Loading...
Contract - Firetrol Protection Systems Inc. - 6/23/2022 CITY OF ROUND ROCK AGREEMENT FOR FIRE AND SECURITY SYSTEMS AND MONITORING SERVICES WITH FIRETROL PROTECTION SYSTEMS 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 fire and security systems and monitoring services and re ted services (referred to herein as the "Agreement"), is made and entered into on this the P—Af4day of the month of ��"E, 2022 by and between the CITY OF ROUND ROCK, a Texas home-rule municipality, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299 (referred to herein as the "City"), and FIRETROL PROTECTION SYSTEMS INC., whose address is 4616 West Howard Lane, Building 7, Suite 700, Austin, Texas 78728 (referred to herein as the "Vendor"). RECITALS: WHEREAS, City desires to purchase goods and services related to fire and security systems and monitoring services; and WHEREAS, City is a member of the Buy Board Cooperative Purchasing Program ("Buy Board") and Vendor is an approved Buy Board vendor through Buy Board Contract #654-21; and WHEREAS, City desires to purchase said goods and services from Vendor through Buy Board as set forth herein; 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: 1.01 DEFINITIONS A. Agreement means the binding legal contract between City and Vendor whereby City agrees to buy specified goods and services and Vendor is obligated to provide same. The 4882-5662-8508/ss2 1 Agreement includes Vendor's Proposal, attached as Exhibit "A," and incorporated herein by reference for all purposes. 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. F. Vendor means Firetrol Protection Systems, Inc., its successor or assigns. 2.01 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 from the effective date hereof through November 30, 2024. 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. 3.01 CONTRACT DOCUMENTS AND EXHIBITS The goods and services which are the subject matter of this Agreement are described in Exhibit "A," together with this Agreement, comprise the total Agreement and is fully a part of this Agreement as if repeated herein in full. 4.01 ITEMS AWARDED Vendor shall satisfactorily provide all goods and services described under the attached Exhibit "A." Vendor's undertakings shall be limited to providing goods and performing services for City and/or advising City concerning those matters on which Vendor has been specifically engaged. Vendor 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. 2 5.01 CONTRACT AMOUNT In consideration for the goods and services to be performed by Vendor, City agrees to pay the Vendor an amount not-to-exceed a total of Seventy-Five Thousand and No/100 Dollars ($75,000.00). 6.01 INVOICES All invoices shall include, at a minimum, the following information: A. Name and address of Vendor; B. Purchase Order Number; C. Description and quantity of items received or services provided; and D. Delivery or performance dates. 7.01 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 and services-as determined by City's budget for the fiscal year in question. City may affect such termination by giving Vendor a written notice of termination at the end of its then current fiscal year. 8.01 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/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. Vendor may charge interest on an overdue payment at the "rate in effect" on September 1 of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas Government Code, Section 2251.025(b); 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, 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 3 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. 9.01 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. 10.01 TAXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Vendor's charges. 11.01 ORDERS PLACED WITH ALTERNATE VENDORS 'If Vendor cannot provide the goods as specified, City reserves the right and option to obtain the products from another supplier or suppliers. 12.01 INSURANCE Vendor shall meet all insurance requirements set forth on the City's website at: https://www.roundrocktexas.gov/wp-content/uploads/2014/12/corr insurance 07.20112.pdf 13.01 CITY'S REPRESENTATIVES City hereby designates the following representatives authorized to act in its behalf with regard to this Agreement: Brian Stillman Sports Facilities and Operations 221 East Main Street Round Rock, Texas 78664 (512) 218-6607 bsti l lmanC&roundrocktexas.gov 14.01 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 4 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 parry may treat such failure as an anticipatory repudiation of this Agreement. 15.01 DEFAULT If Vendor abandons or defaults under this Agreement and is a cause of City purchasing the specified goods elsewhere, Vendor agrees that it may be charged the difference in cost, if 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. 