Fire Alarm Systems Inspections

expired opportunity(Expired)
From: Cameron(County)
Bid #1425i (Re-Bid)

Basic Details

started - 20 Feb, 2023 (14 months ago)

Start Date

20 Feb, 2023 (14 months ago)
due - 07 Mar, 2023 (14 months ago)

Due Date

07 Mar, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
Bid #1425i (Re-Bid)

Identifier

Bid #1425i (Re-Bid)
Cameron County

Customer / Agency

Cameron County
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Page 1 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS CAMERON COUNTY PURCHASING DEPARTMENT INVITATION TO BID BID NUMBER: # 1425 I BID TITLE: FIRE ALARM SYSTEMS INSPECTIONS DATE DUE: MARCH 7TH, 2023 DUE NO LATER THAN 3:00 P.M. Bids will be opened at the Cameron County Courthouse, 1100 East Monroe Street, Brownsville, Texas in the Purchasing Department – 3rd Floor – Room # 345 at 3:01 p.m. (as per Purchasing Dept. time clock) on deadline due date. Bids received later than the date and time above will not be considered. Please return ORIGINAL ONE (1) bid in sealed envelope. Be sure that return envelope shows the Bid Number, Description and is marked “SEALED BID”. RETURN BID TO: by U.S. mail or delivered to the office of Purchasing Dept., County Courthouse (Dancy Bldg.) 1100 E. Monroe St, 3rd Floor, Room 345, Brownsville, Texas 78520. For additional information or to request addendum email: Ignacio Amezcua or Roberto Luna at
href="mailto:purchasing@co.cameron.tx.us">purchasing@co.cameron.tx.us YOU MUST SIGN BELOW IN INK; FAILURE TO SIGN WILL DISQUALIFY THE OFFER. All prices must be typewritten or written in ink. Company Name: ___________________________________________________________________________________ Company Address: ____________________________________________________________________________ City, State, Zip Code: ____________________________________________________________________________ Historically Underutilized Business (State of Texas) Certification VID Number: _________________________________ Telephone No.____________________________ Fax No. _____________________ e-mail_________________________ SIGNATURE:______________________________________ Print Name:_____________________ How did you find out about this Bid? _______________________________________ _ (ex: Newspaper, Web, Mail) Is Bidder’s principal place of Business within Cameron County? □ Yes □ No If yes what City: ____________________________ (Your signature attests to your offer to provide the goods and/or services in this bid according to the published provision of this bid. When an award letter is issued, this Bid becomes the contract. If a Bid required specific Contract is to be utilized in addition to this Bid, this signed Bid will become part of that contract. When an additional Contract is required a bid award does not constitute a contract award and Bid / Contract is not valid until contract is awarded by Commissioners Court (when applicable) signed by County Judge) and Purchase Order is issued. mailto:purchasing@co.cameron.tx.us Page 2 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS CHECK LIST Items checked below represent components which comprise this bid/proposal package. If the item IS NOT checked, it is NOT APPLICABLE to this bid/proposal. Bidders are asked to review the package to be sure that all applicable parts are included. If any portion of the package is missing, notify the Purchasing Department immediately. It is the Bidder’s responsibility to be familiar with all the Requirements and Specifications. Be sure you understand the following before you return your bid packet. _X__ Cover Sheet Your company name, address and your signature (IN INK) should appear on this page. _X__ Instructions to Bidders You should be familiar with all of the Instructions to Bidders. _X__ Special Requirements This section provides information you must know in order to make an offer properly. _X__ Specifications / Scope of Work This section contains the detailed description of the product/service sought by the County. Attachments X Attachments A, B, C, D, E, F, G, H, I Be sure to complete these forms and return with packet. ___ Bid Guaranty & Performance Bond Information & Requirements This form applies only to certain bids/proposals. All public work contracts over $25,000 require a Payment Bond and over $100,00 must also have a Performance Bond in a form approved by the County. Please read carefully and fill our completely. X Minimum Insurance Requirements Included when applicable _X_ Worker’s Compensation Insurance Coverage Rule 110.110 This requirement is applicable for a building or construction contract. ___ Financial Statement When this information is required, you must use this form. Other - Final Reminders To double check before submitting BID ____ Is your bid sealed with bid #, title, Bidder’s Name, & return address, on outside? ____ Did you complete, sign and submit page 1? ____ Did you provide the number of copies as required on the cover page? ____ Did you visit our website for any addendums? https://www.cameroncounty.us/purchasing-bids-rfpq-addms-tabs/ If not interested in Bidding please let us know why e-mail to: Purchasing@co.cameron.tx.us https://www.cameroncounty.us/purchasing-bids-rfpq-addms-tabs/ mailto:Purchasing@co.cameron.tx.us Page 3 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS INSTRUCTIONS FOR SUBMITTING BIDS These General Instructions apply to all offers made to Cameron County, Texas (herein after referred to as “County”) by all prospective vendors (herein after referred to as “Bidders”) on behalf of Solicitations including, but not limited to, Invitations to Bid and Requests for Quotes. Cameron County is an Equal Employment Opportunity Employer. Carefully read all instructions, requirements and specifications. Fill out all forms properly and completely. Submit your bid with all appropriate supplements and/or samples. Prior to returning your sealed bid response / submittal, all Addendums - if issued - should be reviewed and downloaded by entering the County Purchasing web https://www.cameroncounty.us/purchasing-bids-rfpq-addms-tabs/ Addendums Column (updated Addendums). These Addendums must be signed and returned with your bid in order to avoid disqualification. All Tabulations can also be viewed and downloaded at this site. Annual Bid award information can be accessed at: https://www.cameroncounty.us/purchasing-bids-rfpq-addms-tabs/ Review this document in its entirety. Be sure your Bid is complete, and double check your Bid for accuracy. Cameron County is an Equal Employment Opportunity Employer. GOVERNING FORMS: In the event of any conflict between the terms and provisions of these requirements and the specifications, the specifications shall govern. In the event of any conflict of interpretation of any part of this overall document, Cameron County’s interpretation shall govern. Where substitutions are used, they must be of equivalent value or service, and specified by the bidder as such, in the columns to the right on the "Minimum Specifications' Forms". The County’s specifications may be exceeded and should be noted by the Vendor as such. Any bid NOT MEETING the Minimum Requirements specified will be rejected. GOVERNING LAW: This invitation to bid is governed by the competitive bidding requirements of the County Purchasing Act, Texas Local Government Code, δ262.021 et seq., as amended. Offerors shall comply with all applicable federal, state and local laws and regulations. Offeror is further advised that these requirements shall be fully governed by the laws of the State of Texas and that Cameron County may request and rely on advice, decisions and opinions of the Attorney General of Texas and the County Attorney concerning any portion of these requirements. Questions requiring only clarification of instructions or specifications will be handled verbally. If any questions result in a change or addition to this Bid, the Change(s) and addition(s) will be forwarded to all vendors involved (as quickly as possible) in the form of a written addendum only. Verbal changes to Bids must be backed-up by written addendum or written Q/A clarifications which would be posted on County Purchasing Web site. Without written Addendum or written Q / A clarification, verbal changes to Bids will not apply. Sign the Vendor’s Affidavit Notice, complete answers to Attachments A,B, C, D, E , F , G, H, I and return all with your bid. CONFLICT OF INTEREST QUESTIONNAIRE: For vendor or other person doing business with local governmental entity This questionnaire must be filed in accordance with chapter 176 of the Local Government Code by a person doing business with the governmental entity. By law this questionnaire must be filed with the records administrator (County Clerk’s Office) of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for which an activity described in Section 176.006(a), Local Government Code, is pending and not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate. Please review this entire document, if for any reason there is any information to disclose, relative to any questions in this Conflict of Interest form, you must file with County Clerk’s Office subject to above instructions. can be downloaded at the following web site: https://www.cameroncounty.us/wp-content/uploads/Purchasing/docs/Conflict_of_Interest_Questionnaire_New_2015__.pdf DISCLOSURE OF INTERESTS: This questionnaire must be filed with the records administrator (County Clerk’s Office) of the local government and no later than the 7th business day after the person becomes aware of facts that require this statement to be filed. Cameron County, Texas requires all persons or firms seeking to do business with the County to provide the following information if the person becomes aware of facts that require this statement to be filed. Every question must be answered. If the question is not applicable, answer with “N/A.” https://www.cameroncounty.us/purchasing-bids-rfpq-addms-tabs/ https://www.cameroncounty.us/purchasing-bids-rfpq-addms-tabs/ https://www.cameroncounty.us/wp-content/uploads/Purchasing/docs/Conflict_of_Interest_Questionnaire_New_2015__.pdf Page 4 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS Please review this entire document, if for any reason there is any information to disclose, relative to any questions in this disclosure of interest form, you must file with County Clerk’s Office subject to above instructions. can be downloaded at the following web site: https://www.cameroncounty.us/wp-content/uploads/Purchasing/CIS.pdf TEXAS ETHICS COMMISSION FORM 1295 All Bids prior to award or award of Contract by Commissioner’s Court will require that the Texas Ethics Commission (TEC) Form 1295 Electronic (on line) Vendor filing procedure be completed by Vendor. All Vendors being recommended to Commissioners Court for award or renewal of award on Agenda must register and obtain a TEC Certification for the specific award. This Certification Form 1295 must be electronically submitted, printed and notarized. Notarized form must be emailed or delivered to County Purchasing Department making the request for form. This process must be completed prior to Commissioners Court Agenda for approval consideration of Bid award. There is no charge for this TEC online process. Texas Ethics Commission (TEC) Form 1295 must be completed (by firm - on line “New Form 1295 Certificate of Interested Parties Electronic Filing Application” Site at: https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm ) If any Vendors have questions as to TEC Form 1295 visit the County Purchasing Web site left column tab “Vendor – TEC Form 1295” for more information. TEC Web site links can be found at this location including Question / Answers and Video instructions. tab Link: https://www.cameroncounty.us/vendors-tec-form-1295/ BIDDER SHALL SUBMIT BID ON THE FORM PROVIDED, SIGN THE VENDOR AFFIDAVIT, AND RETURN ENTIRE BID PACKET. In the event of inclement weather and County Offices are officially closed on a bid deadline day, bids will be received unit 2:00 p.m. of the next business day. Bids will be opened at the Cameron County Courthouse, 1100 East Monroe Street, Brownsville, Texas in the Purchasing Department – 3rd Floor – Room # 345 (as per Purchasing Dept. time clock. BIDS SUBMITTED AFTER THE SUBMISSION DEADLINE SHALL BE RETURNED UNOPENED AND WILL BE CONSIDERED VOID AND UNACCEPTABLE. BIDDERS MAY ATTEND PUBLICLY HELD COMM COURT MEETING FOR AWARD OF THIS SOLICITATION. All responding bidders are welcome to attend the publicly held Commissioners Court meeting relative to the outcome / award of this solicitation. Court Meeting agenda date and times may be obtained at the following web site: https://www.cameroncountytx.gov/commissioners-court-agendas/ SUCCESSFUL VENDOR WILL BE NOTIFIED BY MAIL. All responding vendors will receive written notification regarding the outcome of the award. OPEN RECORDS ACCESS TO ALL INFORMATION SUBMITTED. All information included will be open to the public, other bidders, media as per the Open Records Act and not be confidential in nature. If you deem any information as confidential, it should not be made part of your bid package. PLEASE NOTE CAREFULLY THIS IS THE ONLY APPROVED INSTRUCTION FOR USE ON YOUR BID. ITEMS BELOW APPLY TO AND BECOME A PART OF TERMS AND CONDITIONS OF BID. ANY EXCEPTIONS THERETO MUST BE IN WRITING. 