Palm Valley Blvd.
Sports Center 2401 Chisholm Trail x
Sports Center. Bldg. B 24OI Chisholm Trail
Traffic Si als&Si2s 2015 Lamar
Vehicle Maintenance 901 Luther Peterson Place
VMF; Small Engine Shop 901 Luther Peterson Place, Bldg. B
Utility Support 52030 N. 1.H 35
WTP, Phase 111, Phase V, Environmental Lab 5200 N. 1H 35
WTP: Chlorinating Bldg. 5200 N. IH 35 x
Attachment E—List of Buildings and locations
Facility Name Address Name of Fire
System
Public Works Facility 2008 Enterprise Drive, N/A
Round Rock,Texas 78664
Public Works Construction Inspection Building 2008 Enterprise Drive, N/A
Round Bock,Texas 78664
Transportation/Utility Administration 212 Commerce Cove, N/A
Round Rock,Texas 78664
Street/Water Line Maintenance 910 Luther Peterson N/A
Place,Round Rock,Texas
Utility Support 5200 North IH 35, N/A
Georgetown,Texas
Vehicle Maintenance Facility 901 Luther Peterson N/A
Place,Round Rock,Texas
Small Engine Shop 901 Luther Peterson N/A
Place,Round Rock,Texas
Water Treatment Plant Lab 5200 North IH 35, N/A
Georgetown,Texas
Water Plant Phase 3 5200 North IH 35, N/A
Georgetown,Texas
Water Plant Phase S 5200 North IH 35, N/A
Georgetown,Texas
City Hall 221 E. Main Street, Silent night
Round Rock,Texas Honeywell
Police Facility 2701 North Mays, Round EST Quick start
Rack,Texas
Central Fire Station 243 Commerce, Round N/A
Rock,Texas 78664
Fire Station No. 2 200 W. Bagdad, Round EST Quick Start
Rock,Texas
Fire Station No.3 1991 Rawhide, Round N/A
Rock,Texas
Fire Station No.4 1301 Double Creek, Gamewell Fire
Round Rock,Texas Central Panel
Fire Station No.5 350 Deepwood Drive, N/A
Round Rock,Texas
Fire Station No.6 2919 Joe DiMaggio Blvd, EST Quick Start
Round Rock,Texas 78665
Fire Station No. 7 2811 Oakmont Blvd, Silent Knight
Round Rock Texas 78665 Honeywell
Clay Madsen Recreational Center 1.600 Gattis School Road EST
GE
RABB House 2009 E. Palm Valley Blvd, EST MS 909OUD
Eichiloft "A"
Attachment E—List ofBuildings and Locations
Round Rock,Texas
KinningharnPark House 1OD03.Creek Drive, N/A
Round Rock,Texas
Fac)>ityK4a[ntenance/3troets 20lSLamar Drive, Round N/4
Rock,Texas 78664
Mc[onico 3OIVV. Bagdad Blvd, EF9200
Round Rock,Texas
PARD Yard 3OOS. Burnet, Round N/A
Rock,Texas
Meter Readers 520O|H35, Georgetown, N/A
Texas
Chlorinating Building 52OO |H35, Georgetown, GomeVVe||
Texas
Allen R. Baca Senior Center Building 2 3OlVV. Bagdad, Round EST
Rock,Texas
Allen R. Baca Parking Garage 3OlVV. Bagdad, Round N/A
Rock,Texas
City Hall Parking Garage 221 E.Main Street, N/A
Round Rock,Texas
High Sen/ice Building atWater Treatment Plant 5200 IH 35,Georgetown, N/A
Texas
Amphitheater Same as Baca location N/A
Car Wash Area N/A
Rock NRiver 33OOPalm Valley Blvd, N/A
Round Rock,Texas
Training Facility 27O1N.Mays,Round Silent Knight
Rock
Library 226Main St. Round Rock Honeywell
Fire Station O 1G12Red Bud Ln., Round Gamem/el|
Rock
Multi Purposes fields 2OOlKenny Fort B|vd., Gamewe||
Round Rock
Sports Center Z4OOChisholm Trail, EST
Round Rock
Exhibit "A"
City of Round Rock
Fire Suppression Systems
11713 No. 19-016
Class/Item:936-091936-331936-34
)1936-34
February 2019
ATTACHMENT F
RESPONDENT QUESTIONNAIRE
40% Points
Must Return this Form
Name of Business: I Valor Fire Protection
Physical Address of Headquarters(HQ): 3584 Rocking J Road Suite 200 Round Rock,Texas 78665
Physical Address of Serving Branch:
(if different address from HQ)
