Loading...
Contract - Valor Fire Protection - 1/13/2022 CITY OF ROUND ROCK AGREEMENT FOR FIRE SUPPRESSION SERVICES WITH VALOR FIRE PROTECTION THE STATE OFTExAs § CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § COUNTY OF TRAVIS § THAT THIS AGREEMENT for the purchase of fire suppression services, and for related goods and services (referred to herein as the "Agreement"), is made and entered into on this the t LIMILIL �day of the month of_J oju 202 by and between the CITY OF ROUND ROCK, a Texas home-rule municipality, hose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299 (referred to herein as the "City"), and VALOR FIRE PROTECTION, whose offices are located at 3580 Rocking J Road, Suite 500, Round Rock, Texas 78665 (referred to herein as the "Services Provider"). RECITALS: WHEREAS, City desires to purchase fire suppression services; and WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods and services; and WHEREAS, City has determined the bid submitted by Services Provider is the lowest responsible bidder; 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 sufficiency and receipt of which are hereby acknowledged, it is mutually agreed between the parties as follows: 1.0 DEFINITIONS A. Agreement means the binding legal contract between City and Services Provider whereby City agrees to buy specified services and Services Provider is obligated to sell same. The Agreement includes the following: (a) City's Invitation for Bid, designated Solicitation Number 21-019 dated July 2021 ("IFB"); (b) Services Provider's Response to IFB; and (c) any R­R)912_vi � I exhibits and/or addenda thereto. Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference in the following order: (1) This Agreement; (2) Services Provider's Response to IFB; (3) City's Invitation for Bids,Addenda, 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 and services mean the specified services, supplies, materials, commodities, or equipment. 2.0 EFFECTIVE DATE AND TERM A. This Agreement shall be effective on the date this Agreement has been signed by each party hereto, and shall remain in full force and effect unless and until it expires by operation of the term indicated herein, or is terminated or extended as provided herein. B. The term of this Agreement shall be for sixty (60) months from the effective date hereof. C. 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. 3.0 CONTRACT DOCUMENTS AND EXHIBITS City selected Services Provider to supply the services as outlined in the IFB; Addenda to IFB; and Response to IFB submitted by Services Provider, all as specified in Exhibit "A," 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 Addenda to IFB and as offered by Services Provider in its Response to the IFB. 2 The 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. 4.0 ITEMS AWARDED AND SCOPE OF WORK Items Awarded. All bid items in "Attachment A—Bid Sheet" of Exhibit "A" are awarded to Services Provider. Scope of Work: Services Provider shall satisfactorily provide all services described in Exhibit "A," attached hereto, within the contract term specified in Section 2.0. Services Provider's undertakings shall be limited to performing services for City and/or advising City concerning those matters on which Services Provider has been specifically engaged. Services Provider shall perform its 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. 5.0 COSTS A. In consideration for the services to be performed by Services Provider, City agrees to pay Services Provider the amounts set forth in "Attachment A—Bid Sheet" of Exhibit "A B. The City shall be authorized to pay the Services Provider an amount not-to- exceed Two Hundred Fifteen Thousand One Hundred Twenty-Five and No/100 Dollars ($215,125.00) for the term of this Agreement. 6.0 INVOICES All invoices shall include, at a minimum,the following information: A. Name and address of Services Provider, B. Purchase Order Number; C. Description and quantity of items received or services provided; and C. Delivery or performance dates. 7.0 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's bid, with the consent and agreement of the successful service provider(s) and the City. Such agreement shall be conclusively inferred for the services provider from lack of exception to this clause in the service provider'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. 8.0 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 affect such termination by giving Services Provider a written notice of termination at the end of its then current fiscal year. 9.0 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Services Provider will be made within thirty (30) days of the day on which City receives the performance, supplies, materials, equipment, and/or deliverables, or within thirty(30)days of the day on which the performance of 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. Services Provider 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); however, this Policy does not apply to payments made by City in the event; A. There is a bona fide dispute between City and Services Provider, a contractor, 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 Services Provider 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. 