1. Each bid shall be placed in a separate envelope completely and properly identified with the name and number of the bid. Bids must be in the Purchasing Department BEFORE the hour and date specified. 2. Bids MUST give full firm name and address of the bidder. Failure to manually sign bid will disqualify it. Person signing bid should show TITLE or AUTHORITY TO BIND THE FIRM IN A CONTRACT. 3. Bids CANNOT be altered or amended after deadline time. Any alterations made before deadline time must be initiated by bidder or his authorized agent. No bid can be withdrawn after opening time without approval by the Commissioners Court based on a written acceptable reason. 4. The County is exempt from State Sales Tax and Federal Excise Tax. DO NOT INCLUDE TAX IN BID. Cameron County claims exemption from all sales and/or use taxes under Texas Tax Code δ151.309, as amended. Texas Limited Sales Tax Exemption Certificates will be furnished upon written request to the Cameron County Purchasing Agent. 5. Any Catalog, brand name or manufacturer’s reference used in a bid invitation is descriptive-NOT restrictive-it is to indicate type and quality desired. Bids on brand of like nature and quality will be considered. If bid is based on other than reference specifications, proposal must show manufacturer, brand or trade name, lot number, etc., of article offered. If other than brand(s) specified is offered, illustrations and complete descriptions should be made part of the bid. If bidder takes no exception to specifications or reference data, he will be required to furnish brand names, numbers, etc. as specified. https://www.cameroncounty.us/wp-content/uploads/Purchasing/CIS.pdf https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm https://www.cameroncounty.us/vendors-tec-form-1295/ https://www.cameroncountytx.gov/commissioners-court-agendas/ Page 5 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS 6. Samples, when requested, must be furnished free of expense to the County. If not destroyed in examination, they will be returned to the bidder on request, at his expense. Each sample should be marked with bidder’s name, address, and County bid number. DO NOT ENCLOSE OR ATTACH SAMPLE TO BID. 7. Written and verbal inquires pertaining to bids must give Bid Number and Company. 8. NO substitutions, changes or cancellations permitted without written approval of Director of Purchasing. 9. The County reserves the right to accept or reject all or any part of any bid, waiver minor technicalities. The County of Cameron reserves the right to award by item category or by total bid. Prices should be itemized. County also reserves the right to award either with or without trade-in, if applicable. Cameron County reserves the right to award if only one (1) Bid was received. Cameron County retains the option to re-bid at any time if in its best interest and is not automatically bound to renewal or re-bid. The County reserves the right to hold all Bids for 60 days from the due date of receipt without actions. The County reserves the right to add additional County Departments (at a later time during this bid award) as the need arises. The County also reserves the right to consider CO-OP Interlocal Agreements / pricing if determined to be more advantageous to the County. 10. Bid unit price on quantity specified – extend and show total. In case or errors in extension, UNIT prices shall govern. If both alphabetic and numeric (unit prices) are required and a discrepancy is found between both on the same line item whichever unit price confirms the line total will govern. If neither confirms then the alphabetic price will govern. If there is no line total requested then the alphabetic unit price shall govern. If combined / sum of line totals do not match the Bid total then the Bid total will be corrected to reflect the sum of the line totals. If there is a discrepancy between the alphabetic and numeric Base Bid Total / Total Bid amount, the alphabetic Base Bid Total / Total Bid will take precedence. Bids subject to unlimited price increase will not be considered, but limited to Preventive Maintenance Annual Local Labor Union Wage Rate adjustments. ALL PRICING WILL REMAIN FIRM UNLESS THIS BID ALLOWS FOR OPEN MARET PRICE INCREASES (AS SO SPECIFIED WITHIN). When inserting number of days or percentage % in Bid (ex: number of days to deliver or install or complete work, etc. or percentage over vendor’s cost or percentage discount off list price) avoid using a range (ex: 30-90 days or 15% to 20 % cost plus) but use only one number for number of days or percentage. If a range is used the County will consider the higher number or worst-case scenario from the County’s standpoint in making bid comparisons / tabulations. 11 This is a bid inquiry only and implies no obligation on the part of Cameron County. 12. Acceptance of and final payment for the item will be contingent upon satisfactory performance of the product received by Cameron County. 13. Partial bids will not be accepted unless awarded by complete category or line item. To be awarded as one award for all combined Total Bid . 14. BASIS OF BID AWARD - The contract will be awarded to the responsible and responsive bidders meeting the specifications and having the lowest possible total extended price of the Base Bid (unit cost), consistent with the quality needed for effective use. All prices quoted will be firm. Award to successful bidder will be made by Cameron County Commission action. Bid pricing shall be firm for the entire term of the awarded contract. Prices established in continuing agreements and annual term contracts may be negotiated and approved by Cameron County Commission Court due to inflation and increased operating costs (i.e. dramatic increase in petroleum-based products, minimum wage, etc.). Any price increase proposed must be submitted thirty (30) calendar days prior to the anniversary date of the annual term contract and shall be supported with proper documentation, as provided by the U.S. Department of Labor Consumer Price Index (CPI), http://www.bls.gov/cpi/ . Cameron County will reserve the right to approve or disapprove any request for increased prices. Cameron County may at its option and expense have the material tested at any time for compliance. The Contractor's payment shall be deducted the full amount of expense to the County for any tests which fail to show compliance with the specifications. Supplied materials which tests show to not-be- in-compliance shall be removed from County’s property, stockpile or roadbed at the contractor's expense. Additionally, no payment will be made to the supplier by the County, for the materials which do not meet the specifications. The quantity of such material shall be determined by County’s administrative staff, whose decision shall be final. Revisions on unit prices: it is agreed that bid prices may be superseded during the contract period only if such revisions are the result of increased in the Gulf coast area. A written notice stipulating in detail the price revision must be furnished to the County before revised prices go into effect. Also, such revisions must be supported by continuing written notices for each 30-day period such revisions are in effect. Discounts, delivery, and services accepted as part of this bid are not subject to revision. 15. Multi-Level Contract Award: It is the intent of this solicitation to procure a term contract that shall be awarded to a total of three (3) general suppliers. There shall be contract award to a Level1 – Primary Supplier, Level 2 – Secondary Supplier, Level 3 – Tertiary Supplier. Levels shall be determined on a net unit cost basis, with the lowest unit cost awarded Level 1 status, next lowest unit cost equates to Level 2 and so on. No more than one level shall be awarded to any contractor participating in this solicitation If at any time the Primary Level 1 Supplier cannot fulfill its obligations upon receipt of a “Purchase Order” for a specific amount of material(s), then the County has as its option the authority to award that specific amount of material(s) to the Secondary Level 2 Supplier at the previously established and awarded unit cost amount. Should the Level 2 Supplier be unable to fulfill its obligation, then the County has as its option the authority to award that specific amount of material(s) to the Tertiary Level 3 Supplier. http://www.bls.gov/cpi/ Page 6 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS In the event that all 3 contractors renege on the County issued Purchase Order, then the contract shall be rescinded and the County will re- bid a new term contract. The 3 contractors under the rescinded contract shall be ineligible to bid on the subsequent solicitation. 16. It is expected that the bidder will meet all state and federal safety standards and laws in effect on the date of the bid for the item(s) being specified, and the particular use for which they are meant. It is the responsibility of the bidder or proposer to ask any and all questions the bidder or proposer feels to be pertinent to the bid or proposal. Cameron County shall not be required to attempt to anticipate such questions for bidders or proposers. Cameron County will endeavor to respond promptly to all questions asked. 17. If a Bid Bond is required in this Bid it must be included in Bidders Sealed Bid package and be current / valid through award. 18. Alternate Bid pricing: Bidders should include all alternate pricing on your Bid price page. Cameron County will not award Bid to a Bidder if an alternate price is left blank and County will be making an award to include alternate(s) which has been left blank. In order to avoid not being considered for award include all alternate pricing on your Bid price page. 19. All property of Cameron County must remain (at all times) within the United States – without exception – unless prior Agenda approval has been given by Commissioners Court. 20. Availability of Funds: This procurement is subject to the availability of funding. Cameron County’s obligation hereunder is contingent upon the availability of appropriated funds from which payment for the Contract purposes can be made. No legal liability on the part of the County for any payment shall arise until funds are made available to the County for this Contract and until the Contractor receives notice of such availability, to be confirmed in writing by the County. Any award of Contract hereunder will be conditioned upon said availability of funds for the Contract. 