16.01 TERMINATION AND SUSPENSION A. City has the right to terminate this Agreement, in whole or in part, for convenience and without cause, at any time upon thirty(30) days' written notice to Vendor. B. In the event of any default by Vendor, City has the right to terminate this Agreement for cause,upon ten(10) days' written notice to Vendor. C. Vendor has the right to terminate this Agreement only for cause, that being in the event of a material and substantial breach by City, or by mutual agreement to terminate evidenced in writing by and between the parties. D. In the event City terminates under subsections (A) or (B) of this section, the following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall discontinue all services in connection with the performance of this Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such orders and contracts are chargeable to this Agreement. Within thirty (30) days after such notice of termination, Vendor shall submit a statement showing in detail the goods and/or services satisfactorily performed under this Agreement to the date of termination. City shall then pay Vendor that portion of the charges, if undisputed. The parties agree that Vendor is not entitled to compensation for services it would have performed under the remaining term of the Agreement except as provided herein. 5 17.01 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. 18.01 COMPLIANCE WITH 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 2271, Texas Government Code, a governmental entity may not enter into a contract with a company for goods and services unless the contact contains written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the terms of this contract. The signatory executing this Agreement on behalf of Vendor verifies Vendor does not boycott Israel and will not boycott Israel during the term of this Agreement. 19.01 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. 20.01 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. 6 Notice to Vendor: Firetrol Protection Systems Inc. 4616 West Howard Lane Building 7 Suite 700 Austin, Texas 78728 Notice to City: Laurie Hadley, City Manager Stephan L. Sheets, City Attorney 221 East Main Street AND TO: 309 East Main Street Round Rock, TX 78664 Round Rock, TX 78664 Nothing contained herein shall be construed to restrict the transmission of routine communications between representatives of City and Vendor. 21.01 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. 22.01 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. 23.01 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. 24.01 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 7 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. 25.01 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.] 8 IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates indicated. City of Round Rock, Texas Firetrol Protection Systems Inc. By: _ By: z4ltvy' Printed Name.ldftPrint Name: Title: Title: P! ,, Date Signed: 7- 2 ._ Date Signed: LSA/2n2.t Attest: By: Meagan Spi City CI rk For City, oved as to F rm: By: Stephan . Sheets, City Attorney 9 txniDli ..A.. Exemption Latter Other Proposal Response Attachments.pdf Vendors that do not offer any of the evaluation and/or alternate items shall submit a written letter providing explanation requesting exemption from this requirement and identify its specialty product line(s) (vacuum equipment only, paper products only, etc.). Addendum No. 1 Addendum No 1 for 654-21.pdf REQUIRED - In PDF format, upload addendum document available for download at vendor.buyboard.com including any additional pages, as necessary. (Please DO NOT password protect uploaded files.) IRS Form W-9 Request for Taxpayer Identification Number and Certification W-9 -Austin TX.pdf REQUIRED - In PDF format, upload W-9 form. (Please DO NOT password protect uploaded files.) Bid Lines 1 Section I: Fire and Security Equipment.Parts,and Supplies-Discount(%)off catalog/pricelist for Access Control Security Systems -all types and sizes of access control equipment. Total: 25% Item Notes: NOTE 1: Vendors proposing various manufacturer product lines per line item on the Proposal Specification Form must submit the information as follows or proposal may not be considered: • Manufacturers shall be listed in alphabetical order • Vendor's must list one specific percentage discount for each Manufacturer listed. NOTE 2: An awarded vendor must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposer's responding to this proposal invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions in which equipment may be sold. NOTE 3: In accordance with Chapter 1702 of the Texas Occupations Code, Vendors proposing to serve Cooperative members in Texas must hold, maintain, and submit with their Proposal a copy of their