Loading...
CM-2024-202 - 7/26/20241 CITY OF ROUND ROCK AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF HAZARDOUS MATERIALS WITH VEOLIA TECHNICAL SOLUTIONS, LLC THE STATE OF TEXAS § § CITY OF ROUND ROCK §KNOW ALL BY THESE PRESENTS: § COUNTY OF WILLIAMSON § COUNTY OF TRAVIS § This Agreement is for the transportation and disposal of hazardous materials and is referred to herein as the “Agreement.” This Agreement is made and entered into on this the _____ day of the month of __________, 2024, by and between the CITY OF ROUND ROCK, TEXAS, a home-rule municipality whose offices are located at 221 East Main Street, Round Rock, Texas 78664, referred to herein as the “City,” and VEOLIA TECHNICAL SOLUTIONS, LLC, whose offices are located at 53 State Street, 14th Floor, Boston, Massachusetts 02109, referred to herein as “Services Provider.” This Agreement supersedes and replaces any previous agreement between the named parties, whether oral or written, and whether or not established by custom and practice. RECITALS: WHEREAS, City desires to purchase services for the transportation and disposal of hazardous materials; and WHEREAS, City has issued its “Request for Proposals” for the provision of said goods and services; and WHEREAS, City has determined the proposal submitted by Services Provider provides the best value to the City; and WHEREAS, the parties desire to enter into this Agreement to set forth in writing their respective rights, duties, and obligations; NOW, THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties mutually agree as follows: 4870-1160-3913/ss2 30th July CM-2024-202 2 1.0 DEFINITIONS A. Agreement means the binding legal contract between City and Services Provider whereby City is obligated to buy specified services and Services Provider is obligated to sell same. The Agreement includes the following: (a) City’s Request for Proposal, designated Solicitation Number 24-013 dated January 2024 (“RFP”); (b) Services Provider’s Proposal; and (c) any 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 Proposal; (3) City’s Request for Proposals, 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. Goods and Services mean the specified services, supplies, materials, commodities, or equipment. E. Services Provider means Veolia Technical Solutions, LLC, or any successors or assigns. 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 RFP; any Addenda to RFP; and the Proposal 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 RFP and any Addenda to RFP and as offered by Services Provider in its Proposal. 3 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; SCOPE OF WORK A. All items in “Attachment C – Cost Proposal Sheet” of Exhibit “A” are awarded to Services Provider. B. Services Provider shall satisfactorily provide all services described in Exhibit “A,” attached hereto, within the contract term specified in Section 2.0. All Exceptions set forth in Exhibit “A” are accepted by the City and incorporated herein by reference for all purposes. 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 C – Cost Proposal” of Exhibit “A.” B. The City shall is authorized to pay the Services Provider an amount not-to- exceed Twenty Thousand and No/100 Dollars ($20,000.00) per year for a total amount of One Hundred Thousand and No/100 Dollars ($100,000.00) for the term of this Agreement. 6 .0 INVOICES All invoices shall include, at a minimum, the following information: 1. Name and address of Services Provider; 2. Purchase Order Number; 3. Description and quantity of items received; and 4. Delivery 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, 4 Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter F, Section 271.101 and Section 271.102. Other governmental entities within the State of Texas may be extended the opportunity to purchase off of the City’s proposal, 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, any payment to be made by City to Services Provider will be made within thirty (30) days of the date City receives goods under this Agreement, the date the performance of the services under this Agreement are completed, or the date City receives a correct invoice for the goods or services, whichever is later. 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). This Prompt Payment Policy does not apply to payments made by City in the event: 1. 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 2. 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 3. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or 4. The invoice is not mailed to City in strict accordance with any instruction on the purchase order relating to the payment. 5 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 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 INSURANCE Services Provider shall meet all City of Round Rock insurance requirements set forth in the RFP 13 .0 CITY’S REPRESENTATIVE City hereby designates the following representative authorized to act in its behalf with regard to this Agreement: Scott Cheshire Manager – Evidence & Crime Scene Police Department 2701 North Mays Street Round Rock, TX 78664 (512) 341-3397 scheshire@roundrocktexas.gov 14.0 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. 1 5 .0 DEFAULT If Services Provider abandons or defaults under this Agreement and is a cause of City acquiring the specified goods elsewhere. 6 Services Provider shall be declared in default of this Agreement if it does any of the following and fails to cure the issue within thirty (30) days of receipt of written notice: 1. Fails to fully, timely and faithfully perform any of its material obligations under this Agreement; 2. Becomes insolvent or seeks relief under the bankruptcy laws of the United States, and is unable to perform its material obligations under the Agreement. 1 6.0 TERMINATION AND SUSPENSION A. Either party 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. 17.0 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, reasonable attorney’s fees, and any 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. Services obligation to indemnify the City shall not extend to any loss or damage of any kind or nature, including death or injury resulting therefrom, caused by the negligence of the City or anyone for whose acts the City may be liable 7 for by law. Neither party shall be liable for any consequential damages, including loss of use of lost profits. 18.0 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 or services unless the contract contains written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel and will not boycott Israel during the term of this contract. The signatory executing this Agreement on behalf of Services Provider verifies Services Provider does not boycott Israel and will not boycott Israel during the term of this Agreement. C. In accordance with Chapter 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 a provision 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 Services Provider verifies Services Provider 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 Chapter 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 a provision 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 Services Provider verifies Services Provider does not boycott energy companies, and it will not boycott energy companies during the term of this Agreement. 1 9.0 ASSIGNMENT AND DELEGATION The parties hereby bind themselves, their successors, assigns and legal representatives to each other with respect to the terms of this Agreement. Neither party shall assign, sublet or transfer any interest in this Agreement without prior written authorization of the other party. 20.0 NOTICES A. All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: 8 1. When delivered personally to 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: Veolia Technical Solutions, LLC 5 State Street, 14th Floor Boston, Massachusetts 02109 Notice to City: City Manager Stephanie L. Sandre, City Attorney 221 East Main Street AND TO: 309 East Main Street Round Rock, TX 78664 Round Rock, TX 78664 B. Nothing contained herein shall be construed to restrict the transmission of routine communications between representatives of City and Services Provider. 21.0 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. 22.0 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. 23.0 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. 2 4 .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 9 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. 2 5.0 MISCELLANEOUS PROVISIONS A. 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. B. Time is of the Essence. The parties agree that, from time to time, certain unique transactions may have special requirements relative to timing and, accordingly, the parties will identify those transactions and exercise best efforts to accomplish those transactions within the stated timeframe. Other timing requirements will be met in a commercially reasonable manner. Where damage is caused to City due to Services Provider’s failure to perform in the special timing requirement circumstances, City may pursue any remedy available without waiver of any of City’s additional legal rights or remedies. C. Binding Agreement. This Agreement shall extend to and be binding upon and inure to the benefit of the parties’ respective heirs, executors, administrators, successors and assigns. D. 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.] 10 IN WITNESS WHEREOF, City and Services Provider have executed this Agreement on the dates indicated. Veolia Technical Solutions, LLC By: ______________________________________ Printed Name: _____________________________ Title: ___________________________________ Date Signed: _______________________________ City of Round Rock, Texas By: ______________________________________ Printed Name: _____________________________ Title: ___________________________________ Date Signed: _______________________________ For City, Attest: By: _______________________ Meagan Spinks, City Clerk For City, Approved as to Form: By: _____________________ Stephanie L. Sandre, City Attorney Carson Jarnagin Carson Jarnagin General Manager 06/24/2024 Laurie Hadley City Manager 07/30/2024 City of Round Rock, Texas Purchasing Division 221 East Main Street Round Rock, Texas 78664-5299 www.roundrocktexas.gov REQUEST FOR PROPOSAL (RFP) TRANSPORTATION, DISPOSAL, AND DESTRUCTION OF HAZARDOUS CHEMICALS AND MATERIALS FOR POLICE DEPARTMENT SOLICITATION NUMBER 24-013 JANUARY 2024 Exhibit "A" City of Round Rock Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20-025 Class/Item: 926-45 January 2024 Page 2 of 15 TRANSPORTATION, DISPOSAL, AND DESTRUCTION OF HAZARDOUS CHEMICALS AND MATERIALS FOR POLICE DEPARTMENT PART I GENERAL REQUIREMENTS 1. PURPOSE AND BACKGROUND: The City of Round Rock, herein after “the City” seeks proposals from firms experienced in transportation, disposal, and destruction of hazardous chemicals and materials for Class 1 drugs and contaminated gear. The City seeks the transportation of these materials from our site to the Contractor’s disposal/destruction site, The City estimates an annual spend of $20,000 a year. The City of Round Rock Police Department (CORRPD) is court-ordered to properly dispose of any collected Class 1 controlled substances at least twice a year. The City is seeking facilities experienced and certified in the proper transportation, disposal, and destruction of these chemicals, any contaminated gear, clothing, and other items. The City reserves the right to award to more than one respondent. 2. SOLICITATION PACKET: This solicitation packet is comprised of the following: 3. SCHEDULE OF EVENTS: It is the City’s intention to follow the solicitation timeline below. EVENT DATE Solicitation released January 3, 2023 Deadline for submission of questions January 16, 2023 @ 5:00 PM, CST City responses to questions or addendums Approximately January 19,2023 @ 5:00 PM, CST Deadline for submission of responses February 5,2023 @ 3:00 PM, CST All questions regarding the solicitation shall be submitted through Bonfire 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://roundrocktexas.bonfirehub.com Description Index Part I – General Requirements Page(s) 2-4 Part II – Definitions, Standard Terms and Conditions, and Insurance Requirements Page 5 Part III – Supplemental Terms and Conditions Page(s) 6-8 Part IV – Scope of Work Page(s) 9-12 Part V – Proposal Preparation Instructions and Evaluation Factors Page(s) 13-15 Attachment A – Reference Sheet Separate Attachment Attachment B – Subcontractor Information Form Separate Attachment Attachment C – Cost Proposal Sheet Separate Attachment Attachment D- Proposal Submittal Form Separate Attachment Exhibit "A" City of Round Rock Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20-025 Class/Item: 926-45 January 2024 Page 3 of 15 The City reserves the right to modify these dates. Notice of date change will be posted to the City’s website: https://roundrocktexas.bonfirehub.com 4. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City’s website at https://roundrocktexas.bonfirehub.com 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. 5. RESPONSE DUE DATE: Appropriately submitted responses are due at or before 3:00 PM, on the due date noted in PART I, Section 3 – Schedule of Events. The Offeror shall respond via the City’s electronic bidding platform, Bonfire: https://roundrocktexas.bonfirehub.com A. This request for proposal (RFP) does not commit the City to contract for any supply or service. B. No paper or submittals outside of Bonfire will be accepted by the City. C. Responses cannot be altered or amended after digital 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. 