21. Non-Appropriation Clause: Notwithstanding any provisions for this agreement, the parties agree that the services are payable by Cameron County from appropriations, grants, and monies from the General Fund and other sources. In the event sufficient appropriation, grants, and monies are not made available to Cameron County to pay these services for any fiscal year, this Agreement shall terminate without further obligation of County. In such event, the Cameron County Administrator shall certify to contractor that sufficient funds have not been made available to County to meet the obligations of this Agreement; such certification shall be conclusive upon parties. PURCHASE ORDER AND DELIVERY: The successful offeror shall not deliver products or provide services without a Cameron County Purchase Order, signed by an authorized agent of the Cameron County Purchasing Department. The fastest, most reasonable delivery time shall be indicated by the offeror in the proper place on the Pricing/Delivery Information form. Any special information concerning delivery should also be included, on a separate sheet, if necessary. All items shall be shipped F.O.B. INSIDE DELIVERY unless otherwise stated in the specifications. This shall be understood to include bringing merchandise to the appropriate room or place designated by the using department. Every tender or delivery of goods must fully comply with all provisions of these requirements and the specifications including time, delivery and quality. Nonconformance shall constitute a breach which must be rectified prior to expiration of the time for performance. Failure to rectify within the performance period will be considered cause to reject future deliveries and cancellation of the contract by Cameron County without prejudice to other remedies provided by law. Where delivery times are critical, Cameron County reserves the right to award accordingly. NO PLACEMENT OF DEFECTIVE TENDER: Every tender or delivery of goods must fully comply with all provisions of this contract as to time of delivery, quality and the like. If a tender is made which does not fully conform, this shall constitute a breach and Seller shall not have the right to substitute a conforming tender provided, where the time for performance has not yet expired, the Seller may seasonably notify Buyer of their intention to cure and may then make a conforming tender within the contract time but not afterward. PLACE OF DELIVERY: The place of delivery shall be that set forth on the purchase order. Any change thereto shall be affected by modification as provided for in clause 20, “Modifications”, hereof. The terms of this agreement are “no arrival, no sale”. DELIVERY TERMS AND TRANSPORTATION CHARGES: Bid must show number of days required to place material in receiving agency’s designated location under normal conditions. Failure to state delivery time obligates bidder to complete delivery in 14 calendar days. A five-day difference in delivery promise may break a tie. Unrealistically short or long delivery promises may cause bid to be disregarded. Consistent failure to meet delivery promises without valid reason may cause removal from bidder list. An accurate delivery date must be quoted on the “Bid Form”. When there are various items, a delivery date must be included with each item quoted. Freight and shipping charges to Cameron County must be included in the bid price. Final location will be supplied to the vendor on award of bid, F.O.B. destination. Delivery locations will be: Various County Building locations. Delivery days after receipt of order (ARO). Specify all (various) dates by categories or item if different. Page 7 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS If delay is foreseen, contractor shall give written notice to Director of Purchasing. The County has the right to extend delivery date if reasons appear valid. Contractor must keep County advised at all times of status of order. Default in promised delivery (without accepted reasons) or failure to meet specifications, authorized the County to purchase supplies elsewhere and charge full increase in cost and handling to defaulting contractor. Delivery shall be made during normal working hours only, 8:00 a.m. to 5:00 p.m. unless otherwise noted in bid. VARIATON IN QUANTITY: The County assumes no liability for commodities produced, processed or shipped in excess of the amount specified herein. SELLER TO PACKAGE GOODS: Seller will package goods in accordance with good commercial practice. Each shipping container shall be clearly and permanently packed as follows: (a) Seller’s name and address; (b) Consignee’s name, address and purchase order or purchase release number and the supply agreement number if applicable; (c) Container number and total number of containers, e.g. box 1 of 4 boxes; and (d) the number of the container bearing the packing slip. Seller shall bear cost of packaging unless otherwise provided. Goods shall be suitably packed to secure lowest transportation costs and to conform with requirements of common carriers and any applicable specifications. Buyer’s count or weight shall be final and conclusive on shipments not accompanied by packing lists. SHIPMENT UNDER RESERVATION PROHIBITED: Seller is not authorized to ship the goods under reservation, and no tender of a bill of lading will operate as a tender of goods. TITLE AND RISK OF LOSS: The title and risk of loss of the goods shall not pass to Buyer until Buyer actually receives and takes possession of the goods at the point or points of delivery. INSPECTION: Upon receiving item(s), they will be inspected for compliance with the Bid Specifications. If the item(s) do not pass inspection, the vendor will be required to pick up the rejected item(s) at the delivery point, provide the necessary replacement, and return the item(s) to the original point of delivery. All items proposed shall be new, in first class condition, including containers suitable for shipment and storage (Cameron County prefers recycled packaging whenever possible), unless otherwise indicated in bid. Verbal agreements to the contrary will not be recognized. All materials and services shall be subject to Purchaser’s approval. Unsatisfactory material will be returned at Seller’s expense. Cameron County reserves the right to inspect any item(s) or service location for compliance with specifications and requirements and needs of the using department. If an offeror cannot furnish a sample of a bid item, where applicable, for review, or fails to satisfactorily show an ability to perform, the County can reject the bid as inadequate. TESTING: Cameron County reserves the right to test equipment, supplies, material and goods bid for quality, compliance with specifications and ability to meet the needs of the user. Demonstration units must be available for review. Should the goods or services fail to meet requirements and/or be unavailable for evaluation, the bid is subject to rejection. SPECIAL TOOLS AND TEST EQUIPMENT: If the price stated on the face hereof includes the cost of any special tooling or special test equipment fabricated or required by Seller for the purpose of filling this order, such special tooling equipment and any process sheets related thereto shall become the property of the Buyer and to the extent feasible shall be identified by the Seller as such. INVOICES AND PAYMENTS: (a) Seller shall submit separate invoices, in duplicate, on each purchase order after each delivery. Invoices shall indicate the purchase order number, shall be itemized and transportation charges, if any, shall be listed separately. A copy of the bill of lading and the freight weigh bill when applicable, should be attached to the invoice. Mail to: Cameron County, ATTN: Auditor’s Office, 1100 East Monroe St., Brownsville, Texas 78520. Payment shall not be due until the above instruments are submitted after delivery. Suppliers should keep the Finance Department advised of any changes in your remittance addresses. (b) Buyer’s obligation is payable only and solely from funds available for the purpose of the purchase. Lack of funds shall render this contract null and void to the extend funds are not available and any delivered buy unpaid for goods will be returned to Seller by Buyer. (c) Do not include Federal Excise, State or City Sales Tax. County shall furnish tax exemption certificate if required. Any invoice, which cannot be verified by the contract price and/or is otherwise incorrect, will be returned to the offeror for correction. Under term contracts, when multiple deliveries and/or services are required, the offeror may invoice following each delivery and the County will pay on invoice. Contracts providing for a monthly charge will be billed and paid on a monthly basis only. Prior to any and all payments made for good and/or services provided under this contract, the offeror should provide his Taxpayer Identification Number or social security number as applicable. This information must be on file with the Cameron County Auditor’s office. Failure to provide this information may result in a delay in payment and/or back-up withholding as required by the Internal Revenue Services. Titles and Invoices: all titles and invoices will be in the name of Cameron County, 1100E. Monroe Street, Brownsville, Texas 78520, and signed ONLY by the County Auditor's Office personnel. Bidder shall submit two (2) copies of an itemized invoice showing bid number and purchase order number to: CAMERON COUNTY AUDITOR ACCOUNTS PAYABLE 1100 E. Monroe St, 3rd Floor, BROWNSVILLE, TEXAS 78523 Page 8 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS Please note that any payment due under this bid award will be applied towards any debt, including but not limited to delinquent taxes that is owed to Cameron County. PAYMENT DISCOUNT: Indicate the payment discount (s) available depending on the when invoices are paid. For example, 1/30 means a 1% discount if paid within 30 days, 2/15 means a 2% discount if paid within 15 days, etc. Payment in full will be made within thirty (30) days of delivery, inspection, and receipt of invoice. All costs quotations must include all the various features needed to satisfy the requirements. Note: No amounts will be paid for the items in this BID in excess of the amounts quoted. FOR COUNTY SERVICE RELATE WORK AT BUILDINGS Criminal Background Checks are Mandatory: Checks are mandatory for all personnel performing work on Cameron County sites. Contractors, consultants, and subcontractors are required to take all reasonable steps to assure that their employees do not represent a threat to the County or Facilities. Failure to comply with this requirement may result in immediate termination of any award or contract. The selected contractor shall provide a complete list of names (including supervisors) that may be working on campus. The contractor(s) shall remove from the Cameron County work place any of its employees who are found to be unacceptable by Cameron County. Such requests shall not be unreasonable, are the sole decision of Cameron County, and are not subject to negotiation. Contractor shall provide proper identification for all contractor employees. While on Cameron County premises, all contractor employees must wear attire that identifies them as contractor’s employee with identification visible from both the front and the back. Vehicles shall be clearly identified as company vehicles and be maintained in a neat clean and sanitary condition. At least one person in each vehicle, preferably the driver, must be able to speak, read and write. It shall be the contractor’s responsibility to see that employees render quiet and courteous service. Page 9 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS CAMERON COUNTY, TEXAS BID SPECIFICATIONS FISCAL YEAR 2022-2023 ANNUAL BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS Cameron County is soliciting bids for Service Maintenance Inspections Agreement covering its FIRE ALARM SYSTEMS INSPECTIONS and to be used by the Maintenance & Operations Department for fiscal year 2023- 2024 beginning on contract award Date through March 31, 2024, with mutually agreed option to renew twice for one (1) additional year with each renewal - prices and all terms remaining constant, based upon