current, valid license as issued by the Texas Department of Public Safety. Vendors proposing to serve Cooperative members outside of Texas must hold, maintain, and submit with their Proposal a copy of their current, valid license(s) which are required by any legal authority in the jurisdiction(s) Vendors propose to serve. Item Attributes 1. State Name of Catalog/Pricelist Current Manuf. MSRP Page 4 of 15 pages Vendor:Firetrol Protection Systems,Inc. 654-21 Addendum 1 2 Section I: Fire and Security Equipment.Parts,and Supplies-Discount(%)off catalog/pricelist for Fire Control Security Systems-all types and sizes of equipment including sprinkler systems, fire suppression systems, and other similar systems. Total: 25% Item Notes: NOTE 1: Vendors proposing various manufacturer product lines per line item on the Proposal Specification Form must submit the information as follows or proposal may not be considered: • Manufacturers shall be listed in alphabetical order • Vendor's must list one specific percentage discount for each Manufacturer listed. NOTE 2:An awarded vendor must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposer's responding to this proposal invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions in which equipment may be sold. NOTE 3: In accordance with Chapter 1702 of the Texas Occupations Code, Vendors proposing to serve Cooperative members in Texas must hold, maintain, and submit with their Proposal a copy of their current, valid license as issued by the Texas Department of Public Safety. Vendors proposing to serve Cooperative members outside of Texas must hold, maintain, and submit with their Proposal a copy of their current, valid license(s) which are required by any legal authority in the jurisdiction(s) Vendors propose to serve. Item Attributes 1. State Name of Catalog/Pricelist Current Manuf. MSRP e 5 of 15 pages Vendor:Firetrol Protection Systems,Inc. 654-21 Addendum I 3 noma Section I: Fire and Security Equipment.Parts.and Supplies-Discount(%)off catalog/pricelist for Intrusion Detection and Control Systems-all types and sizes of intrusion and detection control equipment. Total: 25% Item Notes: NOTE 1: Vendors proposing various manufacturer product lines per line item on the Proposal Specification Form must submit the information as follows or proposal may not be considered: • Manufacturers shall be listed in alphabetical order • Vendor's must list one specific percentage discount for each Manufacturer listed. NOTE 2: An awarded vendor must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposer's responding to this proposal invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions in which equipment may be sold. NOTE 3: In accordance with Chapter 1702 of the Texas Occupations Code, Vendors proposing to serve Cooperative members in Texas must hold, maintain, and submit with their Proposal a copy of their current, valid license as issued by the Texas Department of Public Safety. Vendors proposing to serve Cooperative members outside of Texas must hold, maintain, and submit with their Proposal a copy of their current, valid license(s) which are required by any legal authority in the jurisdiction(s) Vendors propose to serve. Item Attributes 1. State Name of Catalog/Pricelist Current Manuf. MSRP Page 6 of 15 pages Vendor:Firetrol Protection Systems,Inc. 654-21 Addendum 1 nnion 4 Section 1: Fire and Security Eauiament.Parts.and Sunalies-Discount(%)off catalog/pricelist for CCN and Surveillance Systems- all types and sizes of closed-circuit television and surveillance equipment. Total: 25% Item Notes: NOTE 1: Vendors proposing various manufacturer product lines per line item on the Proposal Specification Form must submit the information as follows or proposal may not be considered: • Manufacturers shall be listed in alphabetical order • Vendor's must list one specific percentage discount for each Manufacturer listed. NOTE 2:An awarded vendor must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposer's responding to this proposal invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions in which equipment may be sold. NOTE 3: In accordance with Chapter 1702 of the Texas Occupations Code, Vendors proposing to serve Cooperative members in Texas must hold, maintain, and submit with their Proposal a copy of their current, valid license as issued by the Texas Department of Public Safety. Vendors proposing to serve Cooperative members outside of Texas must hold, maintain, and submit with their Proposal a copy of their current, valid license(s) which are required by any legal authority in the jurisdiction(s) Vendors propose to serve. Item Attributes 1. State Name of Catalog/Pricelist Current Manuf. MSRP Page 7 of 15 pages Vendor:Firetrol Protection Systems,Inc. 654-21 Addendum 1 txnIQI1 ..A.. 5 Section I: Fire and Security Equipment.Parts,and