REQUEST FOR PROPOSAL



Similar documents
Request for Proposal Posted: March 4, 2015 After Hours Answering Service RFP No

REQUEST FOR PROPOSALS BRIDGEPORT ISD SEALED PROPOSALS WILL BE RECEIVED UNTIL 10:00 A.M., WEDNESDAY, JULY 10, 2013.

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

REQUEST FOR PROPOSALS

Request for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015

Borough of Jamesburg

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

Norsouth Construction Company of Georgia, Inc. Bid Information and Requirements To Whom it May Concern:

AT: 1. Norridge Village Hall N. Olcott Ave. and 2. Norridge Police Department N. Olcott Ave.

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

PEST CONTROL SERVICES AGREEMENT REQUEST FOR QUOTE (RFQ)

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

REQUEST FOR QUOTES ACTUARIAL CONSULTING SERVICES - GASB 43 & 45 To Valuate the Town of Reading Retiree Medical & Life Insurance Obligation

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

Debt Collection Services

REQUEST FOR QUOTES (RFQ)

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

CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL

Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent

OSWEGO COUNTY PURCHASING DEPARTMENT

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

REQUEST FOR PROPOSAL P PROFESSIONAL TELEPHONE ANSWERING SERVICES

SCRANTON, PA (570)

BOARD of TRUSTEES, Warwick Public Library, Warwick RI BIDS REQUESTED FOR. Bid #2015L-02 Security Services

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

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

Town of West New York Hudson County, NJ Notice for R.F.P. (Request for Proposal) Animal Control Shelter Services (2 nd Occasion)

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT (203) E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

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

Request for Proposal Cellular Service

Request for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE

BOTTLED WATER/COFFEE SERVICE. Invitation to Bid No Issued: June 3, PURCHASING BUREAU CONTACT: Tammy M. Macon, Purchaser (585)

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

NOTICE TO PROFESSIONALS. The undersigned shall receive sealed proposals for professional services for the County of Warren as follows:

NEW REQUESTS FOR PROPOSALS for INTERNET SERVICE PROVIDER SERVICES at CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT for the CITY OF CHARLOTTE, NORTH CAROLINA

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

Muskegon Community College Request for Proposal Insurance Agent/Broker

Request for Proposal for. Identity Theft Protection Services. RFP No Sealed Proposals will be received until April 2, 2015 at 3pm

COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID

CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI INVITATION TO BID

INVITATION TO BID EOE

Request for Proposal (RFP) Occupational and Physical Therapy. Deadline for Submission: August 25, 2014

PURCHASING DIVISION 3275 POST ROAD WARWICK, RHODE ISLAND TEL. (401) , ext FAX (401) CITY OF WARWICK BIDS REQUESTED FOR

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT

BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM

REQUEST FOR PROPOSAL RFP GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

Puget Sound Regional Council

Delaware Sustainable Energy Utility Request for Proposals for Financial Advisory Services

RFP Milestones, Instructions, and Information

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT Request for Qualification

How To Build A Data Backup System In Town Of Trumbull

Town of Trumbull. Trumbull Town Hall Purchasing Department 5866 Main Street Trumbull CT Request for Qualification

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

Purchasing a Business in Utah - RFP Approval Bid Process

REQUEST FOR PROPOSALS For HEALTH INSURANCE AGENT/BROKER SERVICES. FOR THE Town of Vernon, Connecticut. Contract # /15/2012

Warner Robins Housing Authority

AC Proposal Texarkana Regional Airport Airport Operations Director 201 Airport Drive Texarkana, AR 71854

COLONIAL HEIGHTS PUBLIC SCHOOLS REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR FEBRUARY 19, 2013

PROPOSALS REQUESTED THE TOWN OF OLD ORCHARD BEACH POLICE DEPARTMENT FOR IP-BASED VOICE COMMUNICATION SYSTEM

Air Conditioning Maintenance Services

How To Write A Pnetration Testing Rfp

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325

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

RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID

THE TOWN OF NORTH SMITHFIELD

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming

REQUEST FOR PROPOSAL (RFP)

THE RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY REQUEST FOR PROPOSALS RETIREMENT PLAN ADVISORY SERVICES CONTRACT #14-4. April 2014

REQUEST FOR PROPOSAL Purchase of Electricity Services

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ RATE CONSULTING SERVICES

REQUEST FOR PROPOSAL (RFP) FORM. Enter title here. Invitation to Bid. Utica College invites you to submit a proposal to brief description.

