MANAGED TECHNOLOGY, PROFESSIONAL SERVICES, AND ENTERPRISE SOLUTIONS REQUEST FOR PROPOSAL (RFP#) 05-18-15-01 Website: http://www.dcschools.



Similar documents
REQUEST FOR PROPOSAL (RFP#) E-RATE VOICE- SIP TRUNK. Website:

REQUEST FOR PROPOSALS RFP#

PURCHASE ORDER TERMS AND CONDITIONS

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.

Agent Agreement WITNESSETH

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

SELLING TERMS AND CONDITIONS

Insurance Market Solutions Group, LLC Sub-Producer Agreement

CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000)

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME

Purchase Order Terms and Conditions Beloit College

NPSA GENERAL PROVISIONS

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.

RFQ No. 4856B /MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 2:00 PM

A. For the consideration agreed below to be paid to Contractor by City, Contractor shall provide

TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) 1.1 Delete space if no additional information.

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

Return completed applications to: APAC-Texas, Inc. P.O. Box Beaumont, TX (409) Phone (409) Fax

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217

PROFESSIONAL/CONSULTING SERVICES AGREEMENT

COMPUTER SERVICES AGREEMENT

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 TESORO DRIVE SAN ANTONIO, TEXAS 78217

Robla School District

BUYING AGENCY AGREEMENT

STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance

Request for Quote for. Technology Devices: Desktops, Laptops, etc. RFQ #TEDV14CS

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

DUE DATE: August 23, :00 p.m.

PROFESSIONAL SERVICES AGREEMENT BETWEEN UNIVERSITY OF NORTH TEXAS SYSTEM AND DESIGN PROFESSIONAL (MORE THAN $100, IN COMPENSATION)

STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP#

PURCHASE ORDER TERMS AND CONDITIONS

Insurance Producer Agreement

M AINTENANCE S ERVICE A GREEMENT L ABOR O NLY

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE

EmoeHost agrees to provide to Client the Services agreed upon between EmoeHost and Client as selected by Client at

PRODUCER AGREEMENT. Hereinafter ("Producer"), in consideration of the mutual covenants and agreements herein contained, agree as follows:

Purchase Order Addendum

WASTE SERVICES & DISPOSAL AGREEMENT. By: By: Name: Name: Title: Title:

KRONOS CANADA, INC. TERMS AND CONDITIONS OF SALE

Independent Contractor Agreement. Name of Contractor: Address: Social Security or Tax I.D. Number:

PRODUCT SALES AGREEMENT

Center Unified School District

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

MASTER ROAD REPAIR AGREEMENT STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF HOOD

Springdale Public Works Department Specifications and Bid Document Roof Repair on Sign Shop Building at Public Works November

BID INVITATION FOR: CALL RECORDING SOLUTION

EXHIBIT 1 Standard Contract Addendum

PROJECT NO. 2733, RFP NO /02. Peralta Community College District. 333 East 8th Street, Oakland, CA Questions

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

PURCHASE ORDER TERMS AND CONDITIONS

How To Write A Contract Between College And Independent Contractor

Borough of Jamesburg

INDEPENDENT CONTRACTOR AGREEMENT (ICA)

Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent

APPLICATION FOR BUSINESS CREDIT

DISTRIBUTOR AGREEMENT

COMPUTER AND INFORMATION TECHNOLOGY MANAGED SERVICES AGREEMENT


REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

IEC Electronics Terms and Conditions

FABENS INDEPENDENT SCHOOL DISTRICT FABENS, TEXAS. REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES Risk) FOR

OSWEGO COUNTY PURCHASING DEPARTMENT

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT PROJECT

To Whom It May Concern:

How To Pay Shipping Invoices On A Factoring Basis

BROKER AND CARRIER AGREEMENT

ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)

Michael McCullar, Director of Purchasing RFQ Title: Bond Counsel RFQ Opening Time and Date: Thursday, February 5, :00AM CST

Department of Purchasing & Contract Compliance

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

DEFERRED LOAN CLOSING COST ASSISTANCE GRANT AND MORTGAGE CREDIT CERTIFICATE PROGRAMS LENDER PARTICIPATION AGREEMENT

NORTHEAST UTILITIES SERVICE COMPANY PURCHASING DEPARTMENT E-BUSINESS TRADING PARTNER AGREEMENT

REFERRAL ENDORSER AGREEMENT - ADDITIONAL TERMS AND CONDITIONS

COMPLIANCE WITH LAWS, CODES, AND STANDARDS

City of Boulder, Colorado. Request for Proposals RFQ # Pest Control

Request for Proposal On. Hosted Cisco VoIP Phone System Ballinger Independent School District 802 Conda Ave. Ballinger, TX 76821

This AGREEMENT is made as of the day of in the year of, by and between the following parties, for the sale of materials.