Supplies-Discount(%)off catalog/pricelist for Public/Attack Warning Mass Notification Systems-all types and sizes of mass notification equipment. Total: 25% Item Notes: NOTE 1: Vendors proposing various manufacturer product lines per line item on the Proposal Specification Form must submit the information as follows or proposal may not be considered: • Manufacturers shall be listed in alphabetical order • Vendor's must list one specific percentage discount for each Manufacturer listed. NOTE 2:An awarded vendor must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposer's responding to this proposal invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions in which equipment may be sold. NOTE 3: In accordance with Chapter 1702 of the Texas Occupations Code, Vendors proposing to serve Cooperative members in Texas must hold, maintain, and submit with their Proposal a copy of their current, valid license as issued by the Texas Department of Public Safety. Vendors proposing to serve Cooperative members outside of Texas must hold, maintain, and submit with their Proposal a copy of their current, valid license(s)which are required by any legal authority in the jurisdiction(s)Vendors propose to serve. Item Attributes 1. State Name of Catalog/Pricelist Current Manuf. MSRP Page 8 of 15 pages Vendor:Firetrol Protection Systems,Inc. 654-21 Addendum 1 tXomi __A._ 6 Section I: Fire and Security Equipment.Parts,and Supplies-Discount(%)off catalog/pricelist for System Integration and Design Services-integration and design of all types and sizes of fire and security equipment. Total: 25% Item Notes: NOTE 1: Vendors proposing various manufacturer product lines per line item on the Proposal Specification Form must submit the information as follows or proposal may not be considered: Manufacturers shall be listed in alphabetical order • Vendor's must list one specific percentage discount for each Manufacturer listed. NOTE 2:An awarded vendor must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposer's responding to this proposal invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions in which equipment may be sold. NOTE 3: In accordance with Chapter 1702 of the Texas Occupations Code, Vendors proposing to serve Cooperative members in Texas must hold, maintain, and submit with their Proposal a copy of their current, valid license as issued by the Texas Department of Public Safety. Vendors proposing to serve Cooperative members outside of Texas must hold, maintain, and submit with their Proposal a copy of their current, valid license(s) which are required by any legal authority in the jurisdiction(s) Vendors propose to serve. Item Attributes 1. State Name of Catalog/Pricelist Current Manuf. MSRP Page 9 of 15 pages Vendor:Firetrol Protection Systems,Inc. 654-21 Addendum 1 txnmt ..H.. 7 Section 1: Fire and Security Equipment.Parts.and Supplies-Discount(%)off catalog/pricelist for Repair Parts for Systems-all types of repair parts and related items for fire and security systems. Total: 25% Item Notes: NOTE 1:Vendors proposing various manufacturer product lines per line item on the Proposal Specification Form must submit the information as follows or proposal may not be considered: • Manufacturers shall be listed in alphabetical order • Vendor's must list one specific percentage discount for each Manufacturer listed. NOTE 2: An awarded vendor must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposer's responding to this proposal invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions in which equipment may be sold. NOTE 3: In accordance with Chapter 1702 of the Texas Occupations Code, Vendors proposing to serve Cooperative members in Texas must hold, maintain, and submit with their Proposal a copy of their current, valid license as issued by the Texas Department of Public Safety. Vendors proposing to serve Cooperative members outside of Texas must hold, maintain, and submit with their Proposal a copy of their current, valid license(s) which are required by any legal authority in the jurisdiction(s)Vendors propose to serve. Item Attributes 1. State Name of Catalog/Pricelist Current Manuf. MSRP Page 10 of 15 pages Vendor:Firetrol Protection Systems,Inc. 65421 Addendum 1 txnlDli "A"' s Section I: Fire and Security Equipment.Parts.and Supplies-Discount(%)off catalog/pricelist for Service and Maintenance Agreements-all types of service and maintenance agreements for fire and security systems. Total: 25% Item Notes: NOTE 1: Vendors proposing various manufacturer product lines per line item on the Proposal Specification Form must submit the information as follows or proposal may not be considered: • Manufacturers shall be listed in alphabetical order • Vendor's must list one specific percentage discount for each Manufacturer listed. NOTE 2:An awarded vendor