6. 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 7. EX PARTE COMMUNICATION: Please note that to insure the proper and fair evaluation of an offer, the City of Round Rock prohibits ex parte communication (e.g., unsolicited) initiated by the Offeror to the City Official, Employee, City Consultant, or Evaluation Team member evaluating or considering the offers prior to the time an award decision has been confirmed. Communication between an Offeror and the City will be initiated by the appropriate City Official or Employee in order to obtain information or clarification needed to develop a proper and accurate evaluation of the offer. Ex parte communication may be grounds for disqualifying the offending Offeror from consideration of award in evaluation or any future bid. 8. OPPORTUNITY TO PROTEST: The Purchasing Manager for the City of Round Rock (“City”), in consultation with the City Attorney, shall have the authority to settle or resolve any dispute concerning the solicitation or award of a contract. The Purchasing Manager may solicit written responses to the protest from other interested parties. The aggrieved person must prepare his or her complaint in writing and send it by electronic mail to the City’s Purchasing Department at protest@roundrocktexas.gov. In the event of a timely protest, the City shall not proceed further with the solicitation or award of a contract unless it is determined that the award must take place without delay, to protect the best interests of the City. The procedures for notifying the City of an alleged deficiency or filing a protest are listed below. If you fail to comply with any of these requirements, the Purchasing Office may dismiss your complaint or protest. A. Prior to Offer Due Date: If you are a prospective offeror for the award of a contract (“Offeror”) and you become aware of the facts regarding what you believe is a deficiency in the solicitation process before the due date for receipt of offers in response to a solicitation (“Offers”), you must notify the City in writing of the alleged deficiency before that date, giving the City an opportunity to resolve the situation prior to the Offer due date. B. After Offer Due Date: If you submit an Offer to the City and you believe that there has been a Exhibit "A" City of Round Rock Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20-025 Class/Item: 926-45 January 2024 Page 4 of 15 deficiency in the solicitation process or the award, you have the opportunity to protest the solicitation process, or the recommended award as follows: i. You must file a written notice of your intent to protest within four (4) working days of the date that you know or should have known of the facts relating to the protest. If you do not file a written notice of intent within this time, you have waived all rights to protest the solicitation process or the award. ii. You must file your formal written protest within ten (10) working days of the date that you know or should have known of the facts relating to the protest unless you know of the facts before the Offer has been closed. If you know of the facts before those dates, you must notify the City as stated in section (A) above. iii. You must submit your protest in writing and must include the following information: a) your name, address, telephone number, and email address. b) the solicitation number. c) a specific identification of the statutory or regulatory provision that you are alleging has been violated. d) a detailed statement of the factual grounds for your protest, including copies of any relevant documents. e) a statement of any issues of law or fact that you contend must be resolved; and f) a statement of the argument and authority that you offer in support of your protest. iv. Your protest must be concise and presented logically and factually to help with the City’s review. C. Receipt of Timely Protest: When the City receives a timely and complete written protest, the Purchasing Manager, with assistance from the City Attorney, shall make one of the following determinations: i. Determine that a violation of rules and statutes has occurred prior to the award of the contract and inform you and other interested parties of the determination. The City will prepare updated solicitation documents and will re-solicit. ii. Determine that no violation of rules or statutes has occurred and inform you and other interested parties of the decision by letter. The reasons for the determination will be presented in the letter. iii. Determine that a violation of rules and statutes has occurred after the award of the contract and inform you and other interested parties of the determination. However, the awarded contract will not be canceled. As needed, corrective actions may be taken with purchasing or any other pertinent City staff. iv. A determination will usually be made within fifteen (15) business days after receipt of the formal protest. v. Any written decisions by the Purchasing Manager shall be the final administrative action for the City. All documentation pertaining to a protest will be kept on file at the City and are subject to open records requests. Exhibit "A" City of Round Rock Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20-025 Class/Item: 926-45 January 2024 Page 5 of 15 PART II 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. These can be obtained from the City’s website at: https://www.roundrocktexas.gov/city-departments/purchasing/. In addition, the Supplemental Terms and Conditions listed in Section III, shall also be enforced as part of the contract. 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/city-departments/purchasing/ 3. HAZARDOUS MATERIALS INSURANCE: In addition to the standard City insurance requirements the City requires insurance for work that involves hazardous materials. The Contractor shall comply with the following insurance requirements in addition to the standard insurance requirements: A. Provide a Pollution Liability policy endorsement to the Commercial General Liability policy with minimum bodily injury and property damage limits of $1,000,000 per occurrence for coverages A&B and products/completed operations coverage with a separate aggregate of $1,000,000. B. Contractor responsible for transporting any hazardous materials shall provide pollution coverage. Federal law requires interstate or intrastate transporters of hazardous materials to provide an MCS 90 endorsement with a $5,000,000 limit when transporting hazardous materials in bulk in conveyances of gross vehicle weight rating of 10,000 pounds or more. Interstate transporters of hazardous materials in non-bulk in conveyances of gross vehicle weight rating of 10,000 pounds or more must provide an MCS 90 endorsement with a $1,000,000 limit. The terms "conveyance" and "bulk" are defined by Title 49 CFR 171.8. All other transporters of hazardous material shall provide either an MCS 90 endorsement with minimum limits of $1,000,000 or an endorsement to their Commercial General Liability Insurance policy which provides coverage for bodily injury and property damage arising out of the transportation of hazardous materials. The endorsement shall, at a minimum, provide a $1,000,000 limit of liability and cover events arising from fire, wind, hail, lightning, overturn of conveyance, collision with other vehicles or objects, and loading and unloading of conveyances. Exhibit "A" City of Round Rock Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20-025 Class/Item: 926-45 January 2024 Page 6 of 15 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 120 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 disposal and destruction of hazardous chemicals and materials for police departments as specified herein and have adequate organization, facilities, equipment, financial capability, and personnel to ensure prompt and efficient service to the City. B. The Respondent shall include in the proposal a list of all litigation the company or its principals have been involved in within the last three (3) years. 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 RFP process. D. Have an incinerator on site to perform required destruction tasks. E. Be registered and appropriately licensed with the Drug Enforcement Agency (DEA), Department of Public Safety (DPS), and the Texas Commission on Environmental Quality (TCEQ). 3. SUBCONTRACTORS: If Subcontractors will be used the Respondent is required to complete and submit with their proposal response Attachment B: Subcontractor Information Form. The Contractor shall be fully responsible to the City for all acts and omissions of the Subcontractors just as the Contractor is responsible for the Contractors own acts and omissions. The Contractor shall: A. No subcontracting may be used for the transportation of any materials. B. Require that all deliverables to be provided by the Subcontractor be provided in strict accordance with the provisions, specifications, and terms of the Contract. C. Require that all Subcontractors obtain and maintain, throughout the term of their agreement, primary insurance in the type and amounts specified for the Contractor, with the City being named as an additional insured; and D. Require that the Subcontractor indemnify and hold the City harmless to the same extent as the Contractor is required to indemnify the City. E. Awarded Contractor is required to submit a list of all subcontractors for approval by the City prior to use of any subcontractors throughout the term of the contract. F. Require that all Subcontractors obtain and maintain, throughout the term of their agreement, primary insurance in the type and amounts specified for the Vendor, with the City being named as an additional insured; and Exhibit "A" City of Round Rock Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20-025 Class/Item: 926-45 January 2024 Page 7 of 15 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 Contractor’s obligations under this paragraph. 5. WORKFORCE: 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. 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. Pricing for materials and services shall be reflected in Attachment C- Cost Proposal Sheet under the individually called-out items. 7. PRICE INCREASE: Contract prices for transportation, disposal, and destruction of hazardous chemicals and materials for the police department 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 unless otherwise approved by the City. 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/cpi B. Procedure to Request Increase: i. Email the written price increase request to purchasing@roundrocktexas.gov with the rate detail comparison, a 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. 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. Exhibit "A" City of Round Rock Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20-025 Class/Item: 926-45 January 2024 Page 8 of 15 8. ACCEPTANCE/INSPECTION: Acceptance/Inspection should not take more than five (5) working days. The Contractor 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 Contractor 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. 9. PERFORMANCE REVIEW: The City reserves the right to review the awarded Contractor’s performance anytime during the contract term. 10. ORDER QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee of any minimum or maximum purchase is made or implied. The City will only order the services/goods needed to satisfy requirements within budgetary constraints, which may be more or less than indicated. 11. 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://roundrocktexas.bonfirehub.com once City Council has approved the recommendation of award and the agreement has been executed. 12. POINT OF CONTACT / DESIGNATED REPRESENTATIVE: A. Contractor’s point of contact: In order to maintain consistent standards of quality work performed across the City, the City shall be provided with a designated and identified point of contact upon award of the contract to include contact information. The City’s designated representative shall be notified by the Respondent immediately should the point of contact change. B. The City’s designated representative: The City’s appointed representative shall be: Scott Cheshire Evidence & Crime Scene Supervisor Police Department Phone: (512) 341-3397 E-mail: scheshire@roundrocktexas.gov Do not contact the individual listed above with questions or comments during the course of the solicitation. 13. 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 Exhibit "A" City of Round Rock Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20-025 Class/Item: 926-45 January 2024 Page 9 of 15 PART IV SCOPE OF WORK 1. PURPOSE: The City of Round Rock, herein after “the City” seeks proposals from firms experienced in transportation, disposal, and destruction of hazardous chemicals and materials for Class 1 drugs and contaminated gear. The City seeks the transportation of these materials from our site to the Contractor’s disposal/destruction site. The City of Round Rock Police Department (CORRPD) is court-ordered to properly dispose of any collected Class 1 controlled substances at least twice a year. The City is seeking facilities experienced and certified/licensed in the proper disposal of these chemicals, any contaminated gear, clothing, and other items. 