AGREEMENT. Solicitor Without Per Diem Compensation

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # Santa Ana Housing Authority

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES

SERVICES AGREEMENT. 2. Term. This Agreement will commence and expire. Medical Center Representative: Name and Title

AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER (Small Projects-Construction Costs Generally Under $100,000)

IOWA LOTTERY AUTHORITY BID Security Assessment Services

Transcription:

MANAGED TECHNOLOGY, PROFESSIONAL SERVICES, AND ENTERPRISE SOLUTIONS REQUEST FOR PROPOSAL (RFP#) 05-18-15-01 Website: http://www.dcschools.com DATE: April 28, 2015 CONTACT PERSON: Alan Hagy, Purchasing Manager, at 214-944-4522, or ahagy@dcschools.com. Request for Proposal submittals are due on or before MONDAY, MAY 18, 2015 at 10:30 a.m. All submittals must be signed and emailed to RFPSubmittals@dcschools.com. Hard copies are not to be submitted. NOTES TO ALL VENDORS: 1. Vendor must keep Dallas County Schools( DCS ) advised of any changes in order status. 2. All questions regarding this Proposal must be in writing and be emailed to Alan Hagy, ahagy@dcschools.com. Questions by phone or emailed to anyone else will not be considered. 3. All items purchased from this solicitation must meet all local, state, and federal codes. 4. Award may be made to more than one vendor. 5. Proposers must make entire submittal in email and attachments to RFPSubmittals@dcschools.com. 6. Payment Bonds Cost of Performance and, along with other requested and required insurance, must be included in submittal price and provided by successful vendor within 5 working days after being notified of being the awarded vendor or being given a purchase order. 7. Vendors already approved by the Texas Department of Information Resources ( DIR ) will also be considered. 8. The selected vendor will be offered a one year award with an option to extend the contract on a year by year basis up to a total of 3 years. 9. All award(s) are to be allowable to be used by all related entities to DCS. 10. Vendor must state whether certified HUB vendor (Historically Underutilized Business) and/ or certified MWBD vendor (Minority and Women-owned Business). If yes, certification must be included in submittal for each. Submission of this proposal shall serve as evidence that the offeror understands and agrees to all conditions of the request for proposal. Faxed proposals will not be considered. All offerors must submit the attached Felony Conviction Form, in accordance with Section 44.034 of the Texas Education Code, the Non-Collusion Disclosure, and all signed addendum pages. Failure to submit this form may result in disqualification of your proposal. NAME OF VENDOR ADDRESS SIGNATURE OF REPRESENTATIVE PHONE & CELL PHONE E-MAIL ADDRESS DATE PRINTED NAME OF REPRESENTAION

I. INSTRUCTIONS TO VENDORS A. DCS/ TEXSERVE S Expectations. Following, with respect to the performance by each vendor in connection with DCS/ TEXSERVE, are set out in the Contract Documents which consist of the Request for Proposal ( RFP ), Instructions to Vendors, Standard Terms and Conditions. Vendors who fail to examine the documents so at their own risk. A. Preparation and Submission of Proposals 1. Any explanation desired by a vendor regarding the meaning or interpretation of any portion of the contract documents must be requested in writing to the Purchasing Department, ahagy@dcschools.com, in a timely manner to allow for a reply to reach vendors before the submission of their proposals. Oral explanations or instructions given before the award of the contract will not be binding. Any information given to one prospective vendor will be furnished to all prospective vendors as a Proposal Addendum, if such information is necessary to vendors in submitting their proposals or if the lack of such information would be prejudicial to an uninformed vendor. 2. Proposals may be modified or withdrawn by written or emailed notice received by DCS prior to the exact hour and date specified for receipt of proposals. A proposal may also be withdrawn in person by a vendor or an authorized representative, provided his/her identity is made known and he/she signs a receipt for the proposal, but only if the withdrawal is made prior to the exact hour and date set for the receipt of proposals. B. Vendor Information 1. Proposals must be delivered only by email. The email address is RFPSubmittals@dcschools.com. Proposals received after the time and date of the opening may not be considered and may be returned. 2. Documents. The vendor shall s i g n a n d c o m p l e t e a l l s h e e t s t h a t a r e a s k i n g f o r such. T h i s m a y i n c l u d e t h e proposal, all addenda, and the proposal sheet. The person signing the proposal must initial erasures or other changes. Proposals signed by an agent must be accompanied by evidence of the agent s authority unless such evidence has been previously furnished to DCS.