E- Rate RFP Entity # Funding Year 14 With Multi-Year Option 470 # RFP: Data and Cell Service

THE GLOCESTER SCHOOL DEPARTMENT Request for Proposals G Architectural Services RIDE 5 Year Capital Plan

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, Time: 10:00 a.m.

REQUEST FOR PROPOSALS FOR LEGAL SERVICES

Robla School District

City of Powell Request for Proposals for a Total Compensation Survey

Warner Robins Housing Authority

REQUEST FOR PROPOSAL TOWNSHIP WEBSITE REDESIGN PROJECT

Ocoee, FL July 01, 2016 Advertisement No. 1

Stephenson County, Illinois

CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

Transcription:

Trophy Club Municipal Utility District No.1 100 Municipal Dr. Trophy Club, Texas 76262 682-831-4600 REQUEST FOR PROPOSAL for AFTER HOURS ANSWERING SERVICES MARCH 11, 2013 1

NOTICE TO BIDDERS Competitive sealed proposals for After Hours Answering Services will be required to be received at: Trophy Club Municipal Utility District No.1 100 Municipal Drive Trophy Club, Texas 76262 by the following day and time: April 5, 2013 at 5 p.m. Proposals submitted to Trophy Club Municipal Utility District No. 1 (TCMUD) for consideration must be clearly marked on the outside of the sealed envelope with the words: After Hours Answering Services Attention: Terri Sisk After Hours Answering Service RFP documents will be available online at www.tcmud.org or in person at 100 Municipal Dr., Trophy Club, TX 76262. Information requests can be made to Terri Sisk at 682-831-4618 or tsisk@tcmud.org. TCMUD reserves the right to reject any or all proposals and waive any or all irregularities. Proposals shall be valid for a period of sixty (60) days from the date proposals are opened. 2

TABLE OF CONTENTS SECTION ONE SCOPE OF SERVICES/TECHNICAL SPECIFICATIONS 4-5 SECTION TWO CONTRACT PERIOD & RENEWALS 6 SECTION THREE SPECIFIC PROPOSAL REQUIREMENT 7-8 APPENDIX A BIDDER INFORMATION 9 APPENDIX B THREE CURRENT REFERENCES 10 APPENDIX C COST PROPOSAL 11 APPENDIX D CONFLICT OF INTEREST QUESTIONNAIRE 12 3

SECTION ONE: SCOPE OF SERVICES/TECHNICAL SPECIFICATIONS A. Trophy Club Municipal Utility District No. 1 (TCMUD) is a municipal utility district that provides water, wastewater treatment and fire protection to the Town of Trophy Club and parts of Solana in the Town of Westlake. TCMUD is requesting proposals from qualified firms to provide professional telephone answering services for support of water and wastewater operations during night, holiday, weekend hours, or on an as needed basis. TCMUD has water and wastewater operations that perform 24-hour services and require answering services to receive and dispatch On-Call staff appropriately beyond the normal business hours of 8:00am to 5:00pm, Monday through Friday. B. On holidays and weekends, TCMUD requires 24-hour service. Following is a list of TCMUD 2013 Holidays. New Years Day January 1, 2013 (Tuesday) Good Friday March 29, 2013 (Friday) Memorial Day May 27, 2013 (Monday) Independence Day July 4, 2013 (Thursday) Labor Day September 2, 2013 (Monday) Office Closes at Noon November 27, 2013 (Wednesday) Thanksgiving November 28-29, 2013 (Thursday, Friday) Christmas Eve December 24, 2013 (Tuesday) Christmas Day December 25, 2013 (Wednesday) C. A detailed listing of all calls received will be provided to TCMUD on a daily basis. D. BIDDER shall comply with all applicable federal, state and local laws, rules, regulations, ordinances and codes and obtain any licenses or permits required to provide the services under this RFP. E. BIDDER shall furnish at their own expense, all labor, tools, and equipment, including but not limited to equipment required to provide answering service tasks/functions. F. BIDDER shall pay all of its employees, including any and all approved subcontractors, at least the legal minimum wages as determined by the United States Department of Labor. 4