2. SERVICE REQUIREMENTS: The City requires that the Contractor shall- A. Have the capability to handle compressed gas cylinders (full or empty), water reactive, air reactive, and explosive contaminants as well as other chemical items. B. Have the capability to properly handle, package, and remove bulk quantities of waste (liquids and solids). C. Provide all services in compliance with current Federal, State, and local laws and regulations governing transportation, handling, and disposal/destruction of hazardous materials. D. Handle and dispose of miscellaneous items contaminated with hazardous waste such as glassware, plastics, tools, lab equipment, protective clothing and equipment, and chemical waste generated by the CORRPD laboratory. E. Omissions: It is the intention of this scope of work to acquire complete categorization, inventory, packaging, labeling, manifesting, loading, transporting, storing, and disposal services for hazardous material and wastes resulting from seizures of clandestine laboratories by the CORRPD. Any services omitted from this specification, which are necessary for the complete operation of this service, shall be considered a requirement although not directly specified or called for in the specification. F. Maintain complete and accurate records of all materials collected pursuant to Federal, State, and Local Government requirements including: i. The date material was obtained from CORRPD, ii. The amount of material, iii. The date and manner of destruction, iv. These records shall be maintained and available for at least three years from the date chemicals were removed from the City’s site. G. Be responsible for characterizing, inventorying, packaging, labeling, manifesting, loading, transporting, storing, disposing, and the destruction of hazardous materials and wastes resulting from seizures of clandestine laboratories by the CORRPD. The Contractor shall also be responsible for providing these same services for hazardous wastes stored in the CORRPD’s chemical storage facility, chemical wastes generated by the CORRPD Crime Laboratory, and materials generated from other sources. H. Must be willing and able to provide courtroom testimony as to chain of custody, storage, and disposal of seized chemical items if needed by the courts. I. Contractor shall provide copies of all registrations and certificates with their submittal to this proposal. J. The Contractor shall supply the City of Round Rock Police Department with their Spill Prevention, Control, and Countermeasures (SPCC) Plan with submission of proposal. K. The Contractor shall complete a Site Health and Safety Plan prior to the commencement of each project. The plan shall address site operating and emergency procedures, personnel responsibilities, and control measures for personnel safety. L. If a release or spill occurs, Contractor will provide the Round Rock Police Department and the Texas Commission on Environmental Quality (TCEQ) immediate notice of such an action and remedial efforts to contain the spill. Exhibit "A" City of Round Rock Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20-025 Class/Item: 926-45 January 2024 Page 10 of 15 3. TRANSPORTATION OF MATERIALS: A. The Contractor is required to transport hazardous waste in appropriate company-owned/leased vehicles driven by its trained and licensed drivers. B. The Contractor must provide proof of a company-sponsored driver training and vehicle safety program with proposal. C. The City reserves the right to request a copy of any background check done on any employee transporting materials. 4. STORAGE, DISPOSAL, AND DESTRUCTION OF MATERIALS: A. Facility Requirements: The Contractor shall- i. Store controlled substances and provide a secure storage area, which prevents unauthorized access and theft. This storage area must be fenced, securely locked, and have an alarm system to alert local law enforcement if accessed. This storage facility will be subject to inspections by the Round Rock Police Department. ii. Note that facilities with pending administrative or judicial actions against them to restrict their use will NOT be allowed or considered for this contract. B. Disposal/Destruction Methods: i. Controlled substances, materials containing controlled substances, and precursor chemicals must be destroyed by incineration. ii. Flammable solvents may be destroyed by incineration or by fuel blending. iii. Concentrated acids and bases may be incinerated or neutralized. iv. Certain substances may be reclaimed or recycled such as mercury compounds. v. Compressed gas cylinders may be decontaminated by the Contractor, with accompanying certification to CORRPD, and released without restriction to the original cylinder supplier for transportation. vi. Glassware or equipment contaminated with controlled substances must be crushed into lab packs and destroyed by incineration. vii. Other glassware and equipment with no visible residue may be destroyed by landfilling in designated hazardous waste landfills. viii. Diversion Requirement: Of the waste that is hauled through this contract, as much of the waste materials as economically feasible shall be reused, salvaged, or recycled. Waste disposal in landfills or incinerators shall be minimized and material diversion shall be maximized when feasible. ix. If the methods of disposal given above are not possible due to the nature of the waste, an alternate EPA approved method of disposal may be used with prior authorization in writing from the CORRPD. 5. SPILL RESPONSE PERSONNEL REQUIREMENTS: A. The spill response unit will be staffed at all times by at least one supervisor and one hazardous materials technician. B. The supervisor and technicians shall have a minimum of two years’ experience in hazardous materials response. Exhibit "A" City of Round Rock Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20-025 Class/Item: 926-45 January 2024 Page 11 of 15 C. Response unit personnel shall be certified at a minimum with 40 hours of Health and Safety training covering the following topics: D. Copies of training certificates of spill response unit personnel along with their resumes are to be provided in the proposal response. E. The Contractor’s spill response unit employees must meet background investigation requirements due to the sensitive nature of the work environment. The names, social security numbers, and home addresses of all on-site employees will be provided prior to arrival at the worksite. The Round Rock Police Department reserves the right to refuse access to any Contractor or Contractor employee who does not meet the background investigation requirements. On-site employees may be photographed and fingerprinted at the discretion of the Round Rock Police Department. 6. LOCATION: A. The Contractor shall provide a secure container for approximately 1500 lbs. of material. B. All containers should be dropped off and collected at the following location: City of Round Rock Police Department 701 North Mays Street Round Rock, TX 78665 7. REPORTING REQUIREMENTS: A. The City will provide the Contractor with Uniform Hazardous Waste Manifest(s) at pickup. B. The Contractor shall provide the Round Rock Police Department with the following documents no later than 30 calendar days from the date of the waste disposal: i. Signed Uniform Hazardous Waste Manifest(s) for all materials released to the Contractor for disposal. ii. A Verification of Contents letter stating that the original contents have not been altered. ii. All Certificates of Disposal iii. The letter and Certificate shall be sent to the CORRPD Evidence & Crime Scene Supervisor at: City of Round Rock Police Department ATTN: Evidence and Crime Scene Supervisor 2701 North Mays Street Round Rock, TX 78665 C. Waste Management Reports: Prepare and maintain through the Contract duration a record of waste management activity. Report annually the following information based on calendar year tons managed: i. Waste sent to municipal solid waste landfills; The amount (in tons) of material landfilled from the contracted service, the identity of the landfill, the total amount of tipping fees paid at the landfill. ii. Material sent to recycling facilities; The amount (in tons) of material recycled from the contracted service, the receiving party, and the amount of any money paid or received for the recycled material. iii. Material sent to reuse/salvage facilities; The amount (in tons) of material reused or salvaged from the contracted service, the receiving party, and the amount of any money paid or received for the reused or salvaged material. iv. The total diversion rate, calculated as diverted material (recycled, reused) divided by total waste hauled (landfilled, recycled, reused). Atmosphere Monitoring Instruments Hazardous Waste Regulations CPR and First Aid Health Hazards Drum Handling Material Safety Data Sheets Engineering Control Medical Surveillance General Safety Respiratory Protection including SCBA Hazardous Materials Sampling Hazardous Waste Operations and Emergency Response Spill Control Exhibit "A" City of Round Rock Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20-025 Class/Item: 926-45 January 2024 Page 12 of 15 v. Annual waste management reports will be submitted by January 31st of each year to the designated contract manager. vi. The Contractor will prepare Texas Waste Shipment Summaries and Annual Waste Summaries for the department. D. Spills: If a release or spill occurs, Contractor will provide the Round Rock Police Department and the Texas Commission on Environmental Quality (TCEQ) immediate notice of such an action. A written report shall be submitted subsequently detailing the following: i. date, ii. time, iii. location, iv. cause of spill, v. list of all authorities the Contractor notified, including local law enforcement agencies, vi. description of all actions taken to clean the site, vii. proof of site cleanup, with photographs. The Contractor shall be responsible for all releases or spills and bear the cost of cleanup. Additionally, any liability, including legal action resulting from the release or spill shall be the sole responsibility of the Contractor. 8. DELIVERABLES: The following items are to be delivered as stated in this scope of work: 1. Uniform Hazardous Waste Manifest(s) Before departure from job site 2. Signed copies of the Uniform Hazardous Waste Manifest 30 calendar days from disposal date 3. Verification of Contents letter 30 calendar days from disposal date 4. Certificate of Disposal 30 calendar days from disposal date 5. Report of spills or personnel exposures during handling, transporting, etc. Per occurrence 6. Waste Management Reports Annually 9. INSPECTION AND AUDIT REQUIREMENTS: A. Inspection Requirements: The Contractor may be subject to announced or unannounced inspections of their operations, records, and facilities by the Drug Enforcement Administration, Texas Department of Public Safety, and the Round Rock Police Department to verify contract compliance prior to contract award and/or during the contract period. This does not relieve the Contractor of their responsibility to ensure contract compliance by their own inspections. The Contractor will send copies of the results of any Federal, State, or Local Government inspections it has received to the Round Rock Police Department within two weeks of receipt to the attention of Lab Supervisor. B. Audit Requirements: The Contractor agrees to maintain and make available for inspection, audit, or reproduction by any authorized representative of the City or any other governmental agency, any book, document, or any other evidence pertinent to the costs and expenses of this contract. Such costs and expenses include, without limitation, all direct and indirect costs of labor, material, equipment, supplies, and services, and all other costs and expenses of any nature for which reimbursement is claimed by the Contractor under this contract. 10. CITY RESPONSIBILITIES: The City will- A. Coordinate the scheduling of material disposal. B. Coordinate all documentation with the Contractor. C. Ensure that only items intended for contract disposal are put into the container for pickup. D. Confirm the manifest on the day of pickup Exhibit "A" City of Round Rock Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20-025 Class/Item: 926-45 January 2024 Page 13 of 15 PART V PROPOSAL PREPARATION INSTRUCTIONS AND EVALUATION FACTORS 1. PROPOSAL ACCEPTANCE PERIOD: All proposals are valid for a period of one hundred and twenty (120) calendar days subsequent to the RFP closing date unless a longer acceptance period is offered in the proposal. 