10.0 GRATUITIES AND BRIBES City may, by written notice to Services Provider, cancel this Agreement without liability to Services Provider if it is determined by City that gratuities or bribes in the form of 4 entertainment, gifts, or otherwise were offered or given by Services Provider or its agents or representatives to any City officer, employee or elected representative with respect to the performance of this Agreement. In addition, Services Provider may be subject to penalties stated in Title 8 of the Texas Penal Code. 11.0 TAXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Services Provider's charges. 12.0 ORDERS PLACED WITH ALTERNATE SERVICES PROVIDERS If Services Provider cannot provide the goods as specified, City reserves the right and option to obtain the products from another supplier or suppliers. 13.0 INSURANCE Services Provider shall meet all insurance requirements set forth in Part II of IFB 21-019 and on the City's website at: hops://www.roundrocktexas.gov/vm-content/uploads/2014/12/corr insurance_07 20112 pdf 14.0 CITY'S REPRESENTATIVES City hereby designates the following representatives authorized to act in its behalf with regard to this Agreement: Corey Amidon Facility Maintenance Manager 212 Commerce Boulevard Round Rock,Texas 78664 512-341-3144 camidonO,roundrocktexas.g_ov 15.0 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. 16.0 DEFAULT If Services Provider abandons or defaults under this Agreement and is a cause of City purchasing the specified goods elsewhere, Services Provider 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 5 and that it may not be considered in future bids for the same type of work unless the scope of work is significantly changed. Services Provider 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. 17.0 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 Services Provider. B. In the event of any default by Services Provider, City has the right to terminate this Agreement for cause,upon ten(10)days' written notice to Services Provider. C. Services Provider 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 Services Provider, Services Provider 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, Services Provider 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 Services Provider that portion of the charges, if undisputed. The parties agree that Services Provider is not entitled to compensation for services it would have performed under the remaining term of the Agreement except as provided herein. 18.0 INDEMNIFICATION Services Provider 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 6 and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of Services Provider, or Services Provider's agents, employees or subcontractors, in the performance of Services Provider'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 Services Provider (including, but not limited to the right to seek contribution) against any third party who may be liable for an indemnified claim. 19.0 COMPLIANCE WITH LAWS,CHARTER AND ORDINANCES A. Services Provider, 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 2271,Texas Government Code, a governmental entity may not enter into a contract with a company for goods and services unless the contract contains written verification from the company that it: (1) does not boycott Israel; and (2) and will not boycott Israel during the term of the contract. The signatory executing this Agreement on behalf of Services Provider verifies that Services Provider does not boycott Israel and will not boycott Israel during the term of this Agreement. C. In accordance with 2274, Texas Government Code, a governmental entity may not enter into a contract with a company with at least ten(10) full-time employees for a value of at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract has provision in the contract verifying that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The signatory executing this Agreement on behalf of Consultant verifies consultant does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association, and it will not discriminate during the term of this Agreement against a firearm entity or firearm trade association. D. In accordance with 2274, Texas Government Code, a governmental entity may not enter into a contract with a company with at least ten (10) full-time employees for a value of at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract has provision in the contract verifying that it: (1)does not boycott energy companies; and(2)will not boycott energy companies during the term of this Agreement. The signatory executing this Agreement on behalf of Consultant verifies consultant does not boycott energy companies, and it will not boycott energy companies during the term of this Agreement. 20.0 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 21.0 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 Services Provider: Valor Fire Protection 3580 Rocking J Road, Suite 500 Round Rock,Texas 78665 Notice to City: 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 Services Provider. 22.0 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. 