1. On a separate sheet of paper describe training and development provided to staff. (10 points).
2. EQUIPMENT LIST:Attach a separate sheet of paper that describes the type of vehicles and
equipment that will be used to support this contract. (5 Points)
3. Number of full-time employees that are eligible to work on City of Round Rock projects:
Number of Employees: 1 10 1
4. How many years has your company been in the Fire Suppression Business?
Number of years in the Fire
Suppression business: 1 3
5. EXPERIENCE: On a separate sheet of paper describe relevant company and individual experience
for the personnel who will be actively engaged in the performance of this contract. (25 Points)
Company work experience: Describe recent company work experience(2 years or less)for at
least 2 commercial contracts for Fire Suppression Services.
• Individual Work Experience-Include the resume for lead personnel as well as supporting
documentation as applicable;such as certifications, licenses and years of experience.
Exhibit "A"
NATIONAL. INSTITUTE FOR CERTIFICATION
IN ENGINEERING TECHNOLOGIESO
z�N�IC E TProviding Certification Programs Since 1961
M '
BE IT KNOWN THAT
Johnathon M. Couch
IS HEREBY AWARDED CERTIFICATION AT Q
LEVEL IV �=
IN FIRE PROTECTION ENGINEERING TECHNOLOGY x
w
FIRE ALARM SYSTEMS
BASED UPON SUCCESSFUL DEMONSTRATION OF REQUISITE KNOWLEDGE,
EXPERIENCE AND WORT{ PERFORMANCE AS SET FORTH BY THIS INSTITUTE.
Certification Valid through October 1.2020
CEIZ111 1CAT10N NIJM13EIZ 132931
CHAIRMAN OF THE NICET BOARD OF GOVERNORS
A DIVISION OF THE NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS
UNITED STATES OF AMERICA
FEDERAL COMMUNICATIONS COMMISSION
General Radiotelephone Operator License
ATTN:JOHNATHON
COUCH,JOHNATHON
3584 ROCKING J ROAD
PO BOX SUITE 200
ROUND ROCK,TX 78665 <
FCC Registration Number(FRN):0027448208
Special Conditions f Endorsements
NONE x
uj
Grant Date Effective Date Print Date Expiration Date
04-17-2019 04-17-2018 04-19-2018
File F4umber Serial Nu'lliber Date of Birth
0008178475 P000057949 06-06-1976
THIS LICENSE IS NOT TRANSFERABLE
NATIONAL INSTITUTE FOR CERTIFICATION
IN ENGINEERING TECHNOLOGIES"
ZNICE T Providing Certification Programs Since 1961
BE IT KNOWN THAT
Nelson R. Lewis
IS HEREBY AWARDED CERTIFICATION AT <
LEVEL III
IN FIRE PROTECTION ENGINEERING TECHNOLOGY w
WATER-BASED SYSTEMS LAYOUT
BASED UPON SUCCESSFUL DEMONSTRATION OF REQUISITE KNOWLEDGE,
EXPERIENCE AND WORK PERFORMANCE AS SET FORTH BY THIS INSTITUTE.