a) If the vendor requests a price change due to economic conditions, vendor must give thirty (30) days written notice to DCS/ TEXSERVE. Approval from the Purchasing Manager or designee shall be obtained before price change is effective. b) Deliveries shall be FOB Destination to DCS/ TEXSERVE destination sites. Freight prepaid and assumed by the vendor. Dallas County Schools reserves the right to pick up items in lieu of delivery from local vendors. c) DCS/ TEXSERVE does not pay Federal Excise Taxes or Texas and local retail sales and use taxes. Tax exemption certificates will be provided upon request. d) The vendor may offer an equal product or product exceeding specifications as an alternate proposal. Final determination of whether or not an item is an approved equal remains with DCS/ TEXSERVE. e) Proposals submitted on forms other than DCS forms or with different or provisions may be considered as non-responsive proposals. f) DCS expects that all proposals will remain valid for the term of this proposal. g) The vendor shall certify that no federal or state suspension or debarment is in place, which would preclude receiving a state or federally funded award. h) Terms of payment Net 30 days. i) Contract Termination: This contract may be cancelled by Dallas County Schools upon written notice to the vendor without recourse of the vendor for the vendor s failure to perform or breach of any material provision of this contract. j) This contract may not be assigned, sold, or transferred without the express written consent of Dallas County Schools. Such failure after the contract award will constitute a material breach of the contract. k) Reservations. Dallas County Schools expressly reserves the right to:

1) Waive minor deviations from the specifications when it is determined that the total cost to the Dallas County Schools of the deviating proposal is lower than the lowest conforming proposal which meets all aspects of the specifications, and the overall function of the goods or services, or both, specified in the deviating proposal is equal to or greater than that of the conforming proposal. 2) Waive any defect, irregularity or informality in any proposal procedure. i. Reject any or all proposals. ii. Amend a proposal prior to proposal opening date to extend or make changes to specifications. iii. Procure any item by other means. iv. Increase or decrease the quantity specified in the proposal, unless the offeror specifies otherwise. v. Consider and accept an alternate proposal as provided herein when most advantageous to Dallas County Schools. II. Evaluation Factors A. Most Advantageous Proposal. Dallas County Schools will evaluate and select vendor(s) for their ability to supply as necessary in RFP and per any addendums. In evaluating submitted proposals, the following considerations will be taken into account for the award recommendations: 1. The purchase price. 2. The reputation of the vendor and of the vendor s goods and services. 3. The quality of the vendor s goods or services. 4. The extent to which the goods or services meet the DCS needs. 5. The vendor s past relationship with DCS. 6. The impact on the ability of DCS to comply with laws and rules relating to historically underutilized businesses ( HUB ). 7. The total long-term cost to DCS to acquire the vendor s goods or services. 8. Vendor s service and delivery capabilities. 9. Warranty and warranty service history. 10. Probability of continuous availability. 11. Any other relevant factor specifically listed in the request for proposal. III. General Information A. Basic Information:

1. Name of company: 2. Address of principal location: 3. Phone:_ Fax:_ 4. Form of Business Organization: 5. Responsible contact personnel: Name Cell:_ Email:_ Name Cell:_ Email:_ Name Cell:_ Email:_ 6. How many years has your company been in business in its current capacity?. 7. How many years has your organization been in business under its present name?. 8. Under what other or former names has your company operated?. 9. Claims and suits (if the answer to any of the questions below is yes, please attach details).. 10. Has your company ever failed to complete any work awarded to it?. 11. Are there judgments, claims, arbitration proceedings or suits pending outstanding against your management or company?, 12. Has your company filed any lawsuits or requested arbitration or mediation with regard to contracts or awards within the last fifteen years?. 13. Within the last fifteen years, has any manager or principal of your company ever been a manager or principal of another organization when it failed to complete a contract or award?. 14. Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your company?.