23.0 EXCLUSIVE AGREEMENT This document, and all appended documents, constitutes the entire Agreement between Services Provider 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. 24.0 DISPUTE RESOLUTION City and Services Provider 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 25.0 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. 26.0 MISCELLANEOUS PROVISIONS Standard of Care. Services Provider 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. Services Provider understands and agrees that time is of the essence and that any failure of Services Provider to fulfill obligations for each portion of this Agreement within the agreed timeframes will constitute a material breach of this Agreement. Services Provider 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 Services Provider'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 Services Provider 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 Services Provider have executed this Agreement on the dates indicated. City of Morand Rock, Texas Valor Fire protection. Ey: _ �� M f Printed Name: ° , _ P `nte Nan�e. Title: Title: Date Signed: 2 __-- Date Signed: fir, .a► Attest: 13y. amen S,i s, City erlr For City, p oved as to Zoo ru Stephan Sheets, City attorney 10 cxnlDll .-A.. ROUND-1000 ROCK TEXAS PURCHASING ImvlsION City of Round Rock, Texas Purchasing Division 221 East Main Street Round Deck, Texas 78664-5299 www.roundrocktexas.gov INVITATION FOR I (IFB) FIRE SUPPRESSION IO TE SERVICES SOLICITATION NUMBER 21 -01 JULY 2021 City of Round Rock CXnlDIL Fire Suppression Systems Services IFB 21-019 Class/Item:93609, 93633,93634 JULY 2021 FIRE SUPPRESSION SYSTEMS SERVICES PART GENERAL REQUIREMENTS 1. PURPOSE: The City of Round Rock, herein after"the City"seeks a bid from firms experienced in fire suppression system services.The City intends to purchase products and services needed for fire suppression system repair, maintenance, parts,and installation in City-owned buildings. 2. SOLICITATION PACKET: This solicitation packet is comprised of the following- Part I—General Requirements Pages 2-5 Part 11—Definitions,Standard Terms and Conditions and Insurance Page 6 Requirements Part ill—Supplemental Terms and Conditions Pages 7-9 Part IV—Specifications Pages 10-12 Attachment A—Bid Sheet Page 13 Attachment B—Reference Sheet Page 14 Attachment C—Respondent Questionnaire Page 15 Attachment D—Fire Suppression Systems Requirements by Location Page 16 Attachment E—Sample Work Order Page 17 Attachment F—Sample Invoice Page 18 3. AUTHORIZED PURCHASING CONTACTS: For questions or clarification of specifications,you may contact: Amanda Crowell Cheryl Kaufman Purchaser Purchasing Supervisor Purchasing Division Purchasing Division City of Round Rock City of Round Rock Phone: 512-218-5458 Phone: 512-218-5417 E-mail:acrowellft-roundrocktexas.00v E-mail: ckaufmanO-roundrocktexas.uov The individuals listed above are the only authorized City contact for this solicitation.The authorized purchasing contacts may be contacted by e-mail for clarification for this solicitation including specifications. No other City employee or representative may be contacted about this solicitation prior to contract approval. 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: It is the City's intention to follow the solicitation timeline below. EVENT DATE Solicitation released July 15,2021 Optional Pre-Bid meeting July 27,2021 @ 1O:OOAM, CST Deadline for submission of questions July 30,2021 @ 5:00 PM, CST City responses to questions or addendums Approximately August 2, 2021 @ 5:00 PM, CST Deadline for submission of responses August 12,2021 @ 3:00 PM, CST Page 2 of 18 GxnlDlt "H" City of Round Rock Fire Suppression Systems Services IFB 21-019 Class/Item:93609, 93633, 93634 JULY 2021 All questions regarding the solicitation shall be submitted in writing by 5:00 PM,CST on the 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 webpage in the form of an addendum at: https://www.roundrocktexas.gov/businesses/solicitations Questions shall be submitted in writing to the"Authorized Purchasing Contacts". The City reserves the right to modify these dates. Notice of date change will be posted to the City's website: https://www.roundrocktexas.gov/businesses/solicitations 5. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at httpsJ/www.roundrocktexas.Qov/businessestsolicitaUons for any updates pertaining to the solicitation described herein.Various updates may include addendums,cancellations, 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. 6. OPTIONAL PRE-BID MEETING:A pre-bid meeting will be conducted to fully acquaint Respondents with the facilities,difficulties,and/or restrictions inherent in the services specified. The pre-bid meeting will be conducted on the date specified in PART I Section 4—Schedule of Events. A. Attendance at the pre-bid meeting is optional. Respondents shall sign-in at the pre-bid meeting to document their attendance.The optional pre-bid meeting shall initially begin at: City Council Chambers 221 East Main Street Round Rock,Texas 78664 B. Respondents will be responsible for their own transportation. C. Respondents are strongly encouraged to bring a copy of the solicitation document with them to the pre- bid meeting. 