Certification Valid through.tune 1,2021
CERTll-WATION NUMBER 129246
CHAIRMAN OF THE NICET BOARD OF GOVERNORS
A DIVISION OF THE NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS
fir► FIRE % LOW VOLTAGE j SECURITY
3584 ROCKIN' J ROAD SUITE 200 ROUND ROCK, TEXAS 7856.5
'+ y. SCIS-G-2127261 / ECP-2131657 / ACR-2132061 j B041468011
z b
512.846.4142 0 WWW.VFPTX.CONA
ET THE TEAM
NELSON LEWIS • OPERATING PARTNER
NLEWIS a VFPTX.COM • 512.635.4944
Nelson has over 12 years experience in the Fire Protection Public Sec#or rand years Active
' Duty t,hilitary experience on the flight line.During his time iii the Fire Protection Industry Nelson
has had experience in service: design, inspec#ions, installations, project rnanogemen# and
ownership.He has NFSA Layoul technician Training and holds various top-level certifications
4 in the industry including: National Insfitufe for Cer-tification in Engineering Technologies
m
(NICET), Level III - ',stater Based Systes Layout: Texas State MarshalCAME-G-21X7230 - Fire
S riikier, Texas Fire Marsha', FEL-8-1788216-T r
to ype B Fire Extinguisher Inspector, Blazemasaer
CPVC Certified Installer.
!y Some of nelson's past projects and key customers are Eastline - Mixed Use, The Corner-
Midrise, 360 Tower - Inspections and Maintenance, Jarrell ISD, CBUSA - 13D Industry and
various Property Management Companies - Alliance Residential, ANALI Residential, Bell
Partners. Greystar. Griffis Residential: Aden Hughes, Pinnacle Living, Roscoe Property
Management.
,JOHN COUCH • OPERATING PARTNER
JCOUCHk'VFPTX.COM • 512.635.4896
John has over 20 years experience in the Fire Protection Public Sector and 4 years of Act`ve
Military experience in Fire Protection shipboard. He attended Oklahoma State Fire Pump
Certification School and holds various top-level certifications in the industry including
National Institute for Certification in Engineering Technologies (NICET), Level !V-Fire Alarm.
Alarm Planner State of Texas: National Institute for Certification in Engineering Technologies
(NICET), Level II - Fire Sprinkler; Certified Fire Hydrant Inspector, Gamewell FC! Certified for
Software Applications,CWSI Wireless Certified,and Genera!Radio Operator for RF Sun eys-
Compliant with FCC for in building ernergency personnel communication.
Some of John's past projects and key cuslomers are Three Corp Fort Hood Heart Hospito:of
Austin, HEB Service Account Rep, Del Valle ISD Account Rep,and Jarrell ISD r
ART CARDENAS • SENIOR ACCOUNT REP
ACARDENAS(d VFPTX.CO/,,! - 512,845.799
Ari has over 30 years experience working r the Fire P<o#ection Public Sector with 12+ years
'
as a Fire Alarm Technician in service. inspection" and maintenance divisions_ During that
jp iirrre he worked in coordination with the Austin Fire Department in, verifying and testing
operation of high-rise Fire Alarm Systems. Art also oversaw the installation of many major
systems including F' fib
vS ipplex Fire Systems,SiientYnight,and Notifier Fire Systems.
lffArt was licensed and certified as FAL.-3577 from the City of Austin and trained to install,
service,and inspect Fire Alarm Systems in various types of facilities.
R1 EIRE / LOW VOLTAGE / SECURITY
. 3584 ROCKIN' J ROAD SUITE 200 ROUND ROCK, J EXA5 78665
SCR-C-2127261 / ECR-2131657 / ACR-2132061 / B04146801
512.846.4142 • WWW.VFRTX.C:ONA
MEET THE TEAM
ROBYN RILEY • INSPECTIONS COORDINATOR/BUSINESS DEVELOPMENT :
RRILEY!4 VFPTX.C0M • 5 2 8001,9276 .
Robyn has 4.5 years experience as a Business De- elopment Director. While at Vaor she has
managed Business Development and the Inspections Department. f along Wth ',ar*l:et ng.