B. Experience: 1. Vendor shall provide a list of up to three (3) projects of similar types, size and complexity. State project (customer) name, description of work, dollar value, public entity, yes or no, and date using the format below. Please include additional information with submittal if available. Project Name Description of Work Dollar Value Public Entity Yes or No 2. Projects listed on the chart must have been performed within the last five (5) years. C. References: 1. Offer shall provide up to six (6) references from company owners or management personnel from companies listed in B.1. There must be at least one reference for each project listed. D. Certifications: 1. Employees certifications pertaining to work are to be included in submittal. E. Equipment: 1. Equipment will be evaluated in regards to brand, quality, utilization, options, and integration as a whole, while also being a must to meet requirements. IV. SCOPE OF WORK: A. Dallas County Schools (DCS), dba Texserve, an organization established to provide services to State of Texas educational institutions, is seeking to establish partnership(s) for the provision of technology services. Within this partnership, DCS and the awarded vendor(s) will work as a team to provide materials,

consulting, and managed services in the areas of: Server/Desktop Virtualization, Enterprise Storage, Enterprise Backup, Network Infrastructure, Server/Desktop/OS Support, Staff Augmentation and Support Services, and Monitoring Services. Awarded vendor(s) will partner with DCS through a Master Services Agreement to provide proposed solutions and services directly to DCS, as well as to DCS customer districts and organizations. The awarded vendor(s) must be able to demonstrate a commitment to: procurement/development of industry standard, leading edge technologies to match a range of customer environments, establishment and maintenance of on-staff certified industry professionals demonstrating exceptional technical, consultative, and support capabilities, and a vision for enhancing education through the use of technology. 1) Server/Desktop Virtualization. 2) Specifications: a) Solutions must be of scalable design. b) Multiple solutions may be provided in order to meet variances in need related to organization size, existing virtual environment development, budgetary support, and end user/application support needs. c) The awarded vendor(s) must collaborate with DCS to procure and manage appropriate licensing applicable to any/all virtualization solutions. d) Hardware: i. Compute/Memory system ii. Hypervisor Platform iii. Virtualization tuned Storage Solution iv. Virtualization/Storage Network v. VDI Desktop Client Solution e) Alternate Virtualization Solutions. 3) Enterprise Storage: a) Specifications: i. Proposals must provide application agnostic storage solution(s) providing high speed SSD and spinning technologies proven for use in virtualization, backup, and NAS/SAN environments ii. Proposed solution(s) must be comprised of software and hardware components to establish a complete solution iii. Proposed solution(s) must provide flexible application for single domain to multitenant environments

4) Enterprise Backup Solutions: a) Specifications: i. Proposed solution(s) must be comprised of software and hardware components to establish a complete solution. ii. Proposed solution(s) must provide flexible application for single domain to multi-tenant environments. iii. Managed off-site backup solution. 5) Proposals must include a solution to be deployed as a service within the DCS Data Center locations. 6) Proposals may additionally include cloud-based or other alternate design(s). 7) Proposals must include a solution to be deployed as a service within the DCS Data Center locations. 8) Proposals may additionally include cloud-based or other alternate design(s) 9) Network Infrastructure: a) Specifications i. Manufacturer agnostic design, implementation, and support services ii. Proposals must demonstrate the vendor s ability to procure a full complement of hardware, software, and services from the wide variety of manufacturers b) Hardware i. Switching ii. Routing iii. Security Appliances/Firewalls iv. Wireless (APs/Controllers) v. UPS vi. Alternate Components 10) Server/Desktop/OS Support: a) Specifications: i. Proposals must demonstrate the vendor s ability to fully design, implement, and support industry standard Network Operating Systems, Directory and Messaging Systems, Collaboration and Voice Systems, and Client Systems with on-staff resources and/or through established manufacturer relationships 11) Staff Augmentation, Managed Services, and Support Services: a) Specifications: i. Proposals must demonstrate the vendor s ability to provide industry certified tiered professional support on on-site and off-site basis