7. RESPONSE DUE DATE: Signed and sealed responses are due at or before 3:00 PM,on the due date noted in PART I,Section 4—Schedule of Events. Mail or hand deliver sealed responses to: City of Round Rock Attn:Amanda Crowell Purchasing Department 221 E. Main Street Round Rock,Texas 78664.5299 A. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title, number, due date,and"DO NOT OPEN". B. Facsimile or electronically transmitted responses are not acceptable. C. Responses cannot be altered or amended after opening. D. No response can be withdrawn after opening without written approval from the City for an acceptable reason. E. The City will not be bound by any oral statement or offer made contrary to the written specifications. F. Samples and/or copies shall be provided at the Respondent's expense and shall become the property of the City. G. Late responses will not be considered and will be returned unopened if a return address is provided. 8. RESPONDENT 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 to carefully read the entire solicitation. Page 3 of 18 txnIDIT -A- City of Round Rock Fire Suppression Systems Services IFB 21-019 Class/Item:93609,93633, 93634 JULY 2021 Respondent shall submit one(1)evident signed"Original"and one identical-to-the-original electronic copy of the IFB response on a flash drive.An electronic signature on the"original"solicitation response is acceptable but any resulting contract shall be signed in ink. 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 https://www.roundrocktexas.gov/businesses/solicitations for any updates pertaining to the solicitation. ❑ Attachment A: BID SHEET:The bid response shall be submitted on the 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 than 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 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. ❑ Attachment C: RESPONDENT QUESTIONNAIRE: Complete the respondent questionnaire and submit with bid packet. Attach additional pages as needed. Failure to complete the respondent questionnaire may result in disqualification. 9. 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: A. Purchase price. B. Reputation of Respondent and of Respondent's goods and services. C. Quality of the Respondent's goods and services. D. The extent to which the goods and services meet the City's needs. E. Respondent's past performance with the City. F. The total long-term cost to the City to acquire the Respondent's goods or services. G. Any relevant criteria specifically listed in the solicitation. H. If the solicitation is evaluated with points,the respondent must earn a minimum of 15 points on criteria not related to cost in order to be considered for contract award. 1. EVALUATION FACTORS Total 100 Points • Cost-60 Points • Response to Attachment D—Respondent Questionnaire—40 Points allocated to following criteria: o Vehicle and equipment list 5 Points o Training and development 10 Points a Company and individual work experience 25 Points Respondents may be contacted for clarification of bid and/or to discuss details of the services they are proposing. Page 4 of 18 CxnlDli "H" City of Round Rock Fire Suppression Systems Services IFB 21-019 Class/item:93609,93633,93634 JULY 2021 10. 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 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. A. 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. B. 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. 11. 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. 12. 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: https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm Page 5 of 18 t=xnlDlt "H" City of Round Rock Fire Suppression Systems Services IFB 21-019 Class/Item: 93609,93633, 93634 JULY 2021 PART 11 DEFINITIONS,STANDARD TERMS AND CONDITIONS, AND INSURANCE REQUIREMENTS 1. DEFINITIONS STANDARD TERMS AND CONDITIONS: By submitting a response to this solicitation,the Respondent agrees that the City's Definitions and 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. In addition, the Supplemental Terms and Conditions listed in Section III,shall also be enforced as part of the contract,and can be obtained from the City's website at: httos://www.roundrocktexas.gov/departments/r)urchasing 2. INSURANCE: The Respondent shall meet or exceed all insurance requirements set forth in Standard Insurance Requirements.The City's Standard Insurance Requirements document can be viewed and downloaded from the City's website at: https://www.roundrocktexas.gov/departments/purchasing Page 6 of 18 txnIDIT -A- City of Round Rock Fire Suppression Systems Services IFB 21-019 Class/Item:93609, 93633, 93634 JULY 2021 PART III SUPPLEMENTAL TERMS AND CONDITIONS 1. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the following: A. The term of the Agreement shall begin from date of award and shall remain in full force for sixty(60) months. B. Upon expiration of the contract term,the Contractor agrees to hold over under the terms and conditions of this agreement for such a period as is reasonably necessary to re-solicit and/or complete the project up to 90 days. 2. RESPONDENT QUALIFICATIONS: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: A. Be firms,corporations, individuals,or partnerships normally engaged in providing fire suppression system services as specified herein and have adequate organization,facilities,equipment,financial capability, and personnel to ensure prompt and efficient service to the City. B. 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, appliances,and equipment Respondent deems necessary and maintain sole responsibility for the maintenance and repair of Respondent's vehicles, equipment,tools,and all associated costs.The City shall not be responsible for any Respondent's tools,equipment, or materials lost or damaged during the performance of the services specified herein. C. Be domiciled in or have a home office inside the United States. Respondents domiciled outside the United States,or not having a home office inside the United States will not be included for consideration in this procurement process. D. Respondent shall currently possess and maintain a valid license issued by the Texas Department of Insurance through the term of the contract. 3. SUBCONTRACTORS: Respondent shall not subcontract or otherwise engage subcontractors to perform required services. The City seeks to do business directly with a company experienced in fire suppression system services. 4. 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: A. 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. B. 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. C. 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. 5. WORKFORCE: The successful Respondent shall: A. Ensure Respondent's employees perform the services in a timely, professional, and efficient manner. B. Ensure Respondent's employees,while working on City property,wear a company uniform that clearly identifies them as the Respondent's employee. Page 7 of 18 txnlDlt **A** City of Round Rock Fire Suppression Systems Services IFB 21-019 Class/Item:93609, 93633, 93634 JULY 2021 C. 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. 6. 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. Prices for materials will be on a cost-plus basis. The percentage(%), if any,of markup will be designated by the Respondent in the solicitation response document. Invoices for work performed shall require a copy of a supplies receipt to be Included. Failure to provide the contracted cost-plus percentage(%)on an invoice may result in payment at cost. 7. 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 10%for any single line item. A. 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/coi B. Procedure to Request Increase: I. 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 Rock,TX 79664-5299 ii. 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 or negotiate with the Vendor or cancel the agreement or purchase order if an agreement cannot be reached on the value of the increase. 8. PERFORMANCE REVIEW:The City reserves the right to review the awarded respondent(s)performance at any time during the contract term. 9. 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. 10. ORDER QUANTITY:The quantities shown in 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. Page 8 of 18 txnlDIT ..H.. City of Round Rock Fire Suppression Systems Services IFB 21-019 Class/Item:93609,93633, 93634 JULY 2021 11. 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. 12. 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. Respondents to the solicitation will be notified when City staff recommendation of award has been made. The award announcement will be posted to the City's website at https://www.roundrocktexas.gov/businesses/solicitations once City Council has approved the recommendation of award and the agreement has been executed. 13. POST AWARD MEETING: The City and successful Respondent(s)may have a post award meeting to discuss, but not be limited to the following: A. The method to provide a smooth and orderly transition of services performed from the current contractor. B. Provide City contact(s)information for implementation of agreement. C. Identify specific milestones,goals,and strategies to meet objectives. 14. POINT OF CONTACT/DESIGNATED REPRESENTATIVE: A. Contractor's point of contact(POG): 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. B. The City's designated representative: Corey Amidon Facility Manager General Services Phone: (512)341-3144 E-mail: camidon(&roundrocktexas.gov 15. INTERLOCAL.PURCHASING AGREEMENTS: A. 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. B. The City does not accept any responsibility or liability for the purchases by other government agencies through an interlocal cooperative agreement. Page 9 of 18 txnID11 -A- City of Round Rock Fire Suppression Systems Services IFB 21-019 Class/Item:93609, 93633, 93634 JULY 2021 PART IV SCOPE OF WORK 1. PURPOSE:The City intends to purchase products and services needed for fire suppression system repair, maintenance, parts,and installation for City of Round Rock buildings. 