Robyn has a BFA f aim Texas State Univers.y i"= C oi-nmunication Design aliowing her slits to be
utilized in Valor's r-norketing efforts. 4.:
fG
Robyn has extensive experience in managing processes and people by developing and
implementing systems for clients relations, lead generation and database management
MAeie
y
KRIS STOUT • LEAD INSPECTOR
KST0UT a VFPTX.CCM • 512.809.9529
Kris has 2.5 years experience in the Fi+e Prolectian indusfry. He holds various certifications
including; National Institute for Certifiafion in Engineering Technologies (NICE") - LeveE lI,
RME-I, Backflow Prevention Assembly'tester, Fire Extinguisher Type•B License and Private Fire
ry
Nydrranf Specialist Certification.
ERIC POLANCO • INSPECTION/SERVICE TECHNICIAN
EP0LANC0d.WPTX.C('�M • 512.639.7787
Eric has 7 years experience in hte Fire Protection Industry and holds or Associate's Degree i
Engineering Technology from New Mexico Slate University. � »
Eric has a FAL certif•,cofion and is a Certified Fire Nyd!ant fester.
1
- r CAMERON NEUBAUER ■ INSPECTION HELPER
w CNEUBAUERVl'PTX,CC` 512.983.9057
Cameron has 2 years experience in the Fire Protection industry and has a Fire Extinguisher
t
Apprentice license.
tRniclit "A"
r ;:
ffi
as
4
V11
:
FIRE / LAW VOLTAGE / SECURITY
3534 ROCKIN` J ROAD SUITE 200 ROUND ROCK, TEXAS 73665
SCR-G-2127261 / ECR-2131657 / ACR-2132061 / B04146801
512.346.4142 o WWW.VFPTX.00M
TRAINING OVERVIEW
Valor provides training and development for staff within the guidelines of NFPA
regulations, Texas State Fire Marshal, as well as NICET training development, We
continue to align our staff with some of the best training offered not only specific to the
manufactures used, but also for generalized best practices in the industry. Accomplishing
this we have specific assigned personnel to oversee this internally tracking licensee
expirations, qualifications per employee, and staying up to date with new manufacture
hardware/software requirements. We encourage all of our staff to continue further
advancement of industry knowledge through personal training aids offered or access to
through various electronic aids.
Valor Current Manufacturing Certifications and or Licensing
• Gamewell FCI Fire Alarms
• Silent Knight Fire Alarms
• Secutron / Mircom Fire Alarms
• eVa-nce Inspection Reporting
• CWSI Wireless Fire Alarm
• Blazernaster Fire Sprinkler
• SKF Pump Alignment Laser Verification (NFPA 25) Requirement
• General Radio Operator for RF Surveys - Bi-Directional Amplification
Current Certifications for staff
• Key Management Personnel
o NICET Level III Fire Sprinkler Systems
o NICET Level IV Fire Alarm Systems
• Divisional Management
o APS-Texas State Fire Marshal
o RME-G Texas State Fire Marshal
o Security Manager Texas Department of Public Safety
• Field Personnel Assigned to City of Round Rock
o RME-1 Texas State Fire Marshal
o FAL. Texas State Fire Marshal
o FEL Texas State Fire Marshal
Exhibit "A"
i,. Vk
.. FIRE J LOW VOLTAGE J SECURITY
8584 ROC:KIN I J ROAD SUITE 200 ROUND ROCK, TEXAS 78665
SCP.-Ca--2127261 JEER-21 1657 / ACR-2132061 / }4146801
512.846.4142 a WWW.VFPTX.COM
EQUIPMENTZSOFTWARE LIST
EQUIPMENT
Valor implements and provides equipment for many tasks to be performed either related
to service or inspections of systems. Supporting such inspections for various customers
throughout Central Texas, we understand that the critical nature of such systems require
detailed care and documentation to stay in compliant for the safety of structures and the
personnel.
EVANCE
Our reporting software we use is a Honeywell developed application
� nce called eVance, and we have the manufactures direct product
Services overview for the best detailed information. This information is attached
for review.
DIGITAL REFRACTORMETER
As various sprinkler systems are sometimes installed in areas exposed to
unconditioned or climate controlled environments we use specialized
testing equipment for this verification for compliancy of such systems.
The digital Retractorn-ietoer allows technicians to deliver a nearly
instantaneous readout with laboratory precison.
LASER PUMP ALIGNMENT
Pump Alignment Check is a NFPA requirement, and is very important
A in the fact that your fire pump is the heart of your sprinkler system.
Receiving the proper supply of pressure/flow of water through
the piping network is a necessity. A slight misalignment of a pump
assembly at the power end of the system is even further out of
alignment at fhe wet end or receiving end of the shaft assembly.
Therefore, causing possible issues with bearings, packing, coupling,
shaff, impeller and others. Over time these issues can cause failure
C of the pump producing the proper conditions when testing. This in
:.___.. ..:__.. ._. .__:.___._ return leads to major repairs with possible down time of the system
protecting your facility.
Valor uses Laser Pump Alignment Testing for the most accurate
method available while delivering quick results.
Exhibit "A"
w�.
FIRE ' (_OW VOLTAGE SECURITY
r /
` 3534 ROCKIN' .J ROAD SUITE 200 ROUND ROCK, TEXAS 78665
SCR-G-2127261 / ECR-2131657 / ACR-2132061 / 304146801
512.846.4142 WWW,VFPTX.COM
VEHICLE LIST
VEHICLES
Valor has various company vehicles displaying our logo, as well as pertinent licensing
required by the State of Texas, Our fleet of vehicles mainly consist of Nissan manufactured
type vehicles being less than two years of age. These vehicles are supported through our
leasing program provided by Apple Leasing for fleet usage.
All Nissan vehicles are white base color with Maroon lettering for our company information
and black lettering offset contrast with our licensing registration number info. Our vehicles
our tracked internally for care and maintenance in which we rely on selective mechanic
shops to change the oil and provide basic care and upkeep. All warranty or major repairs
are supported through the manufacture or certified dealer location.
Vehicles within our fleet are covered under a comprehensive insurance program through
our automobile policy for various coverages. Internally we conduct periodic inspections of
our vehicles and provide basic safety overview of our vehicles through our online training.
Exhibit "A"
r "!"
FIRE J LOW VOLTAGE I SECURITY
3584 ROCKIN' J ROAD SUITE 200 ROUND ROCK: TEXAS 78665
SCR-G-2127261 / ECR-2131657 / ACR-2132061 / B04146801
* 512.846.4142 • WWW.VFPTX.COM
COMPANY WORK EXPERIENCE
BASTROP ISD INSPECTIONS
* Water Tank Inspection per NFPA 25
• Internal Camera Assessment
JARREL.L ISD INSPECTIONS/SERVICE
* Water Tank Inspection per NFPA 25
• Internal Camera Assessment
* Fire Alarm Service
a Fire Sprinkler Service
MILAGO CONDOMINIUMS INSPECTIONS
Fire Sprinkler Inspections per NFPA 25
Facility has multiple dry and wet systems
* Fire Alarm Inspections per NFPA 72
Addressable/Voice Notification
* Fire Pump Testing per NFPA 20 & 25
* Fire Alarm Service
Fire Sprinkler Service
TASB ANNUAL. INSPECTIONS
* Fire Sprinkler Inspections per NFPA 25
• Facility has dry and wet systems
* Fire Alarm Inspections per NFPA 72
* Addressable/Voice Notification
FURTHER COMPANY PARTNERSHIPS
ALLIAN,C,E AMLI GREYsTAR
RESIDENTIAL
ALLIANCE RESrDEN 1AL A101-1 GREYSTAR
.% P E LOTO N
PELOTON S0tkE I Qi�0TION WORTH ROSS
}
E ,..Gamewe
FIRE CONTROL
INSTRUMENTS
y Honeywell
Description Inspection Manager
The Inspection Manager software is an essential part of the
eVanceTIA Services offering. The Inspection Manager dra-
matically improves the speed, accuracy and efficiency of
your testing and inspection activities while providing „
professionally formatted reports. _
F'
Automates Data Collection and Testing
Fire panels connected to the secure data center, with a
web portal,transfer test information directly to the applica-
tion. This connectivity feature omits the need for a techni-
cian to monitor the panel when testing. Non-addressable
points can be inspected using integrated bar code labels
and scanners. EREPtIt PHOTO
Supports Multiple Technicians Features
With the Inspection Manager,multiple technicians can con- Inspection Management Software
duct the walk test simultaneously,The Inspection Manager One person walk test on addressable devices when you
provides the capability to sync the walk test results and ° connect the fire pane{to the data center using the web
data across multiple mobile devices. portal.