ii. Proposals must include a price matrix for hourly basis, tiered level professional support. 12) Network Monitoring: a) Specifications: i. Proposals must include solutions for enterprise level network/ system monitoring. ii. Proposals must include solutions for full management, alerting, and resolution services. V. Acceptance: A. Award letter, contract, and purchase order. VI. Minimium Insurance Requirements Schedule A. Vendor shall purchase and maintain in force at all times during the term of the contract, until the project is finally completed and accepted by Owner, insurance covering: Bodily injury and property damage liability insurance in at least the following types with the minimum limits as checked below: Commercial General Liability General Aggregate Limit $1,000,000 Product/Completed Operations Aggregate $1,000,000 Personal and Advertising Injury $ 500,000 Each Occurrence Limit $ 500,000

STANDARD TERMS AND CONDITIONS These standard terms and conditions are binding upon the Vendor being awarded the proposal and form a part of all contract documents and/or purchase orders for items included in the specifications and proposal forms issued herewith. They communicate Dallas County Schools ( DCS or Buyer ) expectations in regards to the Vendor s performance in connection with any DCS purchase. To the extent any terms and conditions in this Request for Proposal conflict with DCS Policy Chapter 21 - Purchasing and Acquisition, or state or federal law, including but not limited to Texas Education Code Chapter 44, DCS Policy Chapter 21 and state and federal law supersedes these terms and conditions. In accordance with Texas Education Code 44.0312 and DCS Policy Chapter 21, states all authority of the Board of Trustees with respect to procurement matters, is delegated to the Superintendent or his designed. CONTRACT/ INVOICES A. Final Contract: The final terms and conditions for this project may be set forth in a contract signed by the Vendor and the DCS Superintendent. Any such contract expressly incorporates all terms and conditions set forth in this RFP. Any deviations from this must be in writing signed by the DCS Superintendent. B. Invoices and Payments: Successful responsive bidder shall submit invoices, in duplicate, specified in the final contract. Invoices shall not be due before thirty (30) days. 1. Mail to: Dallas County Schools. Do not include Federal Excise, State or City Sales Tax. Buyer shall furnish tax exemption certificate, if required. If it is determined that tax is included in Proposal, it will disqualify the Vendor. PROPOSALS, PRICING & VENDOR REQUIREMENTS A. The Vendor warrants that no person or selling agency has been employed or to solicit or secure this contract upon an agreement or understanding for commission, percentage, brokerage, or contingent fee excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Vendor for the purpose of securing business. B. For breach or violation of this warranty, the Buyer shall have the right in addition to any other right or rights to cancel this contract without liability and to deduct from the contract price, or otherwise recover the full amount of such commission, percentage, and brokerage or contingent fee. C. Shall not advertise or publish, without Buyer's prior written consent, the fact that Buyer has entered into this contract, except to the extent Vendor necessary to comply with proper

requests for information from and authorized representative of the federal, state or local government. Written requests from Vendor must be sent to the Purchasing Department for approval or disapproval. D. Insurance: Vendor shall maintain insurance in the types and amounts set forth above, as applicable. Buyer shall be listed as an additional insured under each such policy, and Vendor shall forward to Buyer a certificate of insurance verifying such insurance upon request. E. Indemnity: The Vendor shall, in connection with any contract awarded under this Request for Proposal and all purchases thereunder, hold harmless and indemnify Buyer, its Board of Trustee officers, employees, and agents from and against any and all claims, liabilities, losses, judgments, expenses, and/or damages resulting from or attributable to any act or omission of the Vendor and its agents and employees, including for any acts constituting negligence. F. Compliance with Law: Vendor shall, and shall cause its representatives and agents to, follow and by all applicable federal, state and local ordinances and laws relating to or regulating the goods and services to be provided under this Request for Proposal. G. Right to Audit: Vendor shall establish a reasonable accounting system, which enables ready identification of Vendor s cost of goods and use of funds. Buyer may audit Vendor s records anytime throughout the term of this contract and for a period of three years after final payment to verify Buyer s payment obligation and use of Buyer s funds. Buyer also has the right to examine the books and records of the Vendor to assure that the Vendor has complied with the contract and that no employee of the Buyer received any funds either directly or indirectly. This right to audit shall include subcontractors in which goods or services are subcontracted by Vendor. Vendor shall insure Buyer has these rights with subcontractor(s). Vendor warrants that no gifts or gratuities were or will be given to any of Buyer s employees either directly or indirectly to obtain this contract. H. Vendor Qualifications. Vendors not on DCS current vendor list, may be required to prove their qualifications concerning the following criteria: 1. Financial capabilities. 2. Ability to fulfill and abide by the terms and specifications. 3. Must provide copies of current certification and/or licenses, when applicable with proposal. a) Proposal Evaluations: Proposals shall be evaluated in accordance with Texas Education Code 44.031(b) and the factors set forth above.

b) Proposal Forms: Proposals included in this packet must be completed in their entirety and returned along with any and all other information requested. c) Submittals must show the full name and address of the Vendor. Failure to manually sign proposal will disqualify it. TERMINATION & DEFAULT A. Gratuities: The Buyer may, by written notice to the Vendor, cancel this contract without liability to Vendor if it is determined by Buyer that gratuities, in the form of entertainment, gifts, economic opportunity, future employment, loan, gratuity, special discount, trip, favor, service or otherwise, were offered or given by the Vendor, or any agent, or representative of the Vendor, to any officer or employee of Buyer with a view toward securing a contract or securing favorable treatment with respect to the awarding or amending or the making or any determinations with respect to the performing of such a contract. In the event Buyer cancels this contract pursuant to this provision, Buyer shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred by Vendor in providing such gratuities. B. Cancellation: Buyer shall have the right to cancel for default, all or any part of the undelivered portion of the contract if Vendor breaches any of the terms hereof, including warranties of Vendor or if the Vendor becomes insolvent or commits acts of bankruptcy. Such right of cancellation is in addition to and not in lieu of any other remedies, which Buyer may have in law or equity. C. Termination: The performance of work under this contract may be terminated in whole or in part by the Buyer for any reason upon thirty (30) days advance notice. Termination of work hereunder shall be effected by the delivery to the Vendor of a "Notice of Termination" specifying the extent to which performance of work under the contract is terminated and the date upon which such termination becomes effective. Such right of termination is in addition to and not in lieu of Buyer s other rights of cancellation set forth herein. D. Force Majeure: Neither party shall be deemed in violation of the contract if either is prevented from performing any of the obligations hereunder by reason of, for or through strikes, stoppage of labor, riot, flood, storm, invasion, insurrection, accident, order of court, judge or civil authority, government regulation, an act of God, or any cause reasonably beyond the party s control and not attributable to its neglect. In the event of such an occurrence, the time for performance of such obligations or duty shall be suspended until such time that such disability to perform, for which the party is not responsible or circumstance beyond its control, shall be removed. The party claiming the suspension shall give written notice of such impediment or delay in performance to the other party within ten (10) days of the knowledge of such occurrence. Each party shall make all reasonable efforts to mitigate the effects of any suspension.

E. Right to Assurance: Whenever one party to this contract in good faith has reason to question the other party's intent to perform he/she may demand that the other party give written assurance of his/her business intent to perform. In the event that a demand is made and no assurance is given within five (5) business days, the demanding party may treat this failure as an anticipatory repudiation of the contract. F. Penalties for Non-Performance: If, at any time, the Vendor fails to fulfill or abide by the terms, conditions, or specifications of the contract, Buyer reserves the right to: 1. Purchase on the open market and charge the Vendor the difference between contract and actual purchase price; 2. Deduct such charges from existing invoice totals due at the time; 3. Cancel the contract within thirty (30) days written notification of intent; 4. Re-propose the contract due to price increase(s) or any variation from specifications. MISCELLANEOUS CONTRACT TERMS: A. Assignment & Binding Effect: No right or interest in this contract shall be assigned or delegation of any obligation made by Vendor without the written permission of the Buyer. Any attempted assignment or delegation by Vendor shall be wholly void and totally ineffective for all purposes unless made in conformity with this paragraph. Vendor understands and agrees that in the event that all or substantially all of its assets are acquired by another entity, that it or its successor in interest will remain obligated to fulfill the terms and conditions of this agreement. B. Waiver: No claim or right arising out of a breach of this contract can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved. C. Modifications: This contract can be modified or rescinded only by a writing signed by both parties to the contract or their duly authorized agents. Any and/or all contract changes must be made through the Purchasing Department and signed by the DCS Superintendent. D. Parole evidence: This writing is intended by the parties as a final expression of their agreement and is intended also as a complete and exclusive statement of the terms of their agreement. No course of prior dealings between the parties and no usage of the trade shall be relevant to supplement or explain any term used in this agreement. Acceptance or acquiescence in a course of performance rendered under this agreement shall not be relevant to determine the meaning of this agreement even though the accepting or acquiescing party has knowledge of the performance and opportunity for objection. Whenever a term defined by the Uniform Commercial Code is used in this agreement, the definition contained in the Code is to control.