Commissioners' Court's final approval. Payment will be made by Cameron County on original invoices that clearly itemize the goods and/or services provided as to quantity, part number, description, price, applicable discount (if any), labor charges showing time differential, if applicable and if previously agreed to. The invoice should include the model, serial number, and the location of the Fire Alarm System. Only charges as stated on the Price/Delivery sheet(s) submitted as part of the bid will be considered. Allowance – NOT TO EXCEED - three percent (3%) annual price increase (MAXIMUM ALLOWED). Reports may be requested and Cameron County reserves the right to request and receive these reports at no additional cost, at the completion of each inspection. A usage report should detail the products and/or services furnished to date under the contract resulting from this Bid. The reports must be furnished no later than fifteen (15) working days after written request and itemize all services provided to each Cameron County Location, description of items purchased, manufacturer, quantity of each item purchased, per unit and extended price of each item purchased, and total amount and price of all items purchased. Page 10 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS CAMERON COUNTY, TEXAS BID SPECIFICATIONS FOR FISCAL YEAR 2023 2024 FIRE ALARM SYSTEMS INSPECTIONS BID # 1425 I I. GENERAL It is the intent of these specifications to describe the minimum requirements for Fire Alarm System Inspections in sufficient detail to secure comparable bids. The contract will be in effect from contract award Date through March 31, 2024 with an option to renew for two additional one-year terms at the discretion of the Cameron County Commissioners Court. Prices must remain firm during contract period. Each bidder shall be held to have examined the areas and premises under consideration and confirm he/she fully understands these specifications and the County’s needs and satisfies himself/herself that he/she is cognizant of all factors relating to requirements contained in these specifications. This shall be done in the presence of an authorized County representative. Each bidder shall examine all contract documents, noting particularly all requirements which will affect his/her work in any way. Failure of the bidder to fully acquaint himself/herself with the amount and nature of the work required to complete his/her work will not be considered subsequently as a basis for any extra or additional compensation. This is a fixed sum contract. Inspection arrangements can be made by contacting the Director or Manager of Maintenance and Operations, Pedro Hinojosa or Jaime Buentello, at (956) 544-0823 for all Cameron County buildings. Should a bidder find discrepancies in, or omissions from, the documents or should he be in doubt as to the meaning, he should at once notify the County who will send written instructions to all bidders. Any such written instruction will be considered as an integral part of this bid package. The County will not be responsible for any verbal instructions. The wording of this specification/agreement shall be retained throughout, without change, alteration, or addition. Should the bidder submit a bid not in compliance with this article, that bid shall be considered void. The bid analysis will include compliance to bid specifications, past performance with vendor, warranty, references and the overall cost to Cameron County. Cameron County reserves the right to consider deviations from these specifications. Award of contract and any subsequent renewals will be contingent on availability of Cameron County funds. References shall be included on this bid from. Three current customers with a comparable purchase shall be listed with complete name, address, telephone number and contact person. Bids must be submitted on this form and the bidder shall return the entire bid/specification package which will constitute a contract equally binding between the bidder and Cameron County if accepted by the Commissioners Court of Cameron County, Texas. Each bid shall be placed in a sealed envelope, manually signed in ink by a person having the authority to bind his firm in a contract. This contract shall remain in effect until contract expires, delivery and acceptance of products and/or performance of services ordered or terminated by either part with a thirty (30 days written notice prior to any cancellation. The successful bidder must state therein the reasons for such cancellation. Cameron County reserves the right to award cancelled contract to next lowest and best bidder as it deems to be in the best interest of the county. Continuing non-performance of the bidder in terms of specifications shall be basis for the termination of the contract by the County. The County shall not pay for work, equipment or supplies which are unsatisfactory. Vendors will be given a reasonable opportunity before termination to correct the deficiencies. This however, shall in no way be construed as negating the basis for termination for non-performance. All bids meeting the intent of this invitation to bid will be considered for award. Bidders taking exception to the specifications, or offering substitutions, shall state these exceptions in the section provided or by attachment as part of the bid. The absence of such a list shall indicate that the bidder has not taken exceptions and shall hold the bidder responsible to perform in strict accordance with the specifications of the invitation. Cameron County Commissioners Court reserves the right to accept any and all or none of the exception(s)/substitutions(s) deemed to be in the best interest of the County. Page 11 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS No money will be paid to the contractor until completion and acceptance of the work or the fulfillment of the purchase obligation to the County. Funds for payment have been provided through the Cameron County budget approved by the Commissioners Court for this fiscal year only. State of Texas statutes prohibit the obligation and expenditure of public funds beyond the fiscal year for which a budget has been approved. Therefore, anticipated orders or other obligations that may arise past the end of the current Cameron County fiscal year shall be subject to budget approval. II. CONTRACTOR QUALIFICATION: To ensure a high level of reliability in the procurement process, it is the desire of the County to do business with stable and established firms. Accordingly, vendors will be examined with respect to their ability to meet County needs over the contract term. Vendor qualification criteria include: 1) Length of time in business. Contractor must have been in business under its current name and in its current form (e.g., proprietorship, Chapter S Corporation) for no less than three (3) full years. State number of years 2) General business qualifications (i.e., federal, state and city requirements, length of time in service, etc.), including sample log forms, inspection forms, accreditation forms, certification forms, scheduled service forms. Submit sample of forms. 3) Demonstrated ability to provide required products/services, including a copy of all local contractor's licenses and certificates qualifying and authorizing contractor to perform this type of work. Submit with bid. 4) Proven ability, certified and licensed to both inspect Fire devices and Components and Systems bidding on and meet City and State Fire Code. 5) Ability to comply with the County's invoicing policies. The County interprets "best bid" as that bid which best supports its overall needs, taking into consideration price, quality of service, response time, etc. and other factors deemed advantageous to the County and/or its patients. III. CONTRACTOR’S RESPONSBILITIES: Contractor shall use trained individuals directly employed and supervised by the bidding firm. They must be qualified to complete all required inspections. The contractor or his representative shall report to the County or his representative daily when on site. The contractor is required to check in and check out each time the contractor enters or exits the facility in accordance with subsequent arrangements with the County's representative. Typed reports by the contractor, on a quarterly basis, are a requirement of this agreement. These may take the form of standard inspection forms utilized by the contract if these forms clearly and specifically indicate which devices and equipment have been inspected/cleaned/tested and which portions or areas of the facility have been inspected. Should unusual situations occur or if equipment/devices/circuits be taken out of service or be inoperative, a supplemental (typed) explanation is required. A complete inspection log will be kept on the County's premises and will be the property of the County. The contractor shall not discriminate or permit discrimination against any person or group of persons on the grounds of race, creed, color, unrelated disability, national origin, or for any other reason that is not work function related. If for some unknown reason or reasons, equipment must be taken out of service for an extended period, the County shall be notified immediately of the situation. When it becomes necessary to disconnect any device, the contractor must notify the County's authorized representative and any other entity as required by code, law or regulation of the contractors' intention and plan to do so and receive proper written approval to proceed. When the devices, initiating circuits, signal circuits, and/or interlock circuits are put back in proper service Page 12 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS the contractor shall notify the County's representative and any other entity as required by code, law, or regulation of this occurrence. If the contractor is unable to restore or if he discovers any of this equipment (circuits, etc.) to be inoperative, the contractor shall notify the County's representative. All of these notifications shall be prompt and if the contractor cannot locate the County's representative prior to the contractor leaving the job site, the contractor shall leave a written explanation, using the appropriate form as per item III. e above, of the situation in such a manner that it will be called to the attention of the County's representative promptly upon his return. The contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as shown or specified. Applicable sections of the State and Federal Law shall apply to all contracts entered into in connection with this work. The contractor will comply with item VII below and will include the HCHD engineering department's review and approve of the contractor's maintenance and test schedule prior to inclusion of the schedule in the bid package. The contractor will comply with the requirements of the current edition of Chapter 8, section 8-3.4.2 (a), (b), (c), (d), and (e), of NFPA 72E. IV. COUNTY’S RESPONSIBILITIES: The County shall immediately notify the contractor of any unusual operating conditions associated with the equipment under inspection by this agreement. It is agreed that the County will provide access to all devices which are to be inspected. The contractor shall be free to start and stop all primary equipment incidental to the operation of the mechanical system(s) as arranged with and directed or approved of in advance by the County. The County shall have authority to discharge and remove from the bidding projects and at any time from the contract work any employee of the contractor who shall be found incompetent or in any way detrimental to the best interests of the work. An explanation, written or otherwise, to the contractor will not be provided by the County, unless the County elects to do so following any such incident. The County shall not be liable for any loss, delay, injury, or damage, whether direct or consequential, that may be caused by conditions beyond the County's direct control including, but not limited to, acts of government, strikes, lockouts, fire, explosions, theft, riot, civil commotion, war, malicious mischief, floods, and other "acts of God". IV. SPECIFICATIONS: Whenever an article or material is defined by describing a proprietary product or by using the name of a manufacturer, the term “or equal” if not inserted shall be implied. The specified article or material shall be understood as indicating the type, function, minimum standard of design, efficiency and quality desired and shall not be construed as to exclude other manufactured products of comparable quality, design and efficiency. In the event that any equivalent version is proposed, prospective bidders are herewith advised that precise, adequate, and documented evidence of equivalency in performance, stability, and operational efficiency should be submitted with the bid for further consideration. If bidding on other than model or type or design referenced, bidder must be prepared to make proposed equipment available in a convenient location for inspection, and/or demonstrate the merits of the item by means acceptable to Cameron County within ten (10) days after a written request is submitted by Cameron County to the bidder, so the equipment can be adequately evaluated. Failure to comply with this requirement shall be considered just cause for rejection of a bid from further consideration. Final determination of equivalency will be determined by Cameron County. The apparent silence of the specifications as to any detail or to the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these specifications shall be made on the basis of this statement. Page 13 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS I. GENERAL A. Intent: Fire Alarm Systems shall be inspected to provide safety, reliability, and comply with all applicable city, county, state and federal codes. The Contractor shall provide qualified, factory trained service personnel to perform all inspections. Personnel shall be Fire Alarm System constructor mechanics, as determined by the Industrial Commission of Texas, Fire Alarm System Safety Inspection Section of OSHA, in the direct employment of the contractor. B. Vehicles and Personnel must be properly identified entering Cameron County facilities. The Fire Alarm System Company will provide a complete list of names (including supervisors) who may be servicing Fire Alarm System equipment. II. REQUIRED SERVICES: Testing to be done after hours and weekends. The inspection services, except for emergency services, are to be achieved after normal business hours, i.e. after 5:00 p.m., Monday through Friday, except County holidays. The exceptions to this rule are the 4 public works precinct locations. Those 4 locations will be achieved between the hour of 8:00AM and 3:00PM. When equipment requires immediate shutdown due to emergency/life safety, the Contractor shall immediately notify the Maintenance and Operations Department or designee of the action taken. A. These specifications cover the regular and systematic inspection of each of the listed Fire Alarm Systems. During the inspection visit, the contractor shall clean, adjust and lubricate the equipment as specified below, determine the nature and extent of any trouble, make all inspections required. All equipment materials and installation shall conform to the most recently adopted edition of the following codes: ASME/ANSI, – The American National Standard Safety Code for Fire Alarm Systems. ASME/ANSI, – For Fire Alarm Systems, Inspector’s Manual. NFPA 72 (Fire Alarm) NEC 70 Article 760 (Wiring) B. The contractor shall examine safety devices periodically and conduct an annual test. These tests shall be designated and overseen by the ICA/OSHA Fire Alarm System Safety Inspection. These tests shall comply with the requirements of the American Standard Safety code. All testing shall be such as to permit annual licensing by the jurisdiction having authority. This includes performing all safety tests as required by the American Standard Safety Code of Fire Alarm Systems. III. SAFETY REQUIREMENTS: A. In the performance of this contract, the contractor shall take such safety precautions as the Director of Public Facilities, Safety Inspector, requires or his/her designee may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Supervisor or his/her designee will notify the contractor of any noncompliance with the foregoing provisions and the action to be taken, the contractor shall after receipt of such notice immediately correct the conditions to which attention has been directed. Such notice, when served on the contractor or his/her representative at the site of the work, shall be deemed sufficient for the purpose aforementioned. B. The contractor shall examine safety devices annually per ICA/OSHA requirements. These tests shall be designated and overseen by the ICA/OSHA Fire Alarm System Safety Inspection. These tests shall comply with the requirements of the American Standard Safety Code for Fire Alarm Systems and shall be witnessed by the City’s Safety Inspector. All testing shall be such as to permit annual licensing by the jurisdiction having authority. This includes performing all safety tests as required by the American Standard Safety Code of Fire Alarm Systems. The contractor shall train selected County employees on how to evacuate people from a stalled Fire Alarm System in order to eliminate emergency calls. The contractor shall state proposed training and submit with bid package. C. All Fire Alarm Systems must be inspected annually as required. Annual inspection service personnel must check in and out with the Director or Manager of Maintenance and Operations. The contractor(s) shall make an appointment with the Director or Manager of Maintenance and Operations for the annual inspection to qualify for Texas Inspection Certificate. A Check-in log book shall be established upon commencement of contract. A regular inspection date shall be established after award of contract(s). This will allow for a County employee to observe when necessary. Page 14 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS IV. FURNISHING AND INSTALLING ALL PARTS/MATERIALS D. Must furnish for a period of 12 months all labor, equipment, and supplies necessary to inspect and clean, Fire Alarm Systems in accordance with all the terms, conditions, provisions and specifications in this bid. ALL BATTERIES (12V 7.2AH & 12V 55AH) WILL BE REPLACED YEARLY - ONCE EACH YEAR AND INCLUDED IN THE BASE BID PRICE VI. WRITTEN REPORTS: A. Report of Inspection: The contractor shall furnish a written report 30 days after award of contract and quarterly thereafter to the Maintenance and Operations Department. B. Records and Reports: 1. Contractor shall keep an approved copy of all work schedules on display in the respective Fire Alarm System equipment room. The schedules will be maintained throughout the year and will be used as a guide and checklist by the service man who shall initial this form when scheduled inspections are performed. 2. Contractor shall display and maintain an accurate and complete log of all work performed in addition to routine inspections. The log, which shall also be kept in the equipment room, shall include describing the nature of all complaints and their resolution. VII. MATERIALS TO BE FURNISHED: A. All parts, supplies and tools necessary to perform the work described above shall be furnished by the contractor and shall be as recommended by the manufacturer of the equipment. VIII. EQUIPMENT PERFORMANCE STANDARDS: A. Contractor shall perform all safety tests as required by American Standard Safety Code for Fire Alarm Systems. B. General: The contractor shall maintain the system in accordance with the original contract settings. If the actual performance of the Fire Alarm System does not correspond with the original contract settings, the contractor shall adjust to meet standards or as described. C. Performance Criteria: The Fire Alarm Systems shall be adjusted to meet the following performance standards and shall maintain these standards for the term of the contract. IX. AGENCY ASSURANCES: A. Designate a representative to communicate with and receipt instructions from the contractor. B. The representative or his designee will notify the contractor promptly of any change in the usual operating conditions. C. The Manager or his designee will provide reasonable mean access to equipment. D. The Manager or his designee will not make additions, alterations, or adjustments to the system without notifying the contractor in advance. E. The Manager or his designee will report to the contractor in writing any apparent lack of maintenance service, complaint or deficiency in the performance of the service. Page 15 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS X. TERMINATION OF CONTRACT: Cameron County reserves the right, to place the contractor on probation for failure to meet the minimum quality or performance standards set forth in this Bid and in the final contract. The contractor, having been placed on probation, will have a period of one month to cure the deficiencies leading to probation. Failure to cure the deficiencies as noted will result in termination of contract. Under such conditions of termination, the vendor shall not be entitled to damages nor compensation beyond payment for services rendered in accordance with the contract. The County shall cancel the contract without suffering either penalty or liquidated damages if, in the judgment of the County, the health or well-being of any County employees, physician, patient, or visitor is placed at risk through the contractor's discharge of his obligations under a contract resulting from this Bids, whether or not any injury or death actually occurs, and irrespective of whether such exposure results from the action or lack thereof on the part of the contractor or any of his representatives, and irrespective of whether any negligence is involved. The County reserves the right to cancel the contract, without any penalty upon providing contractor with thirty (30) day notice. XI. CONTROLS: Most Cameron County Fire Alarm Systems have solid state micro-processor type controls, and the contractor(s) must be able to complete full Inspections without exception. Date_____________________ Name: ________________________________ Authorized Signature ___________________________________ (Print) Title ___________________________________ Phone: _____________________Fax: _________________________ Address: ____________________________________________________________ __________________________________________________________ Page 16 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS SPECIFIC INSTRUCTIONS AND REQUIREMENTS SECTION I INSPECTIONS SERVICES REQUIREMENTS SCOPE OF WORK It is the intent of this specification to obtain firm pricing for periodic inspections for all Fire Alarm Systems the County listed as "EXHIBITS" for a period of one (1) year. The anticipated contract period will begin from contract award Date through March 31, 2024 or until all services ordered prior to the ending date have been satisfactorily delivered. If you need additional information, contact Pedro Hinojosa, at 956 544-0823 The selected bidder will be responsible to assure that the Life Safety/Fire protection Detection Systems serving the facility are properly inspected, tested on a regular periodic basis. The proper and reliable operation of the system and the protection of the facility occupants are of primary concern to the County in entering this agreement. Extensions to the useful life of the system(s) and the most cost-effective total life cycle cost of the system(s) are also considerations. It is further intended that appropriate documentation of the system(s) and the maintenance it receives is created and retained by the County. PROJECT DEFINITION: Provide as outlined on the attached schedules. In order to be in compliance with the specification, each procedure must be performed on each applicable piece of equipment at the frequency shown in the clarification to bidders. Do not deviate from the required frequency or procedures. Contractor will provide a maintenance and test schedule that test 100% of the system each Inspection for each HCHD facility in the bid proposal. Testing is to be done annually with the annual test providing coverage of 100% of the entire system each time. The schedule shall provide for complete testing of 100% of each floor per facility per Inspection and test. It should be noted that this schedule provides for annual maintenance and testing of specific portions of the system such as the central alarm device, etc. The system items that will be tested during each annual test will be enumerated by the contractor in their proposed test schedule. Procedures with any notation indicating "as applicable", etc. are to be performed if the piece of equipment in question has any such need for the procedure. It is not the contractor's option to perform a procedure if the referenced component exists. Testing to be done after hours and weekends with 4 exceptions mentioned above. The contractor is required to perform the procedure. Instructions to "check" and/or "log" are to be taken to mean a thorough, systematic, and documented investigation. Simple comments such as "system ok" will not be accepted. During the term of the agreement, contractor shall, coincidental with services being provided, furnish to the County the following: 1) A brief summary of detection and notification strategy versus actual performance in the facility, and any suggested changes or improvements not covered by the agreement for the County's information and consideration. 