Warks Online and Off line Voice recognition commands allow for hands-free oper-
!n the connected mode, the application can pull data from anon,which makes testing less cumbersome and up to
30%faster for systems connected to the eVance data
fire panels using web portals for connection to the secure center through a web portal.
data center. If connectivity to the data center is lost or not The Technician always knows the test status.The test
possible,the Inspection Manager vv#Ii operate in a bar code status shows the number of devices tested and the total
scan mode. devices remaining to test.
Enables Visual Documentation Search and sort capability on the Test Item List provides
Technicians can use their mobile devices to take digital quick and easy viewing of items by test status and
description.
photographs of equipment and areas that require correc-
tive action. Those images are then stored n the secure
data center with the inspection data. recognition and/or typing the information.
Test Plans
Streamlines Reporting Technician can easily schedule equipment for quarterly,
The Inspection Manager automatically generates profes- semi-annual, and/or annual testing.
sionally formatted reports that can include your business Test and Inspection Reports
information and logo. Signatures can be captured on the NFPA 10,NFPA 25, NFPA 72, NFPA 2001, NFPA 72
technician's mobile device. Reports can be emailed and ° Record of Completion, Corrective Action, Device
stored in the data center with 2417 access available to the Sensitivity,Joint Commission and Facility Equipment
ESD, building owner and/or AHJ Inspection report formats are supported.
• Reports previewed on the mobile device.
• Signatures are captured directly on the mobile device
Trademarks: ° Reports can be e-mailed immediately upon completion.
eVan.eTU is a Ireoemari:ant;E"SeriesF is E reaislered twen•ari of t<o;�;,v,ei p
InternattonaInc Access to reports available 24l7 via the data center.
'
:android"i=a iraaerned.of Google.Inc
SysTruste is a reotstered trademarl.of A=CPA:;Amen ar inrtnu!e of•'.;eaffigd Public End User i Building Owner information Center
Accou ts)and 0CP.'Canadian Institute of Chalereo A:coU tants)
Appte�,0od louche Pad mim"'ano iPhone¢are registered trademarks of.Apple Int Capability to access inspection reports for your
registered in the S and Per countries buildings.
thaosoft Internet Explorer-'is a registered Irademart,o`klkrosof-Cvporaiiml Database Import
Jawbonics is aisaistered art,o'art,C rr dba cs Inc Import addressable device database from CAMWorksT"'
Jawbone ERA"'is a trademart�of hlphCon'dba Jawbone Inc p
Tools (versions 2.301-or later).
w�riar:tcwt 12 Clintonville Road,Northford,CT 06472-1610 USA-Tel: (203)484-7161 -Fax-(203;484-7118
Specifications ale for information only are nfr'?ritended for iifslat ation,purposes and are subject to changE wtthou notice No responsibilitt is assumed by Gamewel-FCfor their use
@2014 by Honeywell International Inc A[rights reserved www.gamewell-fei.com 9021-60800 Rev D page 1 of 3
.:�; *
i
i Connected Device 031a From rands
13G?4G:Wi-Fit installed ry ESU
i
itf Panel Connecica to Data Froit Panels
era M
t Intemat fVVeh P ar•:aii In Specific premises.