E. Applicable Law: This agreement shall be governed by Texas law and any applicable provisions of the Uniform Commercial Code. Wherever the term "Uniform Commercial Code" is used, it shall be construed as meaning the Uniform Commercial Code as adopted in the State of Texas, effective and in force on the date of this agreement. F. Venue: Both parties agree that venue for any litigation arising from this contract shall lie in a state or federal court in Dallas County, Texas. G. Prohibition Against Personal Interest In Contracts: Vendors and applicable DCS officials and employees shall comply with Texas Local Government Code Chapters 171 and 176, as applicable. H. Governmental Immunity: This Agreement and all purchases are expressly made subject to Buyer s governmental immunity under the Texas Civil Practice and Remedies Code and all applicable state and federal law. The parties hereto expressly agree that no provision of this Agreement is in any way intended to constitute a waiver of any immunities from suit or from liability that Buyer has by operation of law. I. Fiscal Funding: Notwithstanding any provision contained herein to the contrary, the obligations of the Buyer under this agreement are expressly contingent upon the availability of funding for each item and obligation contained herein. The Buyer shall make any payments required under this agreement from current revenue available to the Buyer. The Vendor shall not have a right of action against the Buyer in the event Buyer is unable to fulfill its obligations under this agreement as a result of lack of sufficient funding to pay for its obligations hereunder from any source utilized to fund this agreement or from failure to budget or authorize for this agreement during the current or any future fiscal year. In the event Buyer is unable to fulfill its obligations under this agreement as a result of lack of sufficient funding, or if funds become unavailable, Buyer, at its sole discretion, may provide funds from a separate source or may otherwise terminate this agreement by written notice to the Vendor at the earliest possible time prior to the end of the fiscal year; provided, however, Buyer shall be required to pay any expenses already incurred pursuant to this agreement as of the time Buyer provides such notice. In the event that Buyer is unable to fulfill its obligations under this agreement as a result of lack of sufficient funding, Vendor may immediately terminate this Agreement. J. Prompt Payment Act: Vendor agrees that a temporary delay by the Buyer in making payments under this agreement due to the Buyer s accounting disbursement procedures shall not place the Buyer in default of this agreement and shall not render the Buyer liable for interest or penalties, provided such delay does not exceed thirty (30) days after receipt of an invoice.

Any undisputed payment not made by the Buyer within thirty (30) days after receipt of the invoice shall bear interest in accordance with Chapter 2251 of the Texas Government Code, as amended. K. Price Increases: Prices for this type for contract are firm for the term of this contract. Prices may be decreased at any time after award. Throughout the term of contract, charges shall not exceed the contract prices. If prices are affected by statute, regulation, administrative or judicial order, vendors may not include additional costs in billing to the end user. Vendors must first provide Dallas County Schools written justification for increase and Dallas County Schools must make a determination of applicability of the increase to the contract. In the event a vendor offers or provides a decrease in rates to its customers or potential customers for the same services provided for Dallas County Schools pursuant to its contract, the vendor must provide the same decrease in rates for Dallas County Schools. It is recommended that the vendor provide said rate decreases voluntarily. If Dallas County Schools learns of a decrease in rates from a source other than the vendor, the vendor shall credit Dallas County Schools with the difference between Dallas County Schools' contracted rate and the decreased rate from the date of said decrease or the vendor's contract will be subject to cancellation at the discretion of Dallas County Schools. Any charges not proposed but required to make this service viable will be considered a hidden cost and will be provided by the vendor at no additional cost to Dallas County Schools for the term of the contract.. L. Rates for Dallas County Schools: Proposals must include specific unit rates for Dallas County Schools, price extensions, and specific one-time costs. Pricing provided by a vendor s schedules of services will not be considered as responsible bid. M. Pricing: Pricing must be valid for District purchases. N. Funding Out: Any purchase order, including a blanket purchase order, is contingent upon the continued appropriation of funding. O. Historical Information: Vendor must supply historical information about the company included in the proposal. P. Point of Contact: Vendor contact names, addresses, phone numbers, email and fax numbers are listed at the end of contract. Q. Origination of Orders: Vendor will retain all responsibility for quality and continuity of service even if a subcontractor is used.