G. BIDDER shall have work crews, qualified by training and experience, to perform the work required. H. BIDDER s personnel shall conduct all work in a professional manner, even when dealing with residents, staff or other callers in high stress situations. I. BIDDER shall replace any employee deemed unacceptable by TCMUD within two (2) business days. J. BIDDER is required to answer all incoming calls received on behalf of TCMUD. K. All incoming calls shall be answered by the third ring. L. BIDDER shall contact the appropriate 1 st On-Call staff via cell phone. If the 1 st On- Call staff does not respond within 15 minutes, BIDDER shall contact 2 nd On-Call staff. If no response is received within 15 minutes, BIDDER shall contact designated Management staff by cell phone. If no response is received within 15 minutes, BIDDER will continue to escalate up to the level of District Manager. Cell phone numbers will be made available when the contract is awarded. M. For all calls received by the BIDDER after hours, holidays or weekends, BIDDER shall email or fax no later than 8:30am, on the next business day all information received from the previous shift. This shall include at the minimum, the name of the person contacted at TCMUD to respond to the call, name of the person who called the answering service, location of the issue triggering the call, time and date of call. N. BIDDER must be available by telephone or email during business hours in order to address in a satisfactory manner, any and all problems in connection with the providing of professional answering services. O. Any variance in the schedule for providing services to TCMUD shall require PRIOR APPROVAL from TCMUD. P. TCMUD will maintain a system for recording complaints concerning nonperformance of work as specified. TCMUD will communicate all complaints to BIDDER and request the complaint be corrected. Failure to take corrective action within a reasonable time may result in the work being undertaken by others and the resulting cost charged to the BIDDER. MORE THAN THREE (3) COMPLAINTS OF SIMILAR NATURE WITHIN A TIME SPAN OF THIRTY (30) DAYS WILL BE DEEMED UNSATISFACTORY WORK PERFORMANCE. 5

SECTION TWO: CONTRACT PERIOD & RENEWALS A. This Contract will begin on May 1, 2013 and run for a one (1) year period to April 30, 2014. B. At the end of the Contract period, TCMUD has the option to extend the Contract for four (4) additional one-year periods (May-Apr). TCMUD reserves the right to reconsider the Contract on an annual basis and notify BIDDER if TCMUD will be continuing the Contract. C. Pricing stated in response to TCMUD s RFP shall remain valid during the term of the Contract unless the scope of work required changes during the Contract. If the scope of work changes during the Contract term, then the pricing will be renegotiated between BIDDER and TCMUD. D. Should BIDDER initiate a price increase for professional answering services, BIDDER shall notify TCMUD in writing of such price increase. Should TCMUD choose not to accept BIDDER s proposed price increase, TCMUD shall give BIDDER THIRTY (30) DAYS WRITTEN NOTICE THAT THE CONTRACT SHALL TERMINATE. E. Either party may terminate the Contract for convenience at any time upon THIRTY (30) DAYS WRITTEN NOTICE. F. BIDDER shall not subcontract or assign Contract to anyone, in whole or part, without the prior written consent of TCMUD. Such consent, if granted, shall not relieve the original BIDDER of any responsibilities under the terms of the Contract. G. BIDDER shall be an independent contractor and not an agent of TCMUD. 6

SECTION THREE: SPECIFIC PROPOSAL REQUIREMENTS A. All proposals must be received by TCMUD prior to April 5, 2013, 5:00 P.M. B. Proposals submitted must include the following: BIDDER Information Form - Appendix A Operational Plan showing the number of personnel to be used, the equipment to be used and how the work will be done. Three Current References - Appendix B Cost Proposal Form- Appendix C Cost Proposal Pricing Plan Conflict of Interest Questionnaire-Appendix D BIDDERS shall submit THREE (3) ORIGINAL proposals. Proposals may be hand delivered, mailed or scanned with an original signature and emailed to tsisk@tcmud.org C. SCHEDULE: RFP Released March 11, 2013 Notice to BIDDERS Published March 13, 2013 Proposal Submission Deadline (5:00 P.M.) April 5, 2013 Recommendation to TCMUD Board April 16, 2013 Selected Bidder Notified April 17, 2013 Contract Execution April 30, 2013 Commencement of Services May 1, 2013 D. Submitted proposals will be evaluated by a Selection Committee and will be evaluated using the following weighted criteria. Price 70% Operational Plan 15% Experience & References 15% E. The Selection Committee will make a recommendation to the District s Board of Directors at the April 16, 2013 Board meeting. The recommended BIDDER will be invited to attend the meeting. F. BIDDER selected by the Board of Directors will receive written notification and a contract will be executed by May 1, 2013. The District s Board of Directors has authority to approve the recommended BIDDER, select another BIDDER, and/or reject all bids. 7

G. All proposals not containing the required information or received after the submission deadline will be rejected as non-responsive. TCMUD is not responsible for the non-delivery of mail and the date/time it is received at TCMUD shall be the official time receipt. H. TCMUD is exempt by law from payment of Texas Sales Tax. DO NOT INCLUDE TAX IN THE PROPOSAL. I. TCMUD may choose to reject all proposals and not award any contract. J. TCMUD s payment terms are Net 30. Invoices may be emailed to rgonzales@tcmud.org or mailed to: Trophy Club Municipal Utility District No. 1 Attn: Finance Department 100 Municipal Drive Trophy Club, TX 76262 K. All inquiries regarding this RFP should be directed to the following contact: Trophy Club Municipal Utility District No.1 Attn:Terri Sisk 100 Municipal Drive Trophy Club, TX 76262 682-831-4618 Telephone 817-491-9312 Fax Email: tsisk@tcmud.org 8

APPENDIX A: BIDDER INFORMATION Bidder Name: Physical Address: City / State / Zip: Mailing Address: City / State / Zip: Phone / Fax: Email Address: Type Of Ownership: Corporation Partnership Sole Proprietorship Disadvantaged Business: (Type) Total Years In Business: Total Number Of Employees: Will you subcontract any portion of this work: Yes No If YES, please provide details: Are your employees screened: Yes No If YES, please designate how (i.e., polygraph, general interview, background or other investigation, police record check, etc.): What constitutes your normal business days and working hours: PLEASE ATTACH YOUR OPERATIONAL PLAN SHOWING THE NUMBER OF PERSONNEL TO BE USED, THE EQUIPMENT TO BE USED AND HOW THE WORK WILL BE ACCOMPLISHED. 9

APPENDIX B: THREE CURRENT REFERENCES 1. Company Name: Address: City / State / Zip: Phone: Contact / Title: Dates: 2. Company Name: Address: City / State / Zip: Phone: Contact / Title: Dates: 3. Company Name: Address: City / State / Zip: Phone: Contact / Title: Dates: 10

APPENDIX C: COST PROPOSAL The undersigned certifies that the fees contained in this proposal have been carefully reviewed and are submitted as correct and final. Bidder further certifies and agrees to furnish any and/or all product/service upon which fees are extended at the fee offered, and upon the conditions in the specifications of the Request for Proposals. I hereby certify that the foregoing proposal has not been prepared in collusion with any other bidder or other person or persons engaged in the same line of business prior to the official opening of this proposal. Further, I certify that the bidder is not now, nor has been for the past six (6) months, directly or indirectly concerned in any pool or agreement or combination to control the price of product/service bid on, or to influence any person or persons to bid or not to bid thereon. BIDDER NAME: ADDRESS: TELEPHONE: E-MAIL ADDRESS: FEDERAL ID #/SSN#: TITLE OF SIGNATORY: PRINTED NAME OF SIGNATORY: SIGNATURE: DATE: PLEASE ATTACH YOUR COST PROPOSAL AND ALL ALTERNATIVE PRICING PLANS. 11

APPENDIX D: CONFLICT OF INTEREST QUESTIONNAIRE 12