2. SERVICE REQUIREMENTS: The Contractor shall- A. Perform all work in accordance with all current federal, state,and local codes. These include, but are not limited to the most current versions of the following: I. National Fire Protection Association(NFPA) ii. National Electric Code(NEC) iii. Texas Insurance Code iv. Texas Administrative Code(TAC) B. 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 performing the work. C. Assign a point of contact(POC)that will coordinate in advance with each designated work site contact to minimize disruptions when isolating systems as needed to complete the work. D. Perform regularly scheduled inspections for all City of Round Rock buildings each year throughout the term of the contract.Contractor must respond to scheduling inspections with the City within seven calendar days of being notified. E. MAINTENANCE: Maintenance shall be performed on all systems to keep the system equipment operable. Maintenance shall be performed per the most current NFPA standards and manufacturers' specifications. F. INSPECTIONS: Contractor shall: I. Annually inspect the following per the most current NFPA standards: a) Fire alarm the inspection must follow NFPA 72,the national fire alarm and signaling code. b) Sprinkler inspection must follow NFPA 25,the standard for the inspection,testing, and maintenance of water-based fire protection systems. c) Hydrostatic inspection shall follow current NFPA standards.Standard inspection shall include increasing the PSI to 200+for a maximum of two hours.Check the pipes for leaks in the system. Return system to normal PSI once test is complete. d) Wet Risers inspection shall include a visual inspection and all other item in the schedule for NFPA 25. e) Backflow inspection must be coordinated with Utilities and Environmental Services Department for City buildings. Contractor shall be permanently employed by an approved Fireline contractor per Texas Department of Insurance's State Fire Marshall's Office&Texas Administrative Code Title 30 Chapter 290 subchapter D. Back flow inspection will only occur on systems DIRECTLY connected to City fire suppression systems.All other backflow inspections not involving City buildings will be completed under a different Contract.All documentation must be submitted to Utilities Point of Contact: Eric Juarez(512)341-3177 or ejuarez@—roundrocktexas.gov f) All other inspections required by the NFPA and State agencies. g) Fire extinguishers inspection shall occur annually.These inspections must follow NFPA 10 for portable fire extinguishers ii. Contractor shall bi-annually inspect the following per NFPA Standards: Kitchen Hood inspection.The person performing the inspection is required to have a license from Texas Department of Insurance (TDI).The Contractor must follow NFPA 17A. iii. Contractor shall do one 5-year hydrostatic test on standpipe systems during the term of the contract. G. Coordinate after any testing or repairs 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 48 hours. Page 10 of 18 ..H.. City of Round Rock cxninit Fire Suppression Systems Services IFB 21-019 Class/Item:93609, 93633, 93634 JULY 2021 H. Provide one hardcopy and one digital copy of the testlinspection report documenting any testing, inspections performed, or as-built drawings to the work site Project Manager or their designee within 48 hours of the completion of work. 1. Contractor shall notify the facility management designee before leaving the site if a system or component of a system is"red-tagged." J. If equipment is red-tagged the Contractor will work proactively with the facility management designee to resolve the issue within 72 hours unless otherwise discussed and agreed upon. K. Clean all debris resulting from work before leaving the area. 3. SERVICE LOCATIONS: Services shall be performed at the following location: See Attachment D-Fire Suppression Systems Requirements by Location.The City reserves the right to add or remove locations as equipment comes online or is decommissioned. 4. CONTRACTOR RESPONSIBILITIES:The Contractor shall- A. Verify that assigned service personnel have had training with a minimum of one year of"hands on" experience working on fire suppression systems. B. Perform regularly scheduled inspections for all City of Round Rock buildings in March and April each year throughout the term of the contract. Contractor must respond to scheduling inspections with the City within seven calendar days of being notified. C. Notify the facility maintenance designee upon arrival to and at departure from a facility. D. Perform repair services upon request: i. 