must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposer's responding to this proposal invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions in which equipment may be sold. NOTE 3: In accordance with Chapter 1702 of the Texas Occupations Code, Vendors proposing to serve Cooperative members in Texas must hold, maintain, and submit with their Proposal a copy of their current, valid license as issued by the Texas Department of Public Safety. Vendors proposing to serve Cooperative members outside of Texas must hold, maintain, and submit with their Proposal a copy of their current, valid license(s) which are required by any legal authority in the jurisdiction(s)Vendors propose to serve. Item Attributes 1. State Name of Catalog/Pricelist Current Manuf. MSRP Page 11 of 15 pages Vendor:Firetrol Protection Systems,Inc. 654-21 Addendum 1 CxnlDli ..H.. 9 Section I: Fire and Security Equipment.Parts,and Supplies-Discount(%)off catalog/pricelist for All Other Fire and Security Systems and Related Products. Total: 25% Item Notes: NOTE 1: Vendors proposing various manufacturer product lines per line item on the Proposal Specification Form must submit the information as follows or proposal may not be considered: • Manufacturers shall be listed in alphabetical order • Vendor's must list one specific percentage discount for each Manufacturer listed. NOTE 2: An awarded vendor must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposer's responding to this proposal invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions in which equipment may be sold. NOTE 3: In accordance with Chapter 1702 of the Texas Occupations Code, Vendors proposing to serve Cooperative members in Texas must hold, maintain, and submit with their Proposal a copy of their current, valid license as issued by the Texas Department of Public Safety. Vendors proposing to serve Cooperative members outside of Texas must hold, maintain, and submit with their Proposal a copy of their current, valid license(s) which are required by any legal authority in the jurisdiction(s)Vendors propose to serve. Item Attributes 1. State Name of Catalog/Pricelist Current Manuf. MSRP Page 12 of 15 pages Vendor:Firetrol Protection Systems,Inc. 654-21 Addendum 1 tXnut ..H._ 1 Section Il: Monitoring and Security Related Services - Monthly Rate for Monitoring Services of Various 0 Types of Security Related Systems -state the not to exceed monthly rate for Monitoring Services of Various Types of Security Related Systems. Detailed information must be submitted including any applicable license numbers for security services or Proposal will not be considered. Quantity: 1 UOM: EA Price: $70.00 Total: $70.00 Item Notes: NOTE 1: Vendors proposing various manufacturer product lines per line item on the Proposal Specification Form must submit the information as follows or proposal may not be considered: • Manufacturers shall be listed in alphabetical order • Vendor's must list one specific percentage discount for each Manufacturer listed. NOTE 2: An awarded vendor must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposer's responding to this proposal invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions in which equipment may be sold. NOTE 3: In accordance with Chapter 1702 of the Texas Occupations Code, Vendors proposing to serve Cooperative members in Texas must hold, maintain, and submit with their Proposal a copy of their current, valid license as issued by the Texas Department of Public Safety. Vendors proposing to serve Cooperative members outside of Texas must hold, maintain, and submit with their Proposal a copy of their current, valid license(s)which are required by any legal authority in the jurisdiction(s) Vendors propose to serve. Page 13 of 15 pages Vendor:Firetrol Protection Systems,Inc. 654-21 Addendum 1 noon I Section ll: Monitoring and Security Related Services - Monthly Rate for Other Types of Security Related Services -state the not to exceed monthly rate for Other Types of Security Related Services. Detailed information must be submitted including any applicable license numbers for security services or Proposal will not be considered. Quantity: 1 UOM: EA Price: $70.00 Total: 7$70.00 Item Notes: NOTE 1: Vendors proposing various manufacturer product lines per line item on the Proposal Specification Form must submit the information as follows or proposal may not be considered: • Manufacturers shall be listed in alphabetical order • Vendor's must list one specific percentage discount for each Manufacturer listed. NOTE 2: An awarded vendor must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposer's responding to this proposal invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions in which equipment may be sold. NOTE 3: In accordance with Chapter 1702 of the Texas Occupations Code, Vendors proposing to serve Cooperative members in Texas must hold, maintain, and submit with their Proposal a copy of their current, valid license as issued by the Texas Department of Public Safety. Vendors proposing to serve Cooperative members outside of Texas must hold, maintain, and submit with their Proposal a copy of their current, valid license(s) which are required by any legal authority in the jurisdiction(s) Vendors propose to serve. 