Nosm-d Secwe
j$ " � L?.to Center
Figure 1 System Architecture
System Requirements and Accessories Software Licensing
• Required Mobile Devices (Customer-supplied): The Inspection Manager software is purchased as an
-Apple iPhone 515s,iPod touch, or iPod mini (iOS7)or annual license.The license you need is based on the num-
-Android(KitKat OS v.4.4 and later). ber of people who will be using the software at your com-
• GW-WEBPORTAL: Web portal that connects the pany. Any building owners, end-users, AHJ's (customers)
Gamewell-FCI fire panels to the secure data center. that your company provides view-only access to do not
See GW-WEBPORTAL Data Sheet, P/N:9021-6080.2. count as a user in terms of the license agreement.
• Required Scanners After you purchase the Inspection Manager application and
(Purchased directly from Gamewell-FCI): create user names and passwords from the web-based
-For Apple mobile devices.SCANNER-5 (iPhone 5/5S), software application,you can download the eVance
SCANNER-TOUCH (iPod touch),or SCAN14ER-MINI Services Inspection Manager from the Apple App Store.
(iPad mini). See Data Sheet P/N:9021-60808.
-For Android mobile devices:SCANNER-BT. As part of the eVance Services offering; the Inspection
See Data Sheet P/N:9021-60841. Manager software may be bundled with the Service
• BARCODE-1404: Roll of 1.000 bar code labels. bar Manager software at a discount over purchasing the two
code labels may be purchased from Gamewell-FCI or software applications separately,
printed by the customer. Yearly License Renewals
• Bluetooth Headset: Bluetooth is optional for the At month 9 of the yearly license,you will start to receive
Inspection Manager and is provided by the customer. email messages and warnings from the data center that
Legend (P/N:87300-01)and the Jawbone ERA
Recommended headsets are the Plantronics Voyager your license will run out in 3 months. You should then order
Data Security and Privacy a renewal license.
Hosted I Secure Data Center Software License Upgrades
The secure/hosted data center is located in the United • License upgrades can be purchased when you want to
States and is compliant with the following standards: add more users or another license
• SSAE 16& ISAE 3402 audit standards(formerly SAS 70) • As an example,this would allow you to go from a 5 user
• The SOC 3 SysTrust5 for Service Organizations Seal of license to a 10 user license, or to add Service Manager
Assurance. if you are currently using Inspection Manager.
These certifications are governed by industry and govern- • Upgrade orders should be placed within 9 months after
ment regulations, and speak to critical aspects of our data the yearly license period has started After month 9,the
center - physical access, network and IP backbone data center will treat an eVance Services software
access, system availability. customer provisioning and license order as a renewal
problem management. The data center provides regular
backups and offsite storage of your critical data.
Data Ownership and Privacy
Because your company and customer data is of utmost
importance, our subscription and privacy agreement is in
place to protect your business. To view the subscription
and privacy agreement,please go to:
hap:ftevanceservices.honeywell.com/Pages/agreement.aspx
12 Clintonville Road Northford CT 06472-1610 USA•Tel (203)484-7161 •Fax:(203)484-7118
9021-60800 Rev D page 2 of 3 www.gamewell-fci.com
Ordering Information Ordering Information (Continued)
Software Services Ordered from Garnewell-FCI Gamewell-FCI Bundled EVANCE(inspection
The Inspection Manager may be purchased in individual Manager and Service Manager) Service Plans
licenses or by a pack of licenses. The eVance Services Part Number Service Plans and Licenses
bundle is purchased in packs only. For example, a 10 user GW-EVANCE- ASSYFNL,SERVICEPLAN,EVANCE,TRIAL
license will provide up to 10 unique users with access to TRIAL (Trial License,5 People for 3 months)
the software.