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. ii. Contractor shall not begin work until the Contractor receives a Purchase Order from the City. For emergency repairs that occur outside normal business hours the City will give the vendor a notice to proceed before work can begin.The vendor must submit a formal quote/estimate to the City by close of business the next available business day. E. REPAIR SERVICES: Repair service shall be performed on site at the equipment location(s)within thetime frames specified below: i. Emergency Service Call-"Emergency Services"are defined as requests made that are immediately necessary and may stop normal operations for the City. The Contractor shall- a) Return the call of the City's POC and schedule the repair within one hour of the City's emergency call for repair service. b) Be on location at the site within two hours after notification by the City that anemergency has occurred. ii. Non-Emergency Service Call-"Non-Emergency Services"are defined as requests for repairs that, if the issue is not resolved in a reasonable amount of time,will stop normal operations.The Contractor shall- a) Call the City POC to schedule a repair within four hours of City's call for repair services. b) Be on location at the site within 24 hours after notification by the City that non-emergency repair services are required. iii. Service technicians shall: a) Inform the City POC upon completion of the requested work. If work is not completed the technician must contact the City and inform them of when the technician will be on site to complete the task prior to leaving the site. b) Be fully qualified to work on the listed equipment. c) Ensure repair parts for repair jobs are onsite within three business days from the work approval date or PO date. Page 11 of 18 txnIDIT "H" City of Round Rock Fire Suppression Systems Services IFB 21-019 Class/Item: 93609, 93633,93634 JULY 2021 d) If,during the term of this contract,a new service technician is hired by the contract,the Contractor shall provide certifications and qualifications to the City verifying that the employee is qualified to work on the City's equipment prior to them coming on site. F. DOCUMENT REQUIREMENTS: L Work Orders:All work orders shall be detailed and include the description of services provided and summaries of estimated costs.See Attachment E-Work Order Sample.All work orders shall be provided to the City prior to invoicing. ii. Invoices: Invoices shall be received within five days of acceptance of completed work. Invoices shall include the hours for service,a detailed description of work,and a list of parts describing markup.All invoices shall include the identification/serial number of the unit serviced. See Attachment F-Sample Invoice. 5. CITY RESPONSIBILITIES:The City will- A. Confirm scheduling of work to be done. B. Provide local vehicle parking and access to the work areas. If suitable parking cannot be furnished by the City,the Contractor shall arrange for off-site parking and transportation to/from the work site. C. Provide access to locations where services are required. D. Ensure work area is reasonably free of safety hazards. E. Inspect work performed to ensure compliance with the scope of work. Page 12 of 18 CxnlDI1 "H" City of Round Rock Fire Suppression Systems Services IFB 21-019 Class/Item:93609, 93633, 93634 JULY 2021 ATTACHMENT A . BID SHEET 1. ATTACHMENT A—BID SHEET is posted in Solicitation Documents for IFB 21-019 Fire Suppression Systems Services in an Excel format on the City of Round Rock website at: https://www.roundmcktexas.gov/businesses/solicitations A. 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 1 Section 4—Schedule of Events. B. 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. C. 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://roundrocktxvendors.munisselfservice.com/Vendors/default.aspx D. 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. E. 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. Page 13 of 18 tmIDIT "A" Attachment A-UPDATED Bid Sheet Fire Suppression Systems Services IFB#21-019 i'he Respondent represents by their signature below that they are submitting a binding offer and are authorized to bind the respondent to fully comply with the ;olicitation documents contained in 1FB No,21-019 Fire Suppression Systems Services.The Respondent acknowledges that they have received and read the mire solicitation packet,attachments,addendurns,and all documents incorporated by reference,and agrees to be bound by the terms therein. 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 eopardize acceptance of the bid. Alternative bids will not be considered and unauthorized modifications to the bid sheet format will result in the rejection of the )id. The City reserves the right to purchase more or less than the quantities indicated below. U I Inspections-Regular Hourly Labor Rate 80 Hour $85.00 $6,800.00 2 Inspections-Overtime Hourly Labor Rate(the overtime rate Shall 10 Hour $105.00 $1,050,00 not exceed one and one half times the regular hourly rate) 1 3 Inspections-Helper Regular Hourly Labor Rate 80 Hour $60.00 $4,800,00 Inspections-Helper Overtime Hourly Labor Rate(the overtime 4 rate shall not exceed one and one half times the regular hourly 10 Hour $90.00 $900.00 rate) 5 Maintenance Service-Regular Hourly Labor Rate 160 Hour $85.00 $13,600.00 Maintenance Service-Overtime Hourly Labor Rate(the overtime 6 rate shall not exceed:one and one halt times the regular hourly 20 Hour $105.00 $2,100,00 rate) 7 Maintenance Service-Helper Regular Hourly Labor Rate 160 Hour $60.00 $9,600.00 Maintenance Service-Helper Overtime Hourly Labor Rate(the 8 overtime rate shall not exceed one and one half times the regular 20 Hour $90.00 $1,800.00 hourly rate) 9 BSt Testing Fees 25 Each $95.00 $2,375.00 Annual Total: $43,025,00 Fo ST Jt rt fie hoir Prices for Material shall be on,a cost-plus basis.The Percentage 20% Percentage if any,of markup will be.