2. PROPOSAL RESPONSE: Responses shall be clear and concise while appropriately responding to the evaluation criteria listed below in Section 3. In order to do business with the City of Round Rock you must be registered with the City’s Vendor Database. To register, go to: https://roundrocktxvendors.munisselfservice.com/Vendors/default.aspx Proposal Submittal Instructions: The Respondent shall include all of the following documents in their response- Attachment A- Reference Sheet Attachment B- Subcontractor Form Attachment C- Cost Proposal Sheet Attachment D- Proposal Submittal Form Acknowledged Addenda (if applicable) Company Information- which gives in brief, concise terms, a summation of the proposal. Include the following- Business Organization: State full name and address of your organization and identify parent company if you are a subsidiary. Specify the branch office or other subordinate element which will perform, or assist in performing, work herein. Indicate whether you operate as a partnership, corporation, or individual. Include the State in which incorporated or licensed to operate. Project Management Structure: Provide a general explanation and chart which specifies project leadership and reporting responsibilities; and interface the team with City project management and team personnel. If use of subcontractors is proposed, identify their placement in the primary management structure, and provide internal management description for each subcontractor. Authorized Negotiator: Include the name, email address, and telephone number of the person(s) in your organization authorized to negotiate Contract terms and render binding decisions on Contract matters. Segment requirements listed below. A statement of your compliance with all applicable rules and regulations of Federal, State and Local governing entities. List of Exceptions (if any)- Be advised that exceptions to any portion of the Solicitation may jeopardize acceptance of the Proposal by the City. Exceptions to this solicitation if any, shall be submitted on a separate sheet labeled “Exceptions” with the Respondent’s proposal. 3. EVALUATION CRITERIA: A. Segment 1 – Respondent’s Solution, Approach, & Timeline i. System Concept and Solution: Define in detail your understanding of the requirement presented in the Scope of Work of this request for proposal and your system solution. Provide all details as required in the Scope of Work and any additional information you deem necessary to evaluate your proposal. ii. Program Approach and Timeline: Describe your technical plan for accomplishing required work. Include such time-related displays, graphs, and charts as necessary to show tasks, sub-tasks, milestones, and decision points related to the Scope of Work and your plan for accomplishment. Specifically indicate: a) A description of your work program by tasks. Detail the steps you will take in proceeding from material pickup to final disposal. Exhibit "A" City of Round Rock Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20-025 Class/Item: 926-45 January 2024 Page 14 of 15 b) The technical factors that will be considered in section above, and the depth to which each will be treated. c) A description of your safety and security procedures from the point of pick up to the destruction of materials. Include a description of your company’s secure storage area preventing unauthorized access and theft of materials. d) The points at which written, deliverable reports will be provided. e) A statement of your compliance with all applicable rules and regulations of Federal, State and Local governing entities. The Proposer must state their compliance with terms of this Request for Proposal (RFP) or clearly document any exceptions. f) Include with the proposal the names, locations, and capabilities of any intended disposal and/or storage facilities. Such facilities must be approved by regulatory agencies and have current permits and registration from Federal and State regulatory agencies. B. Segment 2 – Company Work Experience and Personnel i. Prior Experience: State the number of years the Respondent company has been providing the services requested in the solicitation. Describe only relevant municipal, governmental, corporate, and individual experience for the company and personnel who will be actively engaged in the project. Do not include corporate experience unless personnel assigned to this project actively participated. Do not include experience prior to 2014. Supply the project title, year, and reference name, title, present address, and phone number of principal persons for whom prior projects were accomplished. ii. Contractors’ past performance with the City may be evaluated. iii. Personnel: Include names, qualifications, and resumes of all personnel who will be assigned to the account. State the primary work assigned to each person and the percentage of time each person will devote to this work. Identify key persons by name and title. B. Segment 3 – Cost Proposal: Complete Attachment C - Cost Proposal. All lines must be quoted to be considered responsive. A firm fixed price or not-to-exceed Contract is contemplated. i. Prices quoted for each line item shall be inclusive of associated costs and fees (excluding fuel surcharges) including but not limited to: a) Manager, Supervisor, Driver/Transporter, disposal personnel b) Spill Response Supervisor and Hazardous Materials Technician(s) c) Estimated hours for each category of personnel d) Rate applied for each category of personnel ii. Fuel Surcharge 4. EVALUATION SCORING: The intent of the City is to award to one Respondent in accordance with the evaluation criteria below. The purpose of this evaluation criteria is to determine which proposal best meets the requirements and provides the best overall value to the City. A. Evaluation Criteria: Weights: • Respondent’s Solution, Approach, & Timeline (Segment 1) 40 pts • Company Work Experience and Personnel (Segment 2) 20 pts • Cost Proposal (Segment 3) 40 pts Maximum Weight: 100 pts B. An evaluation committee will be established to evaluate the proposal. The committee will include employees of the City and may include other impartial individuals who are not City employees. The evaluation committee will determine if discussions and/or Best and Final Offers (BAFO) are necessary. Award of a contract may be made without discussions or BAFO, if in the best interest of the City. The evaluation committee may determine that discussions are necessary to clarify or verify a written proposal response. The City may, at its discretion, elect to have respondents provide oral presentations of their proposal. The City reserves the right to rescore an offer based on provided demonstrations. A request for a BAFO is at the sole discretion of the City and will be requested in writing. The evaluation committee will evaluate the finalists and make a recommendation for award. Exhibit "A" City of Round Rock Transportation, Disposal, and Destruction of Hazardous Chemicals and Materials for Police Department RFP No. 20-025 Class/Item: 926-45 January 2024 Page 15 of 15 C. The City reserves the right to reject any or all proposals submitted, or to award to the respondent who in the City’s opinion, offers the best value to the City. The City also reserves the right to cancel the RFP process and pursue alternate methods for providing the requirements. D. The City reserves the right to conduct studies and other investigations as necessary to evaluate any proposal. E. The City reserves the right to waive any minor technicality, irregularities, or informalities noted in the submission process. Submission of proposal confers no legal rights upon any Respondent. F. The City reserves the right to request further documentation or information and to discuss proposal response with any Respondent in order to answer questions or to clarify any aspects of the proposal. G. The City may develop a “short list” of qualified proposal and may determine that the Respondent(s) should submit a Best and Final Offer (BAFO). Each “short listed” Respondent will be given a reasonable opportunity for discussion and revision of their proposal. 5. AGREEMENT NEGOTIATIONS AND AWARD PROCESS: A. A proposal presented in response to this RFP is subject to negotiation concerning any issues deemed relevant by the City. The City reserves the right to negotiate any issue with any party. Any unsolicited communication by the Respondent to a City official, undesignated employee, or an evaluation team member evaluating or considering the offers may be grounds for disqualifying the offending Offeror from consideration of award. B. Submission of proposal indicates the Respondent’s acceptance of the evaluation process and recognition that the City may make subjective judgments in evaluating the proposal to determine the best value for the City. C. If negotiations are successful, the City and Respondent may enter into an agreement. If negotiations are unsuccessful, the City may formally end negotiations with that Respondent. D. The City also reserves the right to reject any or all submittals, or to accept any submittal deemed most advantageous, or to waive any irregularities or informalities in the submittal received. E. An independent signed authorized Contract will be sent to the successful Respondent(s). Execution of a City of Round Rock contract is required prior to starting work and processing any payments to the Contractor. 6. POST AWARD MEETING: The City and the Respondent may schedule 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 the Agreement. C. Identify specific milestones, goals, and strategies to meet objectives. Exhibit "A" Exhibit "A" Exhibit "A" Exhibit "A" Exhibit "A" CITY OF ROUND ROCK PURCHASING DEFINITIONS, STANDARD TERMS AND CONDITIONS EXCEPTIONS While Veolia would like to respond to the City of Round Rock (City) with an unconditional bid response to the City’s Request for Proposal 24-13, there are some areas of the terms provided in the RFP relative to subsequent environmental service work that are of concern to Veolia. Having carefully reviewed the technical requirements of the solicitation and potential scope of work, and based on certain contractual concepts under which Veolia normally performs its work, and the work described in the RFP, it is important to note that Veolia’s proposal assumes the execution of a mutually agreeable contract consistent with those concepts, and notwithstanding any terms of the procurement to the contrary, the general terms and conditions that will govern the legal and business relationship between Veolia and the City are subject to negotiation and mutual agreement by the parties. Contractual provisions which often require discussion and further agreement include warranties, indemnities, insurance, environmental liability, ownership of wastes, consequential damages, contractual limits of liability, remedies for breach and termination. We do not believe that these matters should present any serious obstacles to the negotiation of a subsequent contract, and we are prepared to meet with you to discuss them upon award and at your convenience. As required by the RFP instructions, following this narrative is a redline version of the City’s terms that reflect Veolia’s potential exceptions for the City’s review and comment during its source selection process: Exhibit "A" CITY OF ROUND ROCK PURCHASING DEFINITIONS, STANDARD TERMS AND CONDITIONS Page 2 of 17 Dated: November 2021 DEFINITIONS The following definitions shall be used to identify terms throughout specification documents: 1. AGREEMENT: A mutually binding legal document obligating the Vendor to furnish the goods, equipment, or services specified within the solicitation and obligating the City to compensate in accordance with the conditions of the agreement. 2. BID/PROPOSAL/RESPONSE: A document submitted by a respondent in response to a solicitation to be used as the basis for negotiations or for entering into an agreement. 3. BIDDER/PROPOSER/RESPONDENT: The party identified throughout the solicitation document that considers themselves qualified to provide the goods, equipment, or services specified and submits a response to the solicitation. 4. CITY: Identifies the City of Round Rock, located in Travis and Williamson Counties, Texas. 5. GOODS: Represent materials, supplies, commodities, and equipment. 6. IFB: Invitation for Bid – A document used to solicit competitive or multi-step sealed bids. 7. PIGGYBACK AGREEMENT: A term used to identify a contract or agreement that has been competitively bid in accordance with State of Texas statutes, rules, policies, and procedures and have been extended for the use of state and local agencies and active CO-OP entities. 8. PO: Purchase Order – A written document by the City to a vendor formalizing all the terms and conditions of a proposed transaction, to include but not be limited to, a description of the requested item, delivery schedule, terms of payment, transportation, delivery location, price, quantity, and special instructions. 9. RFI: Request for Information – A non-binding method whereby a jurisdiction publishes via newspaper, internet, or direct mail its need for input from interested parties for an upcoming solicitation. A procurement practice used to obtain comments, feedback, or reactions from potential suppliers (contractors) prior to the issuing of a solicitation. Generally, price or cost is not required. Feedback may include best practices, industry standards, technology issues. 10. RFP: Request for Proposal – The document used to solicit proposals from potential providers for goods and services (Respondents). Price is usually not a primary evaluation factor. Provides for the negotiation of all terms, including price prior to agreement award. May include a provision for the negotiation of Best and Final Offers. May be a single step or multi-step process. 11. RFQu: Request for Qualification – A document which is issued by a procurement entity to obtain statements of the qualifications of potential development teams or individuals (i.e., consultants) to gauge potential competition in the marketplace, prior to issuing the solicitation. 12. RFQ: Request for Quotation – A small order amount purchasing method. A request is sent to suppliers along with a description of the commodity or services needed and the supplier is asked to respond with price and other information by a pre-determined date. 13. SERVICES: Work performed to meet the requirements and demand of said purchase order or agreement. The furnishing of labor, time, or effort by the Vendor and their ability to comply with promised delivery dates, specification and technical assistance specified. 14. SUBCONTRACTOR: Any person or business entity employed to perform part of a contractual obligation under the control of the principal contractor for fulfillment of a purchase order or agreement with the City. Any supplier, distributor, vendor, or firm that furnishes supplies or services to a prime contractor or another subcontractor to fulfill their obligations with the City. 15. VENDOR: Person or business enterprise providing goods, equipment, labor, and/or services to the City as fulfillment of obligations arising from an agreement or purchase order. TERMS AND CONDITIONS Exhibit "A" CITY OF ROUND ROCK PURCHASING DEFINITIONS, STANDARD TERMS AND CONDITIONS Page 3 of 17 Dated: November 2021 By submitting a response to the Solicitation or accepting a PO, the Vendor agrees that these terms and conditions shall govern unless specifically provided otherwise on the face of the purchase order or in a separate agreement. 1. ABANDONMENT OR DEFAULT: A Vendor who abandons or defaults on work which causes the City to purchase goods or services elsewhere may be charged the difference in cost of goods, services, or handling, if any, and may not be considered in the re-advertisement of the goods or services and may not be considered in future solicitations for the same type of work unless the scope of work is significantly changed. 2. ABSENCES OF PURCHASE ORDER OR AGREEMENT: The Vendor’s delivery of goods or services without an approved purchase order or agreement may result in rejection of delivery, return of goods at the Vendor’s expense, and also non-payment for goods and services. 3. ACCEPTANCE: Acceptance inspection should not take more than five working days. The vendor will be notified within this time frame if the service provided is not in full compliance with the project scope. If any service is canceled for non-acceptance, the needed equipment or service may be purchased elsewhere and the vendor may be charged full increase, if any, in cost and handling. 4. ACCEPTANCE OF TERMS & CONDITIONS: A purchase order is the City’s commitment to purchase the goods and/or services described from the Vendor. The City’s placement of this order is expressly conditioned upon Vendor’s acceptance of all the terms and condition of purchase contained on the purchase order. 5. ACCEPTANCE OF INCOMPLETE OR NON-CONFORMING DELIVERABLES: If, instead of requiring immediate correction or removal and replacement of defective or non-conforming deliverables, the City prefers to accept it, the City may do so. The Vendor shall pay all claims, costs, losses, and damages attributable to the City’s evaluation of and determination to accept such defective or non- conforming deliverables. If any such acceptance occurs prior to final payment, the City may deduct such amounts as are necessary to compensate the City for the diminished value of the defective or non- conforming deliverables. If the acceptance occurs after final payment, such amount shall be refunded to the City by the Vendor. 6. ADVERTISING: The Vendor shall not advertise or publish, without the City’s prior written consent, the fact that the City has entered into the Agreement, except to the extent required by law. 7. AMENDMENTS: No agreement or understanding to modify this agreement shall be binding upon the City unless in writing and signed by the City’s authorized agent. All specifications, drawings, and data submitted to the Vendor with this order are hereby incorporated and made a part hereof. 8. ASSIGNMENT-DELEGATION: The Agreement shall be binding upon and endure to the benefit of the City and the Vendor and their respective successors and assigns, provided however, that no right or interest in the Agreement shall be assigned and no obligation shall be delegated by the Vendor without the prior written consent of the City. Any attempted assignment or delegation by the Vendor shall be void unless made in conformity with this paragraph. The Agreement is not intended to confer rights or benefits on any person, firm or entity not a party hereto; it being the intention of the parties that there be no third- party beneficiaries to the Agreement. 9. AWARDS: The City may choose not to award an Agreement. Split awards between Vendors may be made at the sole discretion of the City. The City reserves the right to enter into an agreement or a purchase order with a single award, split awards, or use any combination that best serves the interest and at the sole discretion of the City. 10. CANCELLATION: The City reserves the right to cancel the agreement for default of all or any part of the undelivered portion of the order if Vendor breaches any of the terms hereof including warranties or becomes insolvent or commits acts of bankruptcy. Such right of cancellation is in addition to and not in lieu of any remedies, which the City may have in law or equity. Exhibit "A" CITY OF ROUND ROCK PURCHASING DEFINITIONS, STANDARD TERMS AND CONDITIONS Page 4 of 17 Dated: November 2021 11. CLARIFICATION OF PROPOSALS: The City reserves the right to request clarification or additional information specific to any proposal after all proposals have been received and the RFP close date has passed. 12. CODE OF FEDERAL REGULATION: City of Round Rock agreements made under a Federal Award as defined in the CFR will adhere to the provisions described in 2 CFR §200.326 Appendix II to Part 200. 13. CODES, PERMITS AND LICENSES: The Vendor shall comply with all National, State, and Local standards, codes and ordinances and the terms and conditions of the services of the electric utility, as well as other authorities that have jurisdiction pertaining to equipment and materials used and their application. None of the terms or provisions of the specification shall be construed as waiving any rules, regulations, or requirements of these authorities. The Vendor shall be responsible for obtaining all necessary permits, certificates, and/or licenses to fulfill contractual obligations (City of Round Rock fees and costs may be waived). 14. COMPLIANCE WITH HEALTH, SAFETY, AND ENVIRONMENTAL REGULATIONS: (apply only to a Solicitation to purchase Services to be performed principally at the City’s premises or on public rights-of-way) The Vendor, its Subcontractors, and their respective employees, shall comply fully with all applicable federal, state, and local health, safety, and environmental laws, ordinances, rules and regulations in the performance of the services, including but not limited to those promulgated by the City and by the Occupational Safety and Health Administration (OSHA). In case of conflict, the most stringent safety requirement shall govern. The Vendor shall 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 Vendor’s obligations under this paragraph. 15. COMPLIANCE WITH LAWS, CHARTER, AND ORDINANCES: 15.1 The successful offeror shall comply with all federal, state, and local laws, statutes, ordinances, rules and regulations, and the orders and decrees of any court or administrative bodies or tribunals in any matter affecting the performance of the resulting agreement or purchase order, including without limitation, workers’ compensation laws, minimum and maximum salary and wage statutes and regulations, and licensing laws and regulations. When requested, the Vendor shall furnish the City with satisfactory proof of its compliance. 15.2 In accordance with Chapter 2270, Texas Government Code, a government entity may not enter into any contract, including issuing a purchase order, with a company for goods or services unless the contract contains written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of this contract. The signatory executing an Agreement or accepting a purchase order on behalf of Vendor verifies Vendor does not boycott Israel and will not boycott Israel during the term of this Agreement. 15.3 In accordance with Chapter 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. Exhibit "A" CITY OF ROUND ROCK PURCHASING DEFINITIONS, STANDARD TERMS AND CONDITIONS Page 5 of 17 Dated: November 2021 15.4 In accordance with Chapter 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. 16. CONFIDENTIAL CITY INFORMATION: In order to provide the deliverables to the City, Vendor may require access to certain records of the City’s and/or its licensors’ confidential information (including inventions, employee information, trade secrets, confidential know-how, confidential business information, and other information which the City or its licensors consider confidential) (collectively, “Confidential Information”). Vendor acknowledges and agrees that the Confidential Information is the valuable property of the City and/or its licensors and any unauthorized use, disclosure, dissemination, or other release of the Confidential Information shall substantially injure the City and/or its licensors. The Vendor (including its employees, subcontractors, agents, or representatives) agrees that it shall maintain the Confidential Information in strict confidence and shall not disclose, disseminate, copy, divulge, recreate, or otherwise use the Confidential Information without the prior written consent of the City or in a manner not expressly permitted under this Agreement, unless the Confidential Information is required to be disclosed by law or an order of any court or other governmental authority with proper jurisdiction, provided the Vendor promptly notifies the City before disclosing such information so as to permit the City reasonable time to seek an appropriate protective order. The Vendor agrees to use protective measures no less stringent than the Vendor uses within its own business to protect its own most valuable information which protective measures shall under all circumstances be at least reasonable measures to ensure the continued confidentiality of the Confidential Information. 17. CONFIDENTIALITY OF CONTENT: 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. 17.1. Information in a submittal that is legally protected as a trade secret or otherwise confidential must be clearly indicated with stamped, bold red letters stating "CONFIDENTIAL" on that section of the document. The City will not be responsible for any public disclosure of confidential information if it is not clearly marked as such. 17.2. If a request is made under the Texas Public Information Act to inspect information designated as confidential, the Respondent shall, upon request from the City, furnish sufficient written reasons and information as to why the information should be protected from disclosure. The matter will then be presented to the Attorney General of Texas for final determination. 18. CONFLICT OF INTEREST: Effective January 1, 2006, Chapter 176 of the Texas Local Government Code (House Bill 914) requires that any vendor or person considering doing business with a local government entity disclose the vendor or person's affiliation or business relationship that might cause a conflict of interest with a local government entity. The Conflict- of- Interest Questionnaire form is available from the Texas Ethics Commission at www.ethics.state.tx.us. Completed Conflict- of- Interest Questionnaires may be mailed or delivered by hand to the City Clerk. If mailing a completed form, please mail to: City of Round Rock ATTN City Clerk 221 East Main Street Round Rock, Texas 78664 Any attempt to intentionally or unintentionally conceal or obfuscate a conflict of interest may automatically result in the disqualification of the vendor's offer. Exhibit "A" CITY OF ROUND ROCK PURCHASING DEFINITIONS, STANDARD TERMS AND CONDITIONS Page 6 of 17 Dated: November 2021 19. DAMAGE: The Vendor shall be responsible for damage to the City’s equipment or property, the workplace and its contents by its work, negligence in work, its personnel and equipment. The Vendor shall be responsible and liable for the safety; injury and health of its working personnel while its employees are performing service work. 20. DEFAULT: The Vendor shall be in default under the agreement if the Vendor: 20.1. Fails to fully, timely, and faithfully perform any of its material obligations under the agreement, 20.2. Becomes insolvent or seeks relief under the bankruptcy laws of the United States or 20.3. Makes a material misrepresentation in Vendor’s offer, or in any report or deliverable required to be submitted by the Vendor to the City. 21. DELIVERY: No substitutions or cancellations will be permitted without written approval of the City. 21.1. If delay is foreseen, Vendor shall give written notice to the City. The City has the right to extend delivery or service date or cancel the order or agreement. Vendor shall keep the City advised at all times of the status of the order. Default in promised delivery, service, or failure to meet specifications, authorizes the City to purchase goods or services elsewhere and charge the full increase, if any, in cost and handling to defaulting vendor. Default on delivery may result in legal action and recourse. 21.2. Delivery shall be made between 8 AM and 4 PM Monday through Friday except on regularly observed state or federal holidays, unless prior approval has been obtained from the City or otherwise stated in the solicitation. 21.3. All deliverables shall be delivered at the delivery point specified. If goods are incorrectly delivered, Vendor shall be held responsible for any additional expense incurred in delivering them to their correct destination. 21.4. Receipt of deliverables does not constitute acceptance. 