2) A brief summary or recommendation of any system modifications that might prove beneficial to the County will be provided to the County. The scope of this work shall include the necessary labor, material, tools, and test equipment to accomplish the following with regard to the covered systems defined herein and identified. Page 17 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS Base Bid - All equipment listed for: 1) Scheduled periodic Inspection of devices such as fire dampers, flow switches, sprinkler valves, elevator recall relays, halon trigger relays, etc. 3) Systematic testing of initiating, signaling, and interlock zones 4) Reporting – provide written reports of all inspection results as recognized by State and Local Fire Marshal, and most major insurance companies. 5) Documentation ALL BATTERIES (12V 7.2AH & 12V 55AH) WILL BE REPLACED YEARLY - ONCE EACH YEAR AND INCLUDED IN THE BASE BID PRICE Contractor will ONCE YEARLY furnish INSPECTIONS SERVICES and certain other services on the listed Fire Alarm System equipment. Contractor shall use trained personnel directly employed and supervised by them, qualified to keep the equipment properly adjusted, and they will use all reasonable care to maintain the Fire Alarm System equipment in proper and safe operating condition. Contractor shall systematically and visually examine and functionally test and clean as required: All Fire Alarm System Operating Devices and Parts—except if, as and to the extent excluded herein below. ANNUAL TESTS AND INSPECTION: Contractor will hereunder perform Texas State-required annual Fire Alarm System tests on all covered Fire Alarm Systems once (1) time each year on the above described Fire Alarm Systems witnessed by a Texas Department of Licensing and Regulation (TDLR) registered qualified inspector when scheduled and furnished directly by Purchaser. Contractor will exercise extreme caution and care, but will not be responsible for any damage to the equipment or building occasioned by said tests. Contractor shall not be liable for any loss, damage, or delay by any cause beyond his reasonable control and in any event shall not be liable for consequential damages. County agrees to furnish on site for Contactor’s use the necessary Owners’ data associated with the Fire Alarm Systems, including but not limited to original, “as built” schematic wiring diagrams, engineering layout, special diagnostic tools and adjustments data. To the extent such are not available to Contractor when needed for progress of inspection services, adjustment, tests, Contactor shall not suffer loss of billable time and expenses consequent thereof. IT IS EXPRESSLY UNDERSTOOD AND AGREED, in consideration of County’s performance of the services enumerated herein at the price amounts and rates stated, that nothing in this Agreement shall be construed to mean that Contractor assumes liability for damages arising from injuries to persons or property, except those directly due to the negligent acts or omissions of Contractor or its employees; and that Purchaser’s own responsibility for accidents to persons or property due to the Fire Alarm Systems referred to, is in no way affected by this Agreement. Contractor shall not be liable for any loss or damage resulting from strikes, lockouts, fires, storms, or other similar or dissimilar causes beyond its control and in any event shall not be liable for consequential damages. No work, service, or liability on the part of Contractor other than that specifically mentioned herein, is included or intended. These Inspection Services will be furnished from contract award Date through March 31, 2024 (or end of renewal award period) thereafter until this Agreement is terminated by thirty (30) day notice to that effect given in writing to the other by either of the parties thereto. Page 18 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS FIRE ALARM INSPECTION SPECIFICATIONS REQUIRED: You are required to provide a response to each section Number listed below to be attached to your proposal package. 1. Each bidder must provide with this bid a copy of the following documents, which are issued by the State of Texas Fire Marshall’s Office to perform fire alarm inspection services, and by NICET (national Institute for Certification in Engineering Technologies) for fire alarm system training and experience certification. a. State of Texas Certification of Registration for fire alarm company, provide a copy of A.C.R. certificate with proposal package. b. Fire Alarm Technician License for servicing technicians. All fire alarm Technicians that will be working at job site must provide a copy of their license with the bid package. 2. Vendor must be U.L. listed for service under UUJS listing. A copy of the U.L. Certificate of Compliance shall be included in the bid package. 3. The alarm company shall show proof of insurance (Certified Copies) before entering into contract. The insurance shall be to the following limits. Workers Compensation As required by Statute Property Damage Liability $ 2,000,000.00 Personal Injury Liability $ 2,000,000.00 Automobile Liability Coverage: Statutory, and Bodily Injury by Accident: $ 100,000.00 each employee. Bodily Injury by Disease: $ 500,000.00 policy limit $ 100,000 each employee $ 300,000 each occurrence Limit Bodily Injury and Property Damage Combined $ 300,000 Products-Completed Operations Aggregate Limit $ 500,000 Per Job Aggregate $ 300,000 Personal and Advertising Injury Limit $ 300,000 Combined Liability Limits. Bodily Injury and Property Damage Combined. Cameron County shall be named as “Additional Insured” on Automobile policy • The contractor shall, at all times during the term of this contract, maintain insurance coverage with not less than the type and requirements shown below. Such insurance is to be provided at the sole cost of the contractor. These requirements do not establish limits of the contractor's liability. • All policies of insurance shall waive all rights of subrogation against the County, its officers, employees and agents. • The County shall be named as "additional insured" on the Commercial General Liability Policy. • The County reserves the right to require additional insurance should it be deemed necessary. A. Workers’ Compensation (with Waiver of subrogation to Cameron County) Employer’s Liability (including all states, U.S. Longshoremen, Harbor Workers and other endorsements, if applicable to the Project. B. Commercial General Liability Occurrence Form, including, but not limited to Premises and Operation, Products Liability Broad Form Property Damage, Contractual Liability, Personal and Advertising Injury Liability and where the exposure exists, coverage for watercraft, blasting collapse, and explosions, blowout, craters and underground damage. 4. The contractor shall maintain an adequate number of employees to satisfactorily perform scheduled inspections. Page 19 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS 5. Contractor shall employ skilled, responsible persons who in manner and character are suitable to a business administering to the type patronage found in owner’s facilities. The owner shall have the right to require that the Contractor whose conduct is improper, inappropriate, or offensive, and such employees shall not be re-employed on the subject premises by Contractor without written consent of the owner. 6. Each service technician performing work on the equipment included in this agreement shall have a minimum of five (5) year’s field experience or equivalent, on the make and model of the equipment or any equipment that is similar to the make and model of the equipment specified in this specification for Inspections. 7. The contractor shall have in their possession at the time of the commencement of the contract all necessary tools, test equipment, calibration instruments and technical service literature necessary to properly inspect, calibrate, and test the equipment. 8. Current and past performance on other contracts may be considered in determining a Contractors ability to successfully execute the terms and conditions of this bid. 9. Vendor shall be able to demonstrate the ability to receive an account of our magnitude and have accurate backup resources. References will be provided with bid submittal as evidence. 10. Every fire alarm device, including heat detectors, smoke detectors, alarm bell, horn, strobe light, pull station and central panel will be activated and its operation confirmed during each test. 11. All service, regular and special, shall be rendered at such times and in such a manner that minimum interference with the normal facility operating agenda, will result. 