-.- Markup 'OMPANY NAME: Valor Fire Protection 4GNATURE OF AUTHORIZED REPRESENTATNE: I of i GATE(MMIDDNYYY) Ac4E>RV CERTIFICATE OF LIABILITY INSURANCE 09113/2021 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 have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the temis and conditions of the policy,certain policies may require an endorsement A staternsnt on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Mallory Visser Rice Insurance LLC PHONE (360)734-1161 AIC No: (360)734-1173 1400 Broadway ADDRESS. malloryv@dceinsurance.com PA.BOX 639 INSURERS)AFFORDING COVERAGE NAIL e Bellingham WA 98227 INSURER A: Lloyds of London INSURED INSURER B: Continental Western Insurance Company 10804 Valor Fire Protection,Inc INSURER C: Markel Insurance Company 3580 Rocking J Rd INSURER D: Ste 600 INSURER E.- Round :Round Rock TX 78665 INSURER F: COVERAGES CERTIFICATE NUMBER: CL2191386788 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. LTR TYPE OF INSURANCE IM WVO POLICY NUMBER MMIDDNYYY) (MMIDphnom LIMITS COMMERCIAL GENERALLL481UTY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE �OCCUR PREMISES Ea occurrence y 100,000 MED EXP one n $ 10.000 A Y Y SPG20072 09/1312020 1213112021 PERSONAL BADV INJURY $ 1,000,000 GEN'LAGGREGATEUMITAPPUESPER: GENERALAGGREGATE S 2,000,000 POLICY® JELOC PRODUCTS-COMP/OPAGG S 2,000,000 OTHER: Professional Liability $ 1,000,000 AUTOMOBILE LIABILITY COMBINED SINGL LIMIT $ 1,000,000 Ea accident ANYAUTO BODILY INJURY(Per person) $ BOWNED SCHEDULED Y Y CPA 6041638 09/1312021 0911312022 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE S AUTOS ONLY AUTOS ONLY (Fare $ UMBRELLA UAB OCCUR EACH OCCURRENCE E 5,000,000 A EXCESS UAB CLAIMS-MADE Y Y SPG20072UMB 09/1312020 12/31/2021 AGGREGATE $ 5.000,000 DED I X RETENTION$ 10,000 $ WORKERS COMPENSATION PER OTH. AND EMPLOYERS'LIABILITYY!N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 C OFFICERIMEMBEREXCLUDED9 Efl NIA MWG0174075 0911312021 09113/2022 (Mandatory in NH) E.L DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY UMrr S Leased/Rented Equipment Limit 50,000 8 CPA6041638 09113/2021 09/13/2022 Deductible 1,000 DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space is required) Certificate Holder is Additional Insured for General Liability for Ongoing Operations per form CG2033 0413 and Completed Operations per form CG2037 0413.Coverage is Primary and Non-Contributory per form SARPG CGLPN 0714.Waiver of Subrogation applies per form CG2404 1093.Per Project Aggregate applies per form CG2503 0397.Auto Additional Insured and Waiver of Subrogation apply per form CLCA 2014 0721.Umbrella is follow form. Workers Comp Waiver of Subrogation applies per form WC42 0304B. 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. City Attorney AUTHORIZED REPRESENTATIVE 309 East Main St ROUND ROCK TX 78664 ®1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD CERTIFICATE OF INTERESTED PARTIES FoRm 1,295 Cwnj,')1Pte Nos�1 4 and 6 if there are nlerwsted partles. OFFICE USE ONLY (-,ompiete Not., 3, 21,3,55,and to it thore are no n qtr mol d rmrfies. CERTIFICATION SOF FILING I Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2022-837833 Valor Fre Protec'Jion ROUnd Rock, "rx unitt,,^d States Date Filed: 2 Nanne of governmental entity or state agency that is a party to the contract for which the form is 01107/2022 0" being filed. 'Ate Date Acknow City of Round Rock led ged 3 Provide the identification number used by the governmental entity or state agency to track or identify'the contract,and provide a description of the services,goods,or other firopei ty to Lie provided under Vip rontract, 0001000 Hre Suppression Seivices Nature of interest 4 Name of Interested Party City,Mate,Country(place of bus4iess) (cliieck applicable) Controlling fnterrnediary 5 Check only if there is NO Interested Party. FYI 6 U14SWORN DECLARATION .......... and my date of br,lh us Myadtiiessis ....................... fa�e)� (zq)code) �cowirry� Wiee0 Cs I declare Lin dei penalty of perfrKy that the fmcgcmg is true and correct Stale o 001 J ExerWed cay at 20 (mardh) jyrar7 .............. C.— Signatme of authorized agent of conua0fig business entity I/ Forms provided by 1exas Ethics Cortin ssion mm.ethic S sta[H txus Version V1,1,191b5cdc CERTIFICATE OF INTERESTED PARTIES FORM 1295 l of l Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 12022-837833 Valor Fire Protection Round Rock,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is01107/2022 being filed. City of Round Rock Date Acknowledged: 0110712022 3 Provide the identification number used by the govemmentai entity or state agency to track or Identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 000000 Fire Suppression Services 4 Nature of interest Name of interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. a 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (Country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of 20 (month) (year) Signature of authorized agent of contracting business entity (Dedarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.19lb5cdc