22. DELAYS: 22.1. The City may delay scheduled delivery or other due dates by written notice to the Vendor if the City deems it is in its best interest. If such delay causes an increase in the cost of the work under the Agreement, the City and the Vendor shall negotiate an equitable adjustment for costs incurred by the Vendor in the Agreement price and execute an amendment to the Agreement. The Vendor shall assert its right to an adjustment within thirty (30) calendar days from the date of receipt of the notice of delay. Failure to agree on any adjusted price shall be handled under the Dispute Resolution process. However, nothing in this provision shall excuse the Vendor from delaying the delivery as notified. 22.2. Neither party shall be liable for any default or delay in the performance of its obligations under this Agreement if, while and to the extent such default or delay is caused by acts of God, pandemic, epidemic, quarantine restriction, fire, riots, civil commotion, labor disruptions, sabotage, sovereign conduct, or any other cause beyond reasonable control. In the event of default or delay in agreement performance due to any of the foregoing causes, then the time for completion of the services will be extended; provided, however in such an event a conference will be held to establish a mutually agreeable period of time reasonably necessary to overcome the effect of such failure to perform. 23. DELIVERY TERMS AND TRANSPORTATION CHARGES: Deliverables shall be shipped Freight On Board (FOB) Destination, freight prepaid and allowed unless otherwise specified on the purchase order or in the solicitation. The Vendor’s price shall be deemed to include all delivery and transportation charges. The City shall have the right to designate what method of transportation shall be used to ship the deliverables. The place of delivery shall be that set forth in the block of the purchase order entitled "Ship To". 24. DISCLOSURE OF LITIGATION: Each Respondent shall include in its proposal a complete disclosure of any civil or criminal litigation or investigation pending which involves the Respondent or in which the Respondent has been judged guilty. Exhibit "A" CITY OF ROUND ROCK PURCHASING DEFINITIONS, STANDARD TERMS AND CONDITIONS Page 7 of 17 Dated: November 2021 25. DISPUTE RESOLUTION: If a dispute or claim arises under an Agreement, the parties agree to resolve the dispute or claim by appropriate internal means. If the parties cannot reach a mutually satisfactory resolution, any such dispute or claim will be sought to be resolved with the help of a mutually selected mediator. If the parties cannot agree on a mediator, City and Vendor shall each select a mediator and the two mediators shall agree upon a third mediator. Any costs and fees, other than attorney fees, associated with the mediation shall be shared equally by the parties. City and Vendor hereby expressly agree that no claims or disputes between the parties arising out of or relating to the 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. 26. EFFECTIVE DATE/TERM: Unless otherwise specified in the Solicitation, this Agreement shall be effective as of the date the agreement is signed by both parties and shall continue in effect until all obligations are performed in accordance with the Agreement. 27. EX PARTE COMMUNICATION: Please note that to ensure the fair evaluation of a solicitation, the City prohibits ex parte communication (e.g., unsolicited) initiated by the Respondent to a City representative evaluating or considering the solicitations prior to the time a decision has been made. Communication between Respondent and the City will be initiated by the appropriate City designee in order to obtain information or clarification needed to develop an accurate evaluation of the solicitation. Ex parte communication may be grounds for disqualifying the offending Respondent from consideration for award. 28. EXCEPTIONS: Any variation from this specification shall be indicated on the solicitation or on a separate attachment to the solicitation. The sheet shall be labeled as such. 29. FRAUD: Fraudulent statements by a Respondent on a submittal or in any report or deliverable required to be submitted by the Respondent to the City shall be grounds for the termination of the Agreement for cause by the City and may result in legal action. 30. GOODS: The products furnished under said specification shall be the latest improved model in current production, as offered to commercial trade, and shall be of quality workmanship and material. The Vendor represents that all equipment offered under said specification shall be new. USED, SHOPWORN, DEMONSTRATOR, PROTOTYPE, OR DISCONTINUED MODELS ARE NOT ACCEPTABLE. 31. GOVERNING LAW AND VENUE: The Agreement is made under and shall be governed by the laws of the State of Texas, including, when applicable, the Uniform Commercial Code as adopted in Texas, V.T.C.A., Bus. & Comm. Code, Chapter 1, excluding any rule or principle that would refer to and apply the substantive law of another state or jurisdiction. All issues arising from this Agreement shall be resolved in the courts of Williamson County, Texas and the parties agree to submit to the exclusive personal jurisdiction of such courts. The foregoing, however, shall not be construed or interpreted to limit or restrict the right or ability of the City to seek and secure injunctive relief from any competent authority as contemplated herein. 32. INDEMNITY: Vendor shall indemnify, save harmless and defend the City, its officers, agents, servants, and employees from and against any and all suits, actions, legal proceedings, claims, demands, damages, costs, expenses, reasonable attorney’s fees and any and all other costs or fees incident to the performance of the resulting agreement and arising out of a willful or negligent act or omission of the Vendor, its officers, agents, servants and employees. Vendor’s obligation to indemnify the City shall not extend to any loss or damage of any kind or nature, including death or injury resulting therefrom, caused by the negligence of the City or anyone for whose acts the City may be liable at law. Neither party shall be liable for any consequential damages, including loss of use of lost profits. 33. INDEPENDENT CONTRACTOR: An Agreement with the City shall not be construed as creating an employer/employee relationship, a partnership, or a joint venture. The Vendor’s services shall be those of an independent contractor. The Vendor agrees and understands that an Agreement with the City does not grant any rights or privileges established for employees of the City. The Contractor shall not be within protection or coverage of the City’s Worker’ Compensation insurance, Health Exhibit "A" CITY OF ROUND ROCK PURCHASING DEFINITIONS, STANDARD TERMS AND CONDITIONS Page 8 of 17 Dated: November 2021 Insurance, Liability Insurance or any other insurance that the City from time to time may have in force and effect. 34. INSURANCE: The Vendor shall meet or exceed ALL insurance requirements set forth by the City as identified in https://www.roundrocktexas.gov/wp-content/uploads/2014/11/CORR-Insurance-07.2011.pdf. Any additional insurance requirements of participating or cooperative parties will be included as subsequent Attachments and shall require mandatory compliance. 35. INTERLOCAL COOPERATIVE CONTRACTING (PIGGYBACK): Other governmental entities may be extended the opportunity to purchase from the City’s Agreements, with the consent and agreement of the awarded vendor(s) and the City. Such consent and agreement shall be conclusively inferred from lack of exception to this clause in a Respondent’s submittal. However, all parties indicate their understanding and hereby expressly agree that the City is not an agent of, partner to, or representative of those outside agencies or entities and that the City is not obligated or liable for any action or debts that may arise out of such independently negotiated “piggyback” procurements. 36. INTERPRETATION: An Agreement is intended by the parties as a final, complete, and exclusive statement of the terms of their agreement. No course of prior dealing between the parties or course of performance or usage of the trade shall be relevant to supplement or explain any term used in an Agreement. Although an Agreement may have been substantially drafted by one party, it is the intent of the parties that all provisions be construed in a manner to be fair to both parties, reading no provisions more strictly against one party or the other. Whenever a term defined by the Uniform Commercial Code, as enacted by the State of Texas, is used in an Agreement, the UCC definition shall control, unless otherwise defined in an Agreement. 37. INVOICING: 37.1. The Vendor shall submit separate invoices in duplicate for each purchase order or Agreement. If partial shipments or deliveries are authorized by the City, a separate invoice shall be sent for each shipment or delivery made. Vendor shall submit invoices as required per the Agreement or purchase order to: City of Round Rock ATTN: Accounts Payable 221 East Main Street Round Rock, TX 78664-5299 37.2. Proper invoices shall include a unique invoice number, the purchase order or agreement reference if applicable, the Department’s Name, and the name of the point of contact for the Department. Invoices shall be itemized and transportation charges, if any, shall be listed separately. A copy of the bill of lading and the freight waybill, when applicable, shall be attached to the invoice. The Vendor’s name and, if applicable, the tax identification number on the invoice must exactly match the information in the Vendor’s registration with the City. Unless otherwise instructed in writing, the City may rely on the remittance address specified on the Vendor’s invoice. 37.3. Invoices for labor shall include a copy of all timesheets with trade labor rate and clearly identified. Invoices shall also include a tabulation of work hours at the appropriate rates. Time billed for labor shall be limited to hours actually worked at the work site. 37.4. Invoicing for an Agreement containing a phased payment structure shall be submitted and based on the agreed upon schedule of events and deliverables with all supporting documentation for review and approval by the City. 38. LABOR: The Vendor shall provide all labor and goods necessary to perform the service. The Vendor shall employ all personnel for work in accordance with the requirements set forth by the United States Department of Labor. 39. LIABILITY: A Vendor performing services pursuant to an Agreement or purchase order shall be liable for all damages incurred by Vendor while in performance of such services. Vendor assumes full responsibility for the work to be performed hereunder and hereby releases, relinquishes, and discharges the City, its officers, agents, and employees, from all claims, demands, and causes of action of every kind and character including the cost of defense thereof, for any injury to, including death of, any person whether that person be a third person, supplier, or an employee of Exhibit "A" CITY OF ROUND ROCK PURCHASING DEFINITIONS, STANDARD TERMS AND CONDITIONS Page 9 of 17 Dated: November 2021 either of the parties hereto, and any loss of or damage to property, caused by or alleged to be caused by, arising out of or in connection with the negligent performance of Vendor, whether or not said claims, demands and causes of action in whole or in part are covered by insurance. The City’s insurance requirements apply set forth by the City as identified in https://www.roundrocktexas.gov/wp-content/uploads/2014/11/CORR-Insurance- 07.2011.pdf 40. LIENS: Vendor agrees to and shall indemnify and hold harmless the City against any and all liens and encumbrances for all labor, goods and services which may be provided under the resulting agreement. At the City’s request, the Vendor or subcontractors shall provide a proper release of all liens or satisfactory evidence of freedom from liens shall be delivered to the City. 41. SAFETY DATA SHEETS: Under the "Hazardous Communication Act", commonly known as the "Texas Right To Know Act", a Vendor shall provide to the City with each delivery, safety data sheets, which are applicable to hazardous substances, defined in the Act. 42. NO CONTINGENT FEES: The Vendor warrants that they have not employed or retained any company or person other than a bona fide employee working solely for the Vendor to solicit or secure the agreement, and that they have not paid or agreed to pay any company or person other than a bona fide employee working solely for the Vendor any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of the agreement. For breach or violation of their warranty, the City will have the right to annul the agreement without liability or, in its discretion, to deduct from the agreement, price or consideration, or otherwise recover the full amount of such fee, commission, percentage, brokerage or contingent fee. 43. NO WARRANTY BY CITY AGAINST INFRINGEMENTS: The Vendor represents and warrants to the City that: (i) the Vendor shall provide the City good and indefeasible title to the deliverables and (ii) the deliverables supplied by the Vendor in accordance with the specifications in the Agreement will not infringe, directly or contributory, any patent, trademark, copyright, trade secret, or any other intellectual property right of any kind of any third party; that no claims have been made by any person or entity with respect to the ownership or operation of the deliverables and the Vendor does not know of any valid basis for any such claims. The Vendor shall, at its sole expense, defend, indemnify, and hold the City harmless from and against all liability, damages, and costs (including court costs and reasonable fees of attorneys and other professionals) arising out of or resulting from: (i) any claim that the City’s exercise anywhere in the world of the rights associated with the City’s’ ownership, and if applicable, license rights, and its use of the deliverables infringes the intellectual property rights of any third party; or (ii) the Vendor’s breach of any of Vendor’s representations or warranties stated in this Agreement. In the event of any such claim, the City shall have the right to monitor such claim or at its option engage its own separate counsel to act as co-counsel on the City’s behalf. Further, Vendor agrees that the City’s specifications regarding the deliverables shall in no way diminish Vendor’s warranties or obligations under this paragraph and the City makes no warranty that the production, development, or delivery of such deliverables will not impact such warranties of Vendor. 44. NON-APPROPRIATION: The resulting Agreement is a commitment of the City’s current revenues only. It is understood and agreed the City shall have the right to terminate the Agreement at the end of any City fiscal year if the governing body of the City does not appropriate funds sufficient to purchase the estimated yearly quantities, as determined by the City’s budget for the fiscal year in question. The City may affect such termination by giving Vendor a written notice of termination at the end of its then current fiscal year. 45. 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. 46. OVERCHARGES: Vendor hereby assigns to the purchaser any and all claims for overcharges associated with this agreement which arise under the antitrust laws of the United States, 15 USGA Section 1 et seq., and which arise under the antitrust laws of the State of Texas, Bus. and Com. code, Section 15.01, et seq. Exhibit "A" CITY OF ROUND ROCK PURCHASING DEFINITIONS, STANDARD TERMS AND CONDITIONS Page 10 of 17 Dated: November 2021 47. PROMPT PAYMENT POLICY: Payments will be made in accordance with the Texas Prompt Payment Law, Texas Government Code, Subtitle F, Chapter 2251. The City will pay Vendor within thirty (30) days after the acceptance of the supplies, materials, equipment, or the day on which the performance of services was completed or the day, on which the City receives a correct invoice for the supplies, materials, equipment, or services, whichever is later. The Vendor may charge a late fee (fee shall not be greater than that which is permitted by Texas law) for payments not made in accordance with this prompt payment policy; however, this policy does not apply to payments made by the City in the event: 47.1. There is a bona fide dispute between the City and Vendor concerning the supplies, materials, services, or equipment delivered, or the services performed that causes the payment to be late; or 47.2. The terms of a federal agreement, grant, regulation, or statute prevent the City from making a timely payment with Federal Funds; or 47.3. The is a bona fide dispute between the Vendor and a subcontractor or between a subcontractor and its suppliers concerning supplies, material, or equipment delivered or the services performed which caused the payment to be late; or 47.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase order or agreement or other such contractual agreement. 48. PLACE AND CONDITION OF WORK: ( apply only to a Solicitation to purchase Services to be performed principally at the City’s premises or on public rights-of-way) The City will provide the Vendor access to the sites where the Vendor is to perform the services as required in order for the Vendor to perform in a timely and efficient manner, in accordance with and subject to the applicable security laws, rules, and regulations. The Vendor acknowledges that it has satisfied itself as to the nature of the City’s service requirements and specifications, the location, and essential characteristics of the work sites, the quality and quantity of materials, equipment, labor, and facilities necessary to perform the services, and any other condition or state of fact which could in any way affect performance of the Vendor’s obligations under the agreement. The Vendor hereby releases and holds the City harmless from and against any liability or claim for damages of any kind or nature if the actual site or service conditions differ from expected conditions. 49. PREPARATION OF RESPONSE COSTS: All costs directly or indirectly related to preparation of a response to this solicitation, or any oral presentation required to supplement and/or clarify a proposal which may be required by the City shall be the sole responsibility of the Respondent. 50. RIGHT OF INSPECTION AND REJECTION: The City expressly reserves all rights under law, including, but not limited to the Uniform Commercial Code, to inspect the deliverables at delivery or at a reasonable time subsequent to delivery and to reject defective or non-conforming deliverables. If the City has the right to inspect the Vendor’s, or the Vendor’s Subcontractor’s, facilities, or the deliverables at the Vendor’s, or the Vendor’s Subcontractor’s, premises, the Vendor shall furnish, or cause to be furnished, without additional charge, all reasonable facilities and assistance to the City to facilitate such inspection. 51. RIGHT TO AUDIT: 51.1. The Vendor agrees that the representatives of the Office of the City Auditor or other authorized representatives of the City shall have access to, and the rights to audit, examine, or reproduce, any and all records of the Vendor related to the performance under this Agreement. The Vendor shall retain all such records for a period of three (3) years after final payment on this Agreement or until all audit and litigation matters that the City has brought to the attention of the Vendor are resolved, whichever is longer. The Vendor agrees to refund to the City any overpayments disclosed by any such audit. 51.2. The Vendor shall include section 49.1 above in all subcontractor agreements entered into in connection with this Agreement. Exhibit "A" CITY OF ROUND ROCK PURCHASING DEFINITIONS, STANDARD TERMS AND CONDITIONS Page 11 of 17 Dated: November 2021 52. SERVICE: Vendor shall have service and maintenance available to the City and shall be able to respond to a request for service as specified. 52.1. Consistent failure by the vendor to respond to service calls within the allowed response time may place the vendor in default and subject to cancellation of the purchase order and/or agreement. Consistent failure is defined as not responding within the allowed response time at any or all locations on two (2) out of three (3) consecutive occurrences. 52.2. Service technicians shall be fully qualified to work on the listed equipment and employed by the vendor on the effective date of the agreement. Vendor shall be able to verify that service personnel have had training with a minimum of one year of "hands on" experience working on the listed equipment. 53. SHIPMENT UNDER RESERVATION PROHIBITED: The Vendor is not authorized to ship the deliverables under reservation and no tender of a bill of lading will operate as a tender of deliverables. 54. STOP WORK NOTICE: The City may issue an immediate Stop Work Notice in the event the Vendor is observed performing in a manner that is in violation of Federal, State, or local guidelines, or in a manner that is determined by the City to be unsafe to either life or property. Upon notification, the Vendor shall cease all work until notified by the City that the violation or unsafe condition has been corrected. The Vendor shall be liable for all costs incurred by the City as a result of the issuance of such Stop Work Notice. 55. SUBCONTRACTORS: The Vendor shall be fully responsible to the City for all acts and omissions of the Subcontractors just as the Vendor is responsible for the Vendor’s own acts and omissions. The Vendor shall: 55.1. require that all deliverables to be provided by the Subcontractor be provided in strict accordance with the provisions, specifications, and terms of the Agreement. 55.2. require that all Subcontractors obtain and maintain, throughout the term of their agreement, primary insurance in the type and amounts specified for the Vendor, with the City being named as an additional insured; and 55.3. require that the Subcontractor indemnify and hold the City harmless to the same extent as the Contractor is required to indemnify the City. 56. SURVIVABILITY OF OBLIGATIONS: All provisions of the Agreement that impose continuing obligations on the parties, including but not limited to the warranty, indemnity, and confidentiality obligations of the parties, shall survive the expiration or termination of the Agreement. 57. TAX EXEMPTION: The City of Round Rock is exempt from all federal excise, state and local taxes unless otherwise stated in this document. The City claims exemption from all sales and/or use taxes under Texas Tax Code §151.309, as amended. Texas Limited Sales Tax Exemption Certificates will be furnished upon request. Vendors shall not charge for said taxes. If billed, City will not remit payment until invoice is corrected. 58. TERMINATION FOR CAUSE: In the event of a default by the Vendor, the City shall have the right to terminate the Agreement for cause, by written notice effective ten (10) calendar days, unless otherwise specified, after the date of such notice, unless the Vendor, within such ten (10) day period, cures such default, or provides evidence sufficient to prove to the City’s reasonable satisfaction that such default does not, in fact, exist. In addition to any other remedy available under law or in equity, the City shall be entitled to recover all actual damages, costs, losses, and expenses, incurred by the City as a result of the Vendor’s default, including, without limitation, solicitation cost, reasonable attorneys’ fees, court costs, and prejudgment and post-judgment interest at the maximum lawful rate. Additionally, in the event of a default by the Vendor, the City may remove the Vendor from the City’s vendor list for three (3) years and any Offer submitted by the Vendor may be disqualified for up to three (3) years. All rights and remedies under the Agreement are cumulative and are not exclusive of any other right or remedy provided by law. Exhibit "A" Page 12 of DATED: JULY 2011 59. TERMINATION WITHOUT CAUSE: Either party shall have the right to terminate the Agreement, in whole or in part, without cause and for convenience any time upon thirty (30) calendar days’ prior written notice. Upon receipt of a notice of termination, the Vendor shall promptly cease all further work pursuant to the Agreement, with such exceptions, if any, specified in the notice of termination. The City shall pay the Vendor, to the extent of funds Appropriated or otherwise legally available for such purposes, for all goods delivered and services performed, and obligations incurred prior to the date of termination in accordance with the terms. 60. TITLE & RISK OF LOSS: Title to and risk of loss of the deliverables shall pass to the City only when the City actually receives and accepts the deliverables (no delivery no sale). 61. VENDOR’S OBLIGATIONS: The Vendor shall fully and timely provide all deliverables described in the Solicitation or Purchase Order and in the Vendor’s response in strict accordance with the terms, covenants, and conditions of the Agreement and all applicable Federal, State, and local laws, rules, and regulations. 62. VENUE: Both the City and the Vendor agree that venue for any litigation arising from a resulting agreement shall lie in Williamson County, Texas. 63. WARRANTY-PRICE: The agreement price shall be firm for an initial 12-month term of the agreement. No separate line-item charges shall be permitted for either response or invoice purposes, which shall include equipment rental, demurrage, , delivery charges, and cost associated with obtaining permits or any other extraneous charges. Vendor further certifies that the prices in the Offer have been arrived at independently without consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such fees with any other firm or with any competitor. 64. WARRANTY: The goods specified shall be warranted against defects in material and workmanship for a period of twelve (12) months beginning with the date of acceptance. If the manufacturer's standard warranty exceeds twelve (12) months, then the manufacturer's standard warranty shall be in effect. The successful bidder shall furnish a copy of the manufacturer's warranty at time of delivery. 65. WORKFORCE: ( apply only to a Solicitation to purchase Services to be performed principally at the City’s premises or on public rights-of-way) 65.1. The Vendor shall employ only orderly and competent workers, skilled in the performance of the services which they shall perform under the Agreement. 65.2. The Vendor, its employees, subcontractors, and subcontractor's employees while engaged in participating in an Agreement or Purchase Order or while in the course and scope of delivering goods or services under a City agreement may not: 65.2.1. use or possess a firearm, including a concealed handgun that is licensed under state law, except as required by the terms of the agreement; or 65.2.2. use or possess alcoholic or other intoxicating beverages, illegal drugs, or controlled substances, nor may such workers be intoxicated, or under the influence of alcohol or controlled substances, on the job. 65.3. If the City or the City's representative notifies the Vendor that any worker proves to be disorderly, disobedient, or incompetent, has knowingly or repeatedly violated safety regulations, has possessed any firearms, or has possessed or was under the influence of alcohol or controlled substances on the job, the Vendor shall immediately remove such worker from Agreement services, and may not employ such worker again on Agreement services without the City's prior written consent. 66. ENVIRONMENTAL PROVISIONS and DEFINITIONS: In addition to the other terms and conditions contained in the Agreement, when the Services involve the transportation and disposal of hazardous waste, the following environmental provisions shall also apply: Exhibit "A" Page 13 of DATED: JULY 2011 A. DEFINITIONS The following terms used in this Agreement shall have the meanings set forth below: i. "Profile Sheet" means a Waste Profile Sheet executed by CITY. ii. "Services" means analytical, collection, management, treatment, remediation, transportation, disposal and recycling services and such other services which VENDOR may perform from time to time with respect to CITY’s waste materials. iii. “Waste Materials” shall mean any chemical, substance or material designated or regulated as a “hazardous material,” “hazardous waste,” “toxic substance” or any similar designation (including petroleum products) by any national, federal, state, provincial, or local government (including any agency, authority, department, instrumentality or other subdivision of the foregoing) having or asserting environmental regulatory jurisdiction with respect to the substance or material generated as defined in 40 CFR 260.10. iv. “Universal Wastes” means those wastes defined in 40 CFR §273.9. v. “Facility" means a storage, treatment and/or disposal facility owned or audited and approved by VENDOR, and which is permitted to accept waste materials under applicable laws and regulations. B. CITY warrants that the Waste Materials in the Profile Sheet will contain a true and correct description of CITY’s Waste Material and that such Waste Material will conform to this description. If CITY's Waste Materials do not conform to the descriptions and specifications stated in the corresponding Profile Sheet, VENDOR and CITY shall, in good faith, attempt to amend the Profile Sheet and any other pertinent documents and/or correct any improper containerization, marking or labeling to enable VENDOR to accept such non-conforming Waste Materials at a disposal Facility. If the parties cannot, within a reasonable time after VENDOR notifies CITY the Waste Materials are non-conforming, resolve the same as set forth above, CITY shall make prompt arrangements for the removal of such non-conforming Waste Materials from the Facility at which they are located to another lawful place of storage or disposal. CITY agrees to pay VENDOR its reasonable expenses and charges incurred with respect to CITY's non- conforming Waste Materials. In the event VENDOR performs services on premises owned or controlled by CITY, CITY will provide VENDOR with a safe workplace, and if VENDOR requests that work areas be secured, CITY will be solely responsible for securing such work areas and for preventing anyone other than the designated personnel from entering the designated work areas. In the event that Universal Wastes are managed under the Agreement, CITY must provide an accurate piece count for each of the items being shipped to the VENDOR (lamps, bulbs, monitors, etc.). In the absence of the piece count on shipping documents, the piece count made by VENDOR at the receiving Facility shall be conclusive and final. C. With respect to any CITY Waste Materials being shipped to a third party facility for disposal, and notwithstanding anything to the contrary in this Agreement, VENDOR’s aggregate liability arising out of services provided hereunder, other than transportation services provided by VENDOR or storage, treatment and/or disposal services provided by VENDOR at VENDOR’s locations, shall not exceed the greater of the aggregate fees paid in any calendar year hereunder or one million dollars ($ 1,000,000). Exhibit "A" Page 14 of DATED: JULY 2011 City of Round Rock Insurance Requirements 1. INSURANCE: The Vendor shall procure and maintain at its sole cost and expense for the duration of the agreement or purchase order resulting from a response to the Solicitation/Specification, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work as a result of the solicitation by the successful respondent, its agents, representatives, volunteers, employees or subcontractors. 1.1. Certificates of Insurance and endorsements shall be furnished to the City and approved by the City before work commences. 1.2. The following standard insurance policies shall be required: 1.2.1. General Liability Policy 1.2.2. Automobile Liability Policy 1.2.3. Worker’s Compensation Policy 1.3. The following general requirements are applicable to all policies: 1.3.1. Only insurance companies licensed and admitted to do business in the State of Texas shall be accepted. 1.3.2. Deductibles shall be listed on the Certificate of Insurance and are acceptable only on a per occurrence basis for property damage only. 1.3.3. Claims made policies shall not be accepted, except for Professional Liability Insurance. 1.3.4. Deleted. 1.3.5. Policies shall include, but not be limited to, the following minimum limits: 1.3.5.1. Minimum Bodily Injury Limits of $300,000.00 per occurrence. 1.3.5.2. Property Damage Insurance with minimum limits of $50,000.00 for each occurrence. 1.3.5.3. Automobile Liability Insurance for all owned, non-owned, and hired vehicles with minimum limits for Bodily Injury of $100,000.00 each person, and $300,000.00 for each occurrence, and Property Damage Minimum limits of $50,000.00 for each occurrence. 1.3.5.4. Statutory Worker’s Compensation Insurance and minimum $100,000.00 Employers Liability Insurance. 1.3.6. Coverage shall be maintained for two (2) years minimum after the termination of the Agreement. 1.4. Deleted. 1.5. Vendor agrees that with respect to the required insurance, all insurance contracts and certificate(s) of insurance will contain and state, in writing, on the certificate or its attachment, the following provisions: 1.5.1. Provide for an additional insurance endorsement clause declaring the Vendor’s Exhibit "A" Page 15 of DATED: JULY 2011 insurance as primary. 1.5.2. Name the City and its officers, employees, and elected officials as additional insured’s, (as the interest of each insured may appear) as to all applicable coverage. 1.5.3. Provide thirty (30) days’ notice to the City of cancellation, non-renewal, or material changes. 1.5.4. Remove all language on the certificate of insurance indicating: 1.5.4.1. That the insurance company or agent/broker shall endeavor to notify the City; and, 1.5.4.2. Failure to do so shall impose no obligation of liability of any kind upon the company, its agents, or representatives. 1.5.5. Provide for notice to the City at the addresses listed below by registered mail: 1.5.6. Vendor agrees to waive subrogation against the City, its officers, employees, and elected officials for injuries, including death, property damage, or any other loss to the extent same may be covered by the proceeds of insurance. 1.5.7. Provide that all provisions of the agreement concerning liability, duty, and standard of care together with the indemnification provision, shall be underwritten by contractual liability coverage sufficient to include such obligations within applicable policies. 1.5.8. All copies of the Certificate of Insurance shall reference the project name, solicitation number or purchase order number for which the insurance is being supplied. 1.5.9. Vendor shall notify the City in the event of any change in coverage and shall give such notices not less than thirty days prior notice to the change, which notice shall be accomplished by a replacement Certificate of Insurance. 1.5.10. All notices shall be mailed to the City at the following addresses: Assistant City Manager City Attorney City of Round Rock City of Round Rock 221 East Main 309 East Main Round Rock, TX 78664-5299 Round Rock, TX 78664 2. WORKERS COMPENSATION INSURANCE 2.1. Texas Labor Code, Section 406.098 requires workers’ compensation insurance coverage for all persons providing services on building or construction projects for a governmental entity. 2.1.1. Certificate of coverage (“certificate”) - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the Texas Workers’ Compensation Commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or Exhibit "A" Page 16 of DATED: JULY 2011 TWCC-84), showing statutory workers’ compensation insurance coverage for the person’s or entity’s employees providing services on a project, for the duration of the project. 2.1.2. Duration of the project - includes the time from the beginning of the work on the project until the CONTRACTOR’S/person’s work on the project has been completed and accepted by the OWNER. 2.2. Persons providing services on the project (“subcontractor”) in Section 406.096 – includes all persons or entities performing all or part of the services the CONTRACTOR has undertaken to perform on the project, regardless of whether that person contracted directly with the CONTRACTOR and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner- operators, employees of any such entity, or employees of any entity, which furnishes persons to provide services on the project. “Services” include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. “Services” does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2.3. The CONTRACTOR shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, that meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the CONTRACTOR providing services on the project, for the duration of the project. 2.4. The CONTRACTOR must provide a certificate of coverage to the OWNER prior to being awarded the agreement. 2.5. If the coverage period shown on the CONTRACTOR’S current certificate of coverage ends during the duration of the project, the CONTRACTOR shall, prior to the end of the coverage period, file a new certificate of coverage with the OWNER showing that coverage has been extended. 2.6. The CONTRACTOR shall obtain from each person providing services on a project, and provide to the OWNER: 2.6.1. a certificate of coverage, prior to that person beginning work on the project, so the OWNER will have on file certificates of coverage showing coverage for all persons providing services on the project; and 2.6.2. no later than seven (7) calendar days after receipt by the CONTRACTOR, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 2.7. The CONTRACTOR shall retain all required certificates of coverage for the duration of the project and for one (1) year thereafter. 2.8. The CONTRACTOR shall notify the OWNER in writing by certified mail or personal delivery, within ten (10) calendar days after the CONTRACTOR knew or should have known, or any change that materially affects the provision of coverage of any person providing services on the project. 2.9. The CONTRACTOR shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers’ Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 2.10. The CONTRACTOR shall contractually require each person with whom it contracts to provide services on a project, to: 2.10.1. provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, that meets the statutory requirements Exhibit "A" Page 17 of DATED: JULY 2011 of Texas Labor Code, Section 401.011(44) for all its employees providing services on the project, for the duration of the project; 2.10.2. provide to the CONTRACTOR, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on a project, for the duration of the project; 2.10.3. provide the CONTRACTOR, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 2.10.3.1. obtain from each other person with whom it contracts, and provide to the CONTRACTOR: 2.10.3.1.1. a certificate of coverage, prior to the other person beginning work on the project; and 2.10.3.1.2. a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project 2.10.3.2. retain all required certificates of coverage on file for the duration of the project and for one (1) year thereafter; 2.10.3.3. notify the OWNER in writing by certified mail or personal delivery, within ten (10) calendar days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 2.10.3.4. contractually require each person with whom it contracts, to perform as required by paragraphs (2.1 thru 2.7), with the certificates of coverage to be provided to the person for whom they are providing services. 2.10.3.5. By signing the solicitation associated with the specification, or providing, or causing to be provided a certificate of coverage, the Contractor is representing to the Owner that all employees of the Contractor who will provide services on the project will be covered by workers’ compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the Commission’s Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 2.10.3.6. The Contractor’s failure to comply with any of these provisions is a breach of contract by the Contractor that entitles the Owner to declare the agreement void if the Contractor does not remedy the breach within ten (10) calendar days after receipt of notice of breach from the owner ***** Exhibit "A"