13. Vendor shall use Factory Trained technicians who are certified to Inspect the specific Fire Alarm Systems in the facility, and provide documentation of such training upon acceptance of this bid. 16. All inspection reports shall describe each device in the system in a line-item fashion that includes type, location, and status of each device. These reports will be typed and printed on a laser printer. a. INSPECTION DATES: The awarded bidder shall inspect each building and department all year-round for the Fire Alarms. A purchase order will be issued prior to starting the work by the Maintenance & Operations Department. b. REPORTS REQUIRED: After the inspection of the fire alarms, the awarded bidder shall submit a pass or fail report to the Maintenance & Operations Department Director, ATTN: Mr. Pedro Hinojosa within 10 working days. Page 20 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS EXHIBIT “A” SPECIFICATIONS: Term Contract for Periodic Inspections for Fire Alarm Systems of all items below. Procedures required shall be performed based on the following frequency: PROCEDURE ANNUAL FREQUENCY Addressable Space Smoke Detectors - Throughout space Annunciator Inspections – Various Throughout Annunciators – Remote type Audible and Visual Alarms – test for proper operation – check for proper coverage (ada requirements and/or ambient noise levels) Audio/Visual Various Units - Throughout Ceiling Detector Cleaning (All Detectors) - Ceiling Detector Firing (All Detectors) – Ceiling Mounted Smoke Detectors – Central Processing Unit - Security Chime – Chime Strobes Chime/Light Combination - or - Space Control Modules - With Transponders CRT - Damper Relay Box -With Transponder Damper SCR Box - With Transponder Damper Switches Data Base Verification – Detectors: Ionization - Detectors: Thermal - Door Holder Testing - Duct Detector Cleaning - Duct Detector Firing – test for zone alarm annunciation – check for unit shut down – clean and reset detector Duct MTD Smoke Detectors - Elevator Recall Relay Testing - Explosion Proof Heat Detectors - Special Areas Fire Alarm Control Panel - Fire Cmd. Station - test all input and output functions, including matrix – -test all interlock to auxiliary functions: i.e. pressurization fans, elevator recall, doors, locks, etc. – -test battery stand-by and charging system - adjust charge rate (if possible) – lamp test all LED’s for operation Fire Damper Inspection - Flow Switch Inspection - Halon Trigger Relay Testing - Heat Detectors - Heat Reactors (Mounted) – Horn/Light Combination - Space Interlock/Initiating/Annunciation Testing - Kitchen Hood Detector - Kitchen Lamp Monitor - Engineering Monitor Fire Cmd. Station Monitor Modules - In Ceiling Monitor - PBX Monitor - Security Non-addressable Space Smoke Detectors - Space Output Device (Bell) Testing - Paddle – Page 21 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS (CONTINUED) Panel Inspections- Printer - Engineering Printer - Fire Cmd. Station Pull Stations – Throughout – test for proper mechanical operation – test for zone alarm annunciation – -insure break glass rods are in place Relays - Remote Relays - Various Signal A/Unit – Signal Modules - With Transponders Smoke Dampers - See Mechanical Smoke Detectors – Throughout – test for placement supervision (trouble) – test for zone alarm annunciation –inspect and clean – inspect detector sensitivity Smoke/Fire Dampers - See Mechanical Special Areas Sprinkler Valve Inspection - Status Command Center -Central Plt. Strobe – Tamper Switches - Throughout Transponders - Throughout Under floor Smoke Detectors - Special Areas Water Flow Switches- Throughout Weatherproofed Smoke Detectors - Space Zans 400 - -Zones Zone Fire Panel - NOTE: These inventories are for the bidder’s convenience and are not intended to be the basis for additional compensation in the event they are in error or fail to represent the entire system. The bidder should field verify the information and estimate adequate resources to inspect the entire system. The bidder is cautioned that certain areas such as surgical areas may require special preparation by the to perform inspection. Page 22 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS CATEGORY A GAMEWELL WORLD WIDE SYSTEM (QTY. 1) LA FERIA ANNEX – MODEL # 1F 610 FIRE ALARM SYSTEMS PRICING INFORMATION I. Inspections Pricing: Bidder must complete open boxes to right of double vertical lines. Quantities are estimated, Cameron County may require more or less. In case of discrepancy between unit and extended pricing, unit pricing governs. Bidder: Item Description UM w/o Repairs w/o call backs $/per/Year/ I. INSPECTIONS INSPECTIONS PRICE FOR ANNUALSERVICE 1 Includes Labor, all Travel & Travel related costs, Per/ Fire Alarm System per/Year 1.$________ required for Inspection examination of Fire Alarm System. 1 Total Item Page 23 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS CATEGORY B NOTIFIER SYSTEMS (QTY. – 8) 1. FATHER O’BRIEN CLINIC – PORT ISABEL – MODEL # AFP-200 2. DETENTION CENTER # 2 – BROWNSVILLE – MODEL # SBB A 4 3. HARLINGEN ANNEX – MODEL # N F 100 NOTIFIER 4. PORT ISABEL ANNEX – MODEL # FIRE WARDEN 100 5. DANCY BLDG. – BROWNSVILLE – MODEL # NFS-320 NOTIFIER 6. CONSTANTINO ZARATE BUILDING – MODEL # NFW2-100 7. VETERANS BRIDGE – MODEL # AFP200 CERBUS 8. LOS INDIOS BRIDGE – MODEL # SFP CERBUS FIRE ALARM SYSTEMS PRICING INFORMATION I. Inspections Pricing: Bidder must complete open boxes to right of double vertical lines. Quantities are estimated, Cameron County may require more or less. In case of discrepancy between unit and extended pricing, unit pricing governs. Bidder: Item Description UM w/o Repairs w/o call backs $/per/Year I. INSPECTIONS INSPECTIONS PRICE FOR ANNUAL SERVICE 1 Includes Labor, all Travel & Travel related costs, Per/ Fire Alarm System per/Year 1.$____________ 2.$____________ 3.$____________ 4.$____________ 5.$____________ 6.$____________ 7.$____________ 8.$____________ required for Inspection examination of Fire Alarm System. 8 Total Items Page 24 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS CATEGORY C SIEMENS SYSTEMS (QTY. – 3) 1. DARRELL HESTER BLDG. (NEW) – SAN BENITO – MODEL # XLS-MSE3 SIEMENS 2. DETENTION CENTER # 1 – BROWNSVILLE – MODEL # MXL-1Q 3. MARY LUCIO CLINIC – BROWNSVILLE – MODEL # FC901 SIEMENS FIRE ALARM SYSTEMS PRICING INFORMATION I. Inspections Pricing: Bidder must complete open boxes to right of double vertical lines. Quantities are estimated, Cameron County may require more or less. In case of discrepancy between unit and extended pricing, unit pricing governs. Bidder: Item Description UM w/o Repairs w/o call backs $/per/Year I. INSPECTIONS A. INSPECTIONS PRICE FOR ANNUAL SERVICE 1 Includes Labor, all Travel & Travel related costs, Per/ Fire Alarm System per/Year 1. $____________ 2.$____________ 3.$____________ required for Inspection examination of Fire Alarm System. 3 Total Items Page 25 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS CATEGORY D CERBERUS PYROTONICS SYSTEMS (QTY. – 3) 1. DARRELL HESTER BLDG. (OLD) – SAN BENITO – MODEL # MDR-2 SIEMENS CEREBUS 2. SHERIFF’S ANNEX – CAMERON PARK – BROWNSVILLE - MODEL # SXL-EX 3. SAN BENITO ANNEX (LEVIS’) BLDG – SAN BENITO – MODEL # FSD901-R3 SIEMENS CEREBUS FIRE ALARM SYSTEMS PRICING INFORMATION I. Inspections Pricing: Bidder must complete open boxes to right of double vertical lines. Quantities are estimated, Cameron County may require more or less. In case of discrepancy between unit and extended pricing, unit pricing governs. Bidder: Item Description UM w/o Repairs w/o call backs $/per/Year I. INSPECTIONS A. INSPECTIONS PRICE FOR ANNUALSERVICE 1 Includes Labor, all Travel & Travel related costs, Per/ Fire Alarm System pr/Year 1.$____________ 2.$____________ 3.$____________ required for Inspection examination of Fire Alarm System. 3 Total Items Page 26 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS CATEGORY E RADIONICS SYSTEM (QTY. – 1) BOOT CAMP – SAN BENITO - MODEL # D7024 FIRE ALARM SYSTEMS PRICING INFORMATION II. Inspections Pricing: Bidder must complete open boxes to right of double vertical lines. Quantities are estimated, Cameron County may require more or less. In case of discrepancy between unit and extended pricing, unit pricing governs. Bidder: Item Description UM w/o Repairs w/o call backs $/per/Year I. INSPECTIONS A. INSPECTIONS PRICE FOR ANNUAL SERVICE 1 Includes Labor, all Travel & Travel related costs, Per/ Fire Alarm System per/Year 1.$_____________ ____________ required for Inspection examination of Fire Alarm System. 1 Total Items Page 27 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS CATEGORY F SECURITY INTERNATIONAL SYSTEM (QTY. – 2) ADULT PROBATION – SAN BENITO – MODEL# DMP SOCIAL SERVICE CENTER “BROWNE” – BROWNSVILLE – MODEL# DMP FIRE ALARM SYSTEMS PRICING INFORMATION I. Inspections Pricing: Bidder must complete open boxes to right of double vertical lines. Quantities are estimated, Cameron County may require more or less. In case of discrepancy between unit and extended pricing, unit pricing governs. Bidder: Item Description UM w/o Repairs w/o call backs $/per/Year I. INSPECTIONS A. INSPECTIONS PRICE FOR ANNUALSERVICE 1 Includes Labor, all Travel & Travel related costs, Per/ Fire Alarm System pr/Year 1. $____________ 2. $____________ required for Inspection examination of Fire Alarm System. 2 Total Items Page 28 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS CATEGORY G EDWARDS SYSTEMS (QTY. – 2) 1. CARRIZALES / RUCKER DETENTION – OLMITO – MODEL # 3 CPU 2. SHERIFF’S DEPT. – OLMITO – MODEL # 3 CPU FIRE ALARM SYSTEMS PRICING INFORMATION I. Inspections Pricing: Bidder must complete open boxes to right of double vertical lines. Quantities are estimated, Cameron County may require more or less. In case of discrepancy between unit and extended pricing, unit pricing governs. Bidder: Item Description UM w/o Repairs w/o call backs $/per/Year I. INSPECTIONS A. INSPECTIONS PRICE FOR ANNUAL SERVICE 1 Includes Labor, all Travel & Travel related costs, Per/ Fire Alarm System per/Year 1.$________ 2.$________ required for Inspection examination of Fire Alarm System. 2 Total Items Page 29 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS CATEGORY H ADT SYSTEM (QTY. – 0) FIRE ALARM SYSTEMS PRICING INFORMATION I. Inspections Pricing: Bidder must complete open boxes to right of double vertical lines. Quantities are estimated, Cameron County may require more or less. In case of discrepancy between unit and extended pricing, unit pricing governs. Bidder: Item Description UM w/o Repairs w/o call backs $/per/Year I. INSPECTIONS A. INSPECTIONS PRICE FOR ANNUAL SERVICE 1 Includes Labor, all Travel & Travel related costs, Per/ Fire Alarm System per/Year X required for Inspection examination of Fire Alarm System. 0 Total Items X Page 30 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS CATEGORY I FIRELITE SYSTEM (QTY. – 1) 1. CENTRO CULTURAL – BROWNSVILLE, TX. – MODEL # MSIOUD FIRE ALARM SYSTEMS PRICING INFORMATION I. Inspections Pricing: Bidder must complete open boxes to right of double vertical lines. Quantities are estimated, Cameron County may require more or less. In case of discrepancy between unit and extended pricing, unit pricing governs. Bidder: Item Description UM w/o Repairs w/o call backs $/per/Year I. INSPECTIONS A. INSPECTIONS PRICE FOR ANNUAL SERVICE 1 Includes Labor, all Travel & Travel related costs, Per/ Fire Alarm System per/Year 1.$________ required for Inspection examination of Fire Alarm System. 1 Total Items Page 31 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS CATEGORY J GENERAL ELECTRIC (QTY. – 1) 1. LOS FRESNOS ANNEX – 745 WEST OCEAN BLVD., LOS FRESNOS, TX. – MODEL # EST I064 FIRE ALARM SYSTEMS PRICING INFORMATION I. Inspections Pricing: Bidder must complete open boxes to right of double vertical lines. Quantities are estimated, Cameron County may require more or less. In case of discrepancy between unit and extended pricing, unit pricing governs. Bidder: Item Description UM w/o Repairs w/o call backs $/per/Year I. INSPECTIONS A. INSPECTIONS PRICE FOR ANNUAL SERVICE 1 Includes Labor, all Travel & Travel related costs, Per/ Fire Alarm System per/Year 1.$__________ required for Inspection examination of Fire Alarm System. 1 Total Items Page 32 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS CATEGORY K HONEYWELL SYSTEM (QTY. – 9) 1. PRECINCT 1 – 2050 BROWNE AVE., BROWNSVILLE, TX. - MODEL # 6700 E 2. PRECINCT 2 – 7092 OLD ALICE ROAD, OLMITO, TX. – MODEL # 6700 3. PRECINCT 3 - 26959 FM 510, SAN BENITO, TX. 78586 – MODEL # 5700 SILENT KNIGHT 4. PRECINCT 4 – 26641 WHITE RANCH ROAD, LA FERIA, TX. – MODEL # 6808 5. VEHICLE MAINTENANCE – 26050 FM. 510, SAN BENITO, TX. – MODEL # 6820 SILENT KNIGHT 6. JUVENILE PROBATION – 35 ORANGE ST., BROWNSVILLE, TX. – MODEL # S700 SILENT KNIGHT 7. SPI EVENT CENTER AMPLITHEATRE – 53550 DOLPHIN COVE – ISLA BLANCA PARK, SPI – MODEL # NFS 320 8. ANIMAL SHELTER – 26981 FM 510, SAN BENITO, TX. 78586 – RA-100 SILENT KNIGHT HONEYWELL 9. LEVEE BUILDING – 835 E. LEVEE ST., BROWNSVILLE, TX. 78520 – MODEL # ONYX NFS2 3030 HONEYWELL FIRE ALARM SYSTEMS PRICING INFORMATION II. Inspections Pricing: Bidder must complete open boxes to right of double vertical lines. Quantities are estimated, Cameron County may require more or less. In case of discrepancy between unit and extended pricing, unit pricing governs. Bidder: Item Description UM w/o Repairs w/o call backs $/per/Year I. INSPECTIONS A. INSPECTIONS PRICE FOR ANNUAL SERVICE 1 Includes Labor, all Travel & Travel related costs, Per/ Fire Alarm System per/Year 1.$___________ 2.$___________ 3.$___________ 4.$___________ 5.$___________ 6.$___________ 7.$___________ 8.$___________ 9.$___________ required for Inspection examination of Fire Alarm System. 