Gamewell-FCI Inspection Manager Service Plans GWEVANCE5 ASSYFNL,SERVICEPLAN,
Part Number Service Plans and Licenses EVANCE,5USER(5 User License)
GW-INSPECTS ASSYFNL,SERVICEPLAN,INSPECTION. GW-EVANCE10 ASSYFNL,SERVICEPLAN,
MGRJ USER(individual License) EVANCEJOUSER(10 User License)
GW-INSPECT10 ASSY,FNL,SERVICEPLAN,INSPECTION- GW-EVANCE15 AS SY,FNL,S ERVIC E PLAN,
MGR,IOUSER(10 User License) EVANCE,15USER(15 User License)
GW-INSPECT15 ASSYFNL,SERVICEPLAN,INSPECTION- GW-EVANCE2D ASSY,FNL,SERVICEPLAN,
MGR,15USER(15 User License) EVANCE,20USER(20 User License)
GW-INSPECT20 ASSYFNL,SERVICEPLAN,INSPECTION- GW-EVANCE30 ASSYFNL,SERVICEPLAN,
MGR,20USER(20 User License) EVANCE,30USER(30 User License)
GW-INSPECT30 ASSY,FNL,SERVICE PLAN,INSPECTION GW-EVANCE100 ASSYFNL,SERVICEPLAN,
MGR,30USER(30 User License) EVANCE,100USER
(Unlimited Use,Up to 100 Users)
GW-INSPECT100 ASSY.FNL,SERVICEPLAN,INSPECTION Garnewell-FC1 Hardware
MGR,10OUSER
(Unlimited Use,up to 100 Users) GW-WEBPORTAL eVance Web Portal Gateway with black
cabinet.Requires an ANX for the E3 Series®
Installations.
Garnewell-FCI Scanners
SCANNER-5 CAPTUVO SCANNER FOR(PHONE 515S
SCANNER-TOUCH CAPTUVO SCANNER FOR IPOD TOUCH
SCANNER-MINI CAPTUVO SCANNER FOR IPAD MINI
SCANNER-BT HAND-HELD SCANNER FOR ANDROID
MOBILE DEVICES
Gamewell-FC1 Bar Codes
BARCODE-100 ASSYFNL,BARCODE,PACK,1000
(A pack of 1000 bar codes).
Order Contact Information:
To order,please contact your Customer Service Representative
(CSR).For upgrades,the CSR will be able to provide information
as to how your yearly software license start and completion date
may be impacted.
EX WILUACI
12 Clintonville Road,Northford,CT 06472-1610 USA-Tel:(203)484-7161 -Fax:(203)484-7118
www.gamewell-fei.com 9021-60800 Rev.D page 3 of 33
R"O"UND ROCK TEXAS
ADDENDUM
CITY OF ROUND ROCK,TEXAS
Solicitation:IFS 1M16 Addendum No:1 Date of Addendum: 3111119
This addendum is to Incorporate the ficIlowing changes to the above referenced solicitation:
1. Change to Attachment D—Fire Suppression Systems:
I. Attachment 0 lists the Fire Suppression Systems by Locadon.We have updated the Information provided on
Attachment 0 and are extending the deadline to March 20,2019 at 3:00 PM CST. Please review the updated
Attachment 0 and sign and return this form with your solicitation.
1%
APPROVED BY: At,, 4j"' 3/11/19
Oscar Wise,Purchaser
Purchasing Office,512-218-6417
By the signature affixed below this addendum Is hereby Incorporated Into and made a part of the above referenced
solicitation.
ACKNOWLEDGED BY:
Name �Au orIzed Siggnaturme Date
RETURN ONE SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED
PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM
CONSIDERATION FOR AWARD.
Page I of I
Exhibit "A"