1 2 Section III: Installation and Repair Service- Hourly Labor Rate for Installation/Repair Service of Fire and Security Equipment and Products -.not to exceed hourly labor rate for Installation and Service of Equipment and Products. Quantity: 1 UOM: Hour Price: $100.00 Total: $100.00 1 Section IV: Proposal No 654-21 —Fire and Security Systems and Monitoring Services: EVALUATION 3 ITEMS - Access Control Security System: Basic, minimum, product configuration system shall include one (1)Access Panel, one (1) Card Reader, one (1) Request to Exit Button. Unit Price: 1 $3,500.00 Total: $3,500.00 Item Notes: This information will be used only for purposes of assisting in the evaluation of a Vendor's price competitiveness. These items will not be individually awarded.THE FOLLOWING EVALUATION ITEMS MUST BE COMPLETED FOR A, BASIC, PRODUCT CONFIGURATION. Evaluation items must be fully completed and submitted, or the Proposal will not be considered. Vendors that do not offer any of the evaluation items listed below shall submit a written explanation to request exemption from this requirement. The Cooperative may determine, in its sole discretion, whether or not to exempt a Vendor from this requirement based on all information provided with the Proposal. Page 14 of 15 pages Vendor:Firetrol Protection Systems,Inc. 654-21 Addendum 1 txont "A" 1 Se&ion'M Proposal No 654-21 —Fire and Security Systems and Monitoring Services: EVALUATION 4. ITEMS - Fire Control Security System: Basic, minimum, product configuration system shall include one (1) Fire Control Panel, one (1) Smoke Detector, one (1) Pull Station, and one (1) Heat Detector. Unit Price: 1 $2,000.00 Total: 1 $2,000.00 Item Notes: This information will be used only for purposes of assisting in the evaluation of a Vendor's price competitiveness. These items will not be individually awarded. THE FOLLOWING EVALUATION ITEMS MUST BE COMPLETED FOR A, BASIC, PRODUCT CONFIGURATION. Evaluation items must be fully completed and submitted, or the Proposal will not be considered. Vendors that do not offer any of the evaluation items listed below shall submit a written explanation to request exemption from this requirement. The Cooperative may determine, in its sole discretion, whether or not to exempt a Vendor from this requirement based on all information provided with the Proposal. 1 Section IV: Proposal No 654-21 —Fire and Security Systems and Monitoring Services: EVALUATION 5 ITEMS - Intrusion Detection and Control System: Basic, minimum, product configuration system shall include one (1) Control Panel, one (1) Door Contact, one (1) Motion Sensor, one (1) Key Pad. Unit Price: 1 $1,400.00 Total: 1 $1,400.00 Item Notes: This information will be used only for purposes of assisting in the evaluation of a Vendor's price competitiveness. These items will not be individually awarded. THE FOLLOWING EVALUATION ITEMS MUST BE COMPLETED FOR A, BASIC, PRODUCT CONFIGURATION. Evaluation items must be fully completed and submitted, or the Proposal will not be considered. Vendors that do not offer any of the evaluation items listed below shall submit a written explanation to request exemption from this requirement. The Cooperative may determine, in its sole discretion, whether or not to exempt a Vendor from this requirement based on all information provided with the Proposal. 11 Section IV: Proposal No 654-21 —Fire and SecuritSystems and Monitoring Services: EVALUATION ITEMS - CCN and Surveillance System: Basic, minimum, product configuration system shall include one (1) 4 Channel DVR with 1 TB HD, one (1) Dome Camera (Day/Night), one (1) 19" LCD Flat Screen Monitor. Unit Price: F $1,800.00 Total: 1 $1,800.00 Item Notes: This information will be used only for purposes of assisting in the evaluation of a Vendor's price competitiveness. These items will not be individually awarded. THE FOLLOWING EVALUATION ITEMS MUST BE COMPLETED FOR A, BASIC, PRODUCT CONFIGURATION. Evaluation items must be fully completed and submitted, or the Proposal will not be considered. Vendors that do not offer any of the evaluation items listed below shall submit a written explanation to request exemption from this requirement. The Cooperative may determine, in its sole discretion, whether or not to exempt a Vendor from this requirement based on all information provided with the Proposal. Response Total: $8,940.00 Page 15 of 15 pages Vendor:Firetrol Protection Systems,Inc. 65421 Addendum 1