9 Total Items Page 33 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS AANNNNUUAALL BBIIDD:: FFIIRREE AALLAARRMM SSYYSSTTEEMM IINNSSPPEECCTTIIOONNSS MMIISSCCEELLLLAANNEEOOUUSS LLIISSTT On all other add on locations not listed Cameron County will receive____________% off our list prices. LIST PRICES MUST ACCOMPANY ALL BIDS SUBMITTED. Date_______________________ Bidder_______________________________________________________________ Address______________________________________________________________ ______________________________________________________________ (City/State/Zip) Signature_____________________________________________________________ Telephone__________________________________ Page 34 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS Attachment A Bid Title __________________ Bidders Name__________________ Date _________________ REFERENCES Please list three (3) references of current customers who can verify the quality of service your company provides. The County prefers customers of similar size and scope of work to this Bid. REFERENCE ONE Government/Company Name:______________________________________ Address:___________________________________________________________ Contact Person and Title:_______________________________________________ Phone:_______________________________ e-mail address:____________________________ Contract Period:____________________ Scope of Work______________________ REFERENCE TWO Government/Company Name:________________________________________ Address:_____________________________________________________________ Contact Person and Title:________________________________________________ Phone:____________________________ e-mail address:____________________________ Contract Period:____________________ Scope of Work______________________ REFERENCE THREE Government/Company Name:___________________________________________ Address:_______________________________________________________________ Contact Person and Title:___________________________________________________ Phone:__________________________ e-mail address:________________________________ Contract Period:_________________ Scope of Work__________________________ THIS FORM MUST BE RETURNED WITH YOUR BID Page 35 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS Attachment B STATE OF TEXAS COUNTY OF CAMERON AFFIDAVIT The undersigned certifies that the Bid prices contained in this Bid have been carefully checked and are submitted as correct and final and if Bid is accepted (within 60 days), agrees to furnish any and/or all items upon which prices are offered, at the price(s) and upon the conditions contained in the Specifications. BEFORE ME, the undersigned authority, A Notary Public in and for the State of _______, on this day personally appeared ___________________________________ who, after having first been duly sworn, upon oath did depose and say; That the foregoing Bid submitted by___________________________________ hereinafter called “Bidder” is the duly authorized agent of said company and that the person signing said Bid has been duly authorized to execute the same. Bidder affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this Bid in collusion with any other Bidder. The Bidder is not a member of any trust, pool, or combination to control the price of products or services Bid on, or to influence any person to Bid or not to Bid thereon. I further affirm that the Bidder has not given, offered to give, nor intends to give, at any time hereafter, any economic opportunity, future employment, gift, loan, gratuity, special discounts, trip, favor, or service to a public servant in connection with the submitted Bid. The contents of this Bid as to prices, terms or conditions of said Bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business prior to the official opening of this Bid. Name and Address of Bidder : ________________________________ ________________________________ ________________________________ Telephone number_______________ Fax number_______________________ _______________________________________ Signature Name:__________________________________ Title:__________________________ SWORN TO AND SUBSCRIBE BEFORE ME THIS __________ day of____________20_______. ___________________________ _________ Notary Public in and for County State THIS FORM MUST BE RETURNED WITH YOUR BID Page 36 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS Attachment C RESIDENCE CERTIFICATION Pursuant to Texas Government Code δ2252.001 et seq., as amended, Cameron County requests Residence Certification. δ2252.001 et seq. of the Government Code provides some restrictions on the awarding of governmental contracts; pertinent provisions of δ2252.001 are stated below: “Nonresident Bidder ” refers to a person who is not a resident. “Resident Bidder ” refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. � I certify that ______________________________________________________is a Resident (Company Name) Bidder of Texas as defined in Government Code δ2252.001. � I certify that ___________________________________________________ is a Nonresident (Company Name) Bidder as defined in Government Code δ2252.001 and our principal place of business is _____________________________________________________________________. (City and State) Print Name:________________________________________Signature:______________________________________ THIS FORM MUST BE RETURNED WITH YOUR BID Page 37 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS Attachment D CAMERON COUNTY EXPRESSLY REQUESTS THAT BIDDERS NOT DISCUSS THIS ENGAGEMENT OR THIS BIDDER’S PLANS, EXPERIENCE OR CREDENTIALS WITH OTHER OR ANY MEMBER OF COMMISSIONERS’ COURT, ANY COUNTY OFFICIAL, OR ANY EVALUATION COMMITTEE MEMBER APPOINTED BY COMMISSIONERS COURT. EXCLUDED ARE PRE-BID OR PRE-BIDCONFERENCES, EVALUATION COMMITTEE SCHEDULED VENDOR PRESENTATIONS OR VENDOR INTERVIEWS, OR EVALUATION COMMITTEE SCHEDULED EQUIPMENT OR SERVICES DEMONSTRATIONS. YOU MAY CONTACT THE PURCHASING AGENT /PURCHASING DEPARTMENT AT ANY TIME. FROM BID OPENING DATE THROUGH COMMISSIONERS COURT MEETING FOR SELECTION, VENDORS SHALL NOT APPROACH THE COUNTY JUDGE OR COMMISSIONERS TO DISCUSS MATTERS PERTAINING TO THIS BID. 01. Has any individual with the firm submitting this Bid/Response made any contact with any member of Commissioners Court, any County Official, or an Evaluation Committee member concerning this Invitation to Bid, other than questions to the Assistant County Auditor/Purchasing Officer? _________________________________________________________________________________________________________ _________________________________________________________________________________________________________ _________________________________________________________________________________________________________ _________________________________________________________________________________________________ 02. Has any individual with the firm submitting this Bid made any contact with any other Bidder concerning this Invitation to Bid? _________________________________________________________________________________________________________ _________________________________________________________________________________________________________ ___________________________________________________________________________________________________ _________________________________________ _________ Signature of person submitting this Bid Date THIS FORM MUST BE RETURNED WITH YOUR BID Page 38 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS Attachment E ORDER NO. 2007O2005 THE STATE OF TEXAS § § COUNTY OF CAMERON § ORDER ADOPTING CONTRACTING RULES FOR PERSONS INDEBTED TO COUNTY WHEREAS, pursuant to V.T.C.A., Local Government Code, Section 262.0276, a commissioner’s court is authorized to adopt rules permitting a county to refuse to enter into a contract or other transaction with a person indebted to the county; WHEREAS, the Commissioners Court of Cameron County finds it is in the best interest of Cameron County to adopt such rules; NOW THEREFORE, BE IT ORDERED by the Commissioners Court of Cameron County, that the following rules be adopted regarding Cameron County and persons interested in doing business with Cameron County: 1. Cameron County may refuse to enter into a contract or other transaction with a person with a past due debt to Cameron County, including delinquent ad valorem taxes, even if the person is the lowest bidder or successful proposer; and 2. For purposes of this Order, a debt is past due if it is not received in the County Treasurer’s Office by the due date in a written agreement or notice, and ad valorem taxes are past due if not received in the County Tax Assessor/Collector’s Office by February 1st following the January 1st on which the ad valorem taxes are due. 3. For purposes of this Order, a person includes an individual, sole proprietorship, corporation, nonprofit corporation, partnership, joint venture, limited liability company, and any other entity that proposes or otherwise seeks to enter into a contract or other transaction with Cameron County requiring approval by the Commissioners Court. ADOPTED this 13 day of March, 2007. Taxpayer Identification Number (T.I.N.):________________________________________________________ Cameron County Acct #’s : Real Estate ___________________________ Personal Property___________________ 01. Is the person or the firm responding to this Bid current with all local and State taxes? _____________________________________________________________________________________ _____________________________________________________ ______ Signature of person submitting this Bid Date THIS FORM MUST BE RETURNED WITH YOUR BID Page 39 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS Attachment F Certification Regarding Debarment, Suspension Ineligibility As is required by the Federal Regulations Implementing Executive Order 12549, Debarment and Suspension, 45 CFR Part 76, Government-wide Debarment and Suspension, in the applicant certifies, to the best of his or her knowledge and belief, that both it and its principals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency; b. Have not within a three-year period preceding this bid and/or application been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state or local) transaction or contract under a public transaction, violation of federal or state antitrust statutes or commission of embezzlement, theft, theory, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a government entity with commission of any of the offenses enumerated herein; and d. Have not within a three-year period preceding this bid had one or more public transactions terminated for cause or because of default. Signature: _________________ _____________ _ Print Name: ____________________ Title: ________________________ __________ _ Telephone Number: ________________ ______ _ Date: ___________________ If the Bidder is unable to certify to all of the statements in this Certification, such Bidder should attach an explanation to this Bid. THIS FORM MUST BE RETURNED WITH YOUR BID Page 40 of 53 BID # 1425 I FIRE ALARM SYSTEMS INSPECTIONS Attachment G CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. OFFICE USE ONLY Date Received 1 Name of vendor who has a business relationship with local governmental entity. 2 Check this box if you are filing an update to a previously filed qu

1100 E. Monroe St, 3rd Floor, Room 345, Brownsville, Texas 78520Location

Address: 1100 E. Monroe St, 3rd Floor, Room 345, Brownsville, Texas 78520

Country : United StatesState : Texas

You may also like

ANNUAL AND SEMI-ANNUAL INSPECTION AND CERTIFICATION OF THE ONSITE FIRE ALARM AND SUPPRESSION SYSTEMS.

Due: 31 Jul, 2024 (in 3 months)Agency: NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION

Fire Extinguisher Vendor

Due: 30 May, 2024 (in 28 days)Agency: Regional Transit Authority New Orleans

Inspection, Testing, Maintenance and Minor Repairs of Sprinkler Systems for Devel

Due: 30 Nov, 2024 (in 7 months)Agency: State of Connecticut

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.