NO PROPOSAL FOR (TO BE RETURNED TO DCS IF APPLICABLE) NO PROPOSAL ACKNOWLEDGEMENT FORM: The undersigned affirms that they are an authorized representative of the company, corporation, firm or partnership stated below and wishes not to submit a Proposal at this time; and in submitting this form will remain on the vendors list: Vendor Street Address City, State, ZIP Phone Fax Number Signature of Company Official Authorizing This No Proposal. (Print Name) Official Position Date Area(s) of Interest Note: This form must be submitted by the due date for this Request for Proposal.

PROPOSAL FORMS MUST BE RETURNED TO DCS WITH PROPOSAL(S) TO BE CONSIDERED. PROPOSALS SUBMITTED WITHOUT THIS FORM WILL BE CONSIDERED NULL AND VOID, AND THEREFORE UNACCEPTABLE PROPOSAL ACKNOWLEDGMENT FORM: "The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this Proposal in collusion with any other Vendor, and that the contents of this proposal as to prices, terms or conditions of said proposal 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 proposal." Vendor Street Address City, State, ZIP Phone Fax Number Signature of Company Official Authorizing This Proposal Company Official (Print Name) Official Position Date

MUST BE RETURNED TO DCS WITH PROPOSAL(S) TO BE CONSIDERED. PROPOSALS SUBMITTED WITHOUT THIS FORM WILL BE CONSIDERED NULL AND VOID AND THEREFORE UNACCEPTABLE. Felony Conviction Notification State of Texas Legislative Senate Bill No. 1, Section 44.034, Notification of Criminal History, Subsection (a), states a person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony. Subsection (b) states a school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract. This Notice Is Not Required of a Publicly Held Corporation I, the undersigned agent for the firm named below, certify that the information concerning notification of felony convictions has been reviewed by me and the following information furnished is true to the best of my knowledge. Vendor s Name Authorized Company Official s Name (Printed) Signature of Company Official (My firm is a publicly held corporation; therefore, this reporting requirement is not applicable). Signature of Company Official (My firm is not owned nor operated by anyone who has been convicted of a felony): Signature of Company Official (My firm is owned or operated by the following individual(s) who has/have been convicted of a felony) Name of Felon(s): Details of Conviction(s): (additional sheets may be attached) Signature of Company Official:

SUSPENSION OR DEBARMENT CERTIFICATE Non-Federal entitles are prohibited from contracting with or making sub-awards under covered transaction to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement for goods or services equal to or in excess of $100,000. Contractors receiving individual awards for $100,000 or more and all sub-recipients must certify that the organization and its principals are not suspended or debarred. By submitting this offer and signing this certificate, this vendor: Certifies that no suspension or debarment is in place, which would preclude receiving a federally funded contract under the Federal OMB, A-102, Common Rule ( _.36) NON-COLLUSION DISCLOSURE I am the manager, secretary or other agent or officer of the principal of the vendor in the matter of the proposals to which this disclosure is attached, and I have full knowledge of the relations of the vendor with the other firms in this same line of business, and the vendor is not a member of any trust, pool, or combination to control the price of supplies, materials and/or services bid on, or to influence any person to bid or not to bid thereon. I further affirm that the vendor has not given, offered to give, nor intends to give at any time hereafter any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor, or service to a public servant in connection with the submitted proposal. Vendor Name: _ Vendor Address: Vendor Telephone: Authorized Company Official s Name: Signature of Company Official: (Printed) Date: