Richardson ISD UPS Refresh RFP # 1289 1 Richardson

Richardson ISD UPS Refresh RFP # 1289
Richardson Independent School District
400 S. Greenville Ave.
Richardson, TX 75081
Uninterruptable Power Supply (UPS) Refresh
Request for Proposal # 1289
The Richardson Independent School District (RISD) is soliciting sealed proposals for Uninterruptable
Power Supplies (UPS) as per specifications stated in this solicitation document. Sealed proposals shall be
submitted in an envelope marked on the outside with the bidders name, address, and proposal number
(RFP # 1289) to:
Richardson Independent School District
UPS Refresh
RFP # 1289
Attention: Melody Greig
970 Security Row
Richardson, TX 75081
Receipt Deadline: RISD must receive all proposals no later than 1:30 PM, September 19, 2013.
Proposals must be submitted in sufficient time to be received and time-stamped at the above location
on or before the published bid date and time shown on the RFP. RISD will not be responsible for
delayed mail delivery from the post office. Proposals received after the published time and date will be
considered untimely and may not be considered. Bids will be publicly opened at 2:30 PM the same
day.
Delivery Method: Responders may submit their proposals via U.S. Mail or common receipted carrier
(e.g., Federal Express, UPS, US Postal Service, and Hand Delivery.) Fax proposals will not be accepted.
The bid name and number must be identified on the outside envelope being delivered.
Proposal Number and Format: Responders must submit one (1) original proposal, (1) copy of the
proposal, and (1) electronic copy (e.g., flash drive, cd) of the response to the Request for Proposal (RFP)
(collectively the Proposal). All items must be sealed.
RISD’s contact for this proposal is Melody Greig (melody.greig@risd.org). Contact between responders
or potential responders and user departments during the request for sealed proposal process or
evaluation process is prohibited. Any attempt by a responder or potential responder to contact the
departments will result in disqualification.
All addenda will be issued via the district website at:
http://www.risd.org/group/departments/Purchasing_Department/PurchasingDepartment_main.asp.
1
Richardson ISD UPS Refresh RFP # 1289
Contents
1
2
3
Overview ............................................................................................................................................... 5
1.1
General Information ..................................................................................................................... 5
1.2
Work Included ............................................................................................................................... 5
1.3
Schedule of Events ........................................................................................................................ 5
1.4
Addenda ........................................................................................................................................ 5
1.5
Pre-Proposal Meeting ................................................................................................................... 6
Bidder Instructions ................................................................................................................................ 6
2.1
Confidential/Proprietary Information........................................................................................... 6
2.2
Obligation of Owner...................................................................................................................... 6
2.3
Negotiation of Contract ................................................................................................................ 6
2.4
Owner’s Rights Reserved .............................................................................................................. 6
2.5
Awarding of Contract .................................................................................................................... 6
2.6
Background Checks ....................................................................................................................... 7
2.7
Contract Startup Meeting ............................................................................................................. 7
2.8
Commencement of Work.............................................................................................................. 7
2.9
Project Timelines........................................................................................................................... 7
2.10
Standard of Care ........................................................................................................................... 7
2.11
RFP Questions ............................................................................................................................... 7
2.12
Availability of Prices ...................................................................................................................... 7
2.13
Vendor References........................................................................................................................ 8
2.14
Compliance with EEO .................................................................................................................... 8
2.15
FCC Statement............................................................................................................................... 8
2.16
U.L. Listing/Approval ..................................................................................................................... 8
General Conditions ............................................................................................................................... 8
3.1
Indemnity Hold Harmless.............................................................................................................. 8
3.2
Response Submission.................................................................................................................... 8
3.3
Costs Associated with Preparation of the Proposal ...................................................................... 9
3.4
RFP Binding Period ........................................................................................................................ 9
3.5
Omissions ...................................................................................................................................... 9
3.6
Minimum Insurance Coverage ...................................................................................................... 9
3.7
Right to Terminate ...................................................................................................................... 13
2
Richardson ISD UPS Refresh RFP # 1289
4
5
3.8
Product Suitability ....................................................................................................................... 14
3.9
Payment Terms and Retainage ................................................................................................... 14
3.10
Transfer of Contract .................................................................................................................... 14
3.11
Amendments and Modifications................................................................................................. 14
3.12
Venue .......................................................................................................................................... 14
3.13
Execution of Contracts ................................................................................................................ 14
3.14
Vendor’s Standard of Care .......................................................................................................... 14
3.15
Compliance with Electrical Codes ............................................................................................... 15
3.16
Disclosures .................................................................................................................................. 15
3.17
Fairness of Pricing ....................................................................................................................... 15
3.18
Compliance with Applicable Laws and Regulations .................................................................... 15
3.19
Nondisclosure of Relationship with Owner ................................................................................ 16
3.20
Timeliness of Contract Obligations ............................................................................................. 16
3.21
Authority of Owner ..................................................................................................................... 16
3.22
Damage Caused by Vendor ......................................................................................................... 16
3.23
Material Supplied Beyond Scope of Work .................................................................................. 17
3.24
Bonding ....................................................................................................................................... 17
3.25
Quality Assurance Standards ...................................................................................................... 17
Overview ............................................................................................................................................. 18
4.1
Installation Requirements ........................................................................................................... 18
4.2
UPS Requirements ...................................................................................................................... 19
4.3
Table 1 ......................................................................................................................................... 19
4.4
Table 2 ......................................................................................................................................... 19
4.5
Table 3 ......................................................................................................................................... 20
4.6
Table 4 ......................................................................................................................................... 20
Vendors Response to RFP ................................................................................................................... 28
5.1
Response Format ........................................................................................................................ 28
5.1.1
Tab 1 – Executive Summary/Overview ............................................................................... 28
5.1.2
Tab 2 – Vendor Company Profile ........................................................................................ 28
5.1.3
Tab 3 – Main Body of Response .......................................................................................... 29
5.1.4
Tab 4 – Exceptions .............................................................................................................. 29
5.1.5
Tab 5 – Equipment and Materials Specifications ................................................................ 29
3
Richardson ISD UPS Refresh RFP # 1289
6
7
5.2
Incurred Costs ............................................................................................................................. 29
5.3
Evaluation ................................................................................................................................... 30
5.4
Subcontractors ............................................................................................................................ 31
5.5
Signature ..................................................................................................................................... 32
Delivery and Installation ..................................................................................................................... 33
6.1
Delivery ....................................................................................................................................... 33
6.2
General Installation Requirements ............................................................................................. 33
6.3
Owner’s Responsibilities for Delivery and Installation ............................................................... 33
General Vendor Information............................................................................................................... 34
General Terms and Conditions
4
Richardson ISD UPS Refresh RFP # 1289
1 Overview
1.1
General Information
The Richardson Independent School District (the District or RISD) is seeking to replace UPS’s
within each of its Telecom Rooms (TR) and Main Telecom Rooms (MTR). The vendor chosen
to fulfill this requirement must provide a broad spectrum turnkey solution to the District.
The solution includes, but is not limited to, the sale, integration, delivery, installation,
maintenance, and support of this program.
This solution will include 5-year warranty, maintenance, and 8 x 5 customer support.
RISD will consider many relevant factors in selecting the vendor to provide, integrate, deliver,
install, maintain and support the system. In addition to technical capability, the selected
vendor must be financially stable and demonstrate capability to meet or exceed a high
standard of quality in video delivery systems, service, and support during the award period.
A proven and verifiable commitment to total customer satisfaction and support will be a key
factor in the assessment of vendor qualifications.
1.2
Work Included
Proposals will include, without limitation, all labor, services, and materials necessary for the
completion of this project. Proposals shall include all costs of contracts, agreements,
insurance, licensing fees, materials, labor, and any other costs necessary to complete this
project.
1.3
Schedule of Events
The following is the anticipated schedule of events for this project. The schedule may change
depending on the results of the Proposals. The final schedule will be established prior to
contracting with the successful Vendor.
Release of Proposal
Pre-Proposal Meeting
Proposal Due
Estimated Board Approval Date
Project Installation Date
1.4
9/3/2013
9/11/2013
9/19/2013
11/4/2013
TBD
Addenda
Addenda to the RFP must be authorized and issued in writing by RISD to be valid. Any
addenda that modify the RFP document by adding, deleting, clarifying, or correcting its
contents will be issued prior to the Proposal receipt deadline.
5
Richardson ISD UPS Refresh RFP # 1289
1.5
Pre-Proposal Meeting
A pre-proposal meeting will be held 10:00 AM, September 11, 2013, at RISD’s Security Row
Bldg., Purchasing Dept. Conference Room, located at 970 Security Row, Richardson, TX
75081. Persons interested in responding to this RFP will have an opportunity to ask
questions about the RFP.
2 Bidder Instructions
2.1
Confidential/Proprietary Information
RISD is a governmental entity subject to the Texas Public Information Act. Unless subject to a
specific statutory exception, information in the District’s possession is considered public
information that is subject to release upon request. Any information in your Proposal that is
of a confidential or proprietary nature must be clearly and specifically identified. Such
identification shall not limit the District’s right to use such information in the review of the
Proposal.
2.2
Obligation of Owner
Issuance of this RFP does not create any obligation on the part of RISD to enter into any
contract or undertake any financial obligations with respect to the System referred to herein.
There will be no discussions with Vendors except for the purpose of clarification of a
Proposal until the evaluation of the Proposals has been completed. Any subsequent
discussion shall be at the discretion of RISD.
2.3
Negotiation of Contract
After evaluation of all Proposals received, RISD reserves the right to enter into negotiations
with the Vendor or Vendors that RISD considers best qualified to meet its requirements.
RISD reserves the right to reject any and all proposals and to waive any non-conformity,
whenever such actions are in its best interest, as determined solely by RISD.
2.4
Owner’s Rights Reserved
RISD reserves the right to purchase or not purchase individual sections of the Vendor
proposal and to purchase or not to purchase subsystems within a section.
2.5
Awarding of Contract
A contract, if any awarded, will be awarded to the responsible Vendor(s) submitting the best
Proposal for the System package, plus any acceptable alternatives complying with the
conditions and requirements of the contract that RISD determines provides the best value to
the District. Relevant factors other than cost alone will be considered in determining the
successful Vendor(s), including, but not limited to, outstanding references, prior relevant
experience both in RISD and in other K-12 environments.
6
Richardson ISD UPS Refresh RFP # 1289
2.6
Background Checks
All employees of the successful Vendor will be required to undergo a background check
through RISD, and where applicable, must comply with the requirements of Chapter 22 of
the Texas Education Code prior to any work commencing on any RISD campus. Any
employee of the Vendor who does not clear the background check will not be allowed to
participate in any activities on RISD property.
2.7
Contract Startup Meeting
A contract start-up meeting will be held to provide all parties involved in the contract an
opportunity to clarify issues and review contract procedures.
Additionally, a statement of work document will be drafted to detail the scope of work,
materials and other items to be provided under the contract. This statement of work
document will be agreed to in writing by both the Vendor and RISD before the
commencement of any work.
2.8
Commencement of Work
Commencement of the Work shall be subject to the discretion of RISD and the District
reserves the right to make all decisions regarding such commencement.
2.9
Project Timelines
The actual sequence and duration of the work activities requested will be coordinated and
directed by RISD at its sole discretion.
2.10
Standard of Care
Vendor acknowledges that RISD will rely on Vendor’s ability, expertise and knowledge of the
System(s). Vendor shall be obligated to exercise the highest standard of care in performing
its obligations. Vendor shall demonstrate to the District’s satisfaction that it is of sound
financial condition and otherwise capable of fully performing any contract entered into
hereunder.
2.11
RFP Questions
Any questions about this RFP must be raised prior to submission of the Proposal. All
questions must be submitted no later than 10 AM September 16, 2013 to:
Melody.greig@risd.org (please include in the subject line: UPS Refresh RFP # 1289)
2.12
Availability of Prices
All Vendors, as part of the bid evaluation process, may be requested to supply individual
prices for equipment, labor, supplies, etc. Such information must be supplied to RISD’s
Director of Purchasing within three (3) working days of the request.
7
Richardson ISD UPS Refresh RFP # 1289
2.13
Vendor References
Vendor must submit with the Proposal a list of past installations of comparable size, in a K-12
environment, along with current contact names and telephone numbers.
2.14
Compliance with EEO
Any Vendor who responds to the RFP must demonstrate, through word and deed that they
comply with all applicable laws, regulations, and executive orders to insure they provide
equal employment opportunities without regard to the race, color, sex, national origin,
religion, age, or disability status of any qualified employee or applicant.
2.15
FCC Statement
The Vendor(s) are responsible to insure that all equipment proposed and installed as part of
this RFP will meet or exceed all requirements of the Federal Communications Commission
(FCC). Specifically, all equipment will comply with FCC Part 15 Radiation Requirements as
applied in Section A or Section B, as appropriate.
2.16
U.L. Listing/Approval
The Vendor(s) are responsible to insure that all equipment proposed and installed as part of
this RFP will have appropriate Underwriters Laboratory (U.L.) Listing / Approval for all power
components.
3 General Conditions
3.1
Indemnity Hold Harmless
Vendor shall indemnify, save and hold RISD, its trustees, employees, agents, architects,
consultants, contractors, attorneys, and guests, harmless from and against any and all claims,
damages, liabilities, penalties, costs, charges, and expenses (including reasonable legal fees)
which may be imposed upon or incurred or asserted against them in connection with the
System(s), or any part thereof, and from the acts, errors or omissions of Vendor, its
employees, and/or agents.
3.2
Response Submission
One (1) original, (1) copy of the Vendor’s Proposal, (1) electronic copy, and any other
documents must be received by 1:30 PM, September 19, 2013 and are to be submitted to:
Richardson Independent School District
UPS Refresh RFP # 1289
Attn: Melody Greig
Purchasing Department
970 Security Row
Richardson, TX 75081
8
Richardson ISD UPS Refresh RFP # 1289
Each response must be received in a sealed envelope and clearly labeled as follows on the
front lower right corner:
Your Company Name
Proposal to Richardson Independent School District
UPS Refresh RFP # 1289
3.3
Costs Associated with Preparation of the Proposal
Any costs associated with a Vendor’s response to the RFP will be borne by the Vendor. RISD
will not be liable for any cost incurred by the respondents in preparing Proposals to this RFP
or negotiations associated with award of a contract.
3.4
RFP Binding Period
Prices quoted in the Vendor’s response for all labor and materials will remain in effect from
the date of the contract to the agreed upon end date during which time Vendor must pass on
all price decreases enacted or provided by the manufacturer. In no event shall pricing be
allowed to rise above the stated contract prices.
3.5
Omissions
Omission in the Proposal of any provision herein described shall not be construed as to
relieve the Vendor of any responsibility or obligation to complete and satisfactorily deliver,
operate, and support any and all equipment or services.
3.6
Minimum Insurance Coverage
The vendor will be responsible to carry the following minimum insurance coverage’s:
A. Worker’s Compensation:
A copy of a certificate of insurance, a certificate of authority of self-insure issued by the
commission, or a coverage agreement (TWCC81, TWCC82, TWCC83, or TWCC-84) showing
statutory worker’s compensation insurance coverage for the person’s or entity’s employees
providing services on a project is required for the duration of the project.
Duration of the project includes the time from the beginning of the work on the project until
the vendor’s work on the project has been completed and accepted by RISD.
Persons providing services on the project (“subcontractor” in Texas Labor code 406.096)
include all persons or entities performing all or part of the services the vendor has
undertaken to perform on the project, regardless of whether that person contracted directly
with the vendor and regardless of whether that person has employees. This category
includes, without limitation, independent contractors, subcontractors, easing companies,
motor carriers, owner-operators, employees of any such entity, or employees of any entity
that furnishes persons to provide services on the project.
Services include, without limitation, providing, hauling, or delivering equipment or materials,
or providing labor, transportation, or other services related to a project. Services do not
9
Richardson ISD UPS Refresh RFP # 1289
include activities unrelated to the project, such as food/beverages vendors, office supply
deliveries and delivery of portable toilets.
The Vendor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory
requirements of Texas Labor code agreements, Texas Labor Code 401.022 (44) for all
employees of the vendor providing services on the project for its duration.
The Vendor must provide a certificate of coverage to RISD prior to being awarded the
contract.
If the coverage period shown on the Vendor’s current certificate of coverage ends during the
duration of the project, the Vendor must, prior to the end of the coverage period, file a new
certificate of coverage with RISD showing that coverage has been extended.
The Vendor shall obtain from each person providing services on a project, and provide to
RISD:
(1) A certificate of coverage, prior to that person beginning work on the project, so RISD will
have on file certificates of coverage showing coverage for all persons providing services on
the project; and
(2) No later than seven (7) days after receipt by the vendor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the period.
The Vendor shall retain all required certificates of coverage for the duration of the project
and for one (1) year thereafter.
The Vendor shall post on each project site a notice, in the text form and manner prescribed
by the Texas Worker’s Compensation Commission, informing all persons providing services
on the project that they are required to be covered, and stating how a person may verify
coverage and report lack of coverage.
The Vendor shall contractually require each person with whom it contracts to provide
services on a project to:
(1) Provide coverage based on a proper reporting of classification codes and payroll
amounts and filing any coverage agreements which meets the statutory requirements of
Texas Labor code 401.011 (44) for all of its employees providing services on the project for
the duration of the project;
(2) Provide to the Vendor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project for the duration of the project;
10
Richardson ISD UPS Refresh RFP # 1289
(3) Provide the Vendor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(4) Obtain from each other person with whom it contracts, and provide to the vendor:
(a)
A certificate of coverage, prior to the other person beginning work on the
project; and
(b)
A new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
(5) Retain all required certificates of coverage on file for the duration of the project and for
one (1) year thereafter;
(6) Notify RISD in writing by certified mail or personal delivery, within the ten (10) days
after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
(7) Contractually require each person with whom it contracts to perform as required by
items 1-7, with the certificates of coverage to be provided to the person for whom they
are providing services.
By signing the contract, which will be issued upon award, or providing or causing to be
provided a certificate of coverage, the Vendor is representing to the governmental
entity that all employees of the Vendor who will provide services on the project will be
covered by workers’ compensation coverage for the duration of the project, that the
coverage will be based on proper reporting of classification codes and payroll amounts,
and that all coverage agreements will be filed with the appropriate insurance carrier or,
in the case of a self-Insured, with the commission’s Division of Self-insurance
Regulation. Providing false or misleading information may subject the vendor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
The Vendor’s failure to comply with any of these provisions is a breach of contract by
the Vendor that entitles RISD to declare that contract void if the Vendor does not
remedy the breach within ten (10) days after receipt of notice of breach from the
governmental entity.
B. Comprehensive General Liability Insurance
General Aggregate Limit (other than Products/Completed Ops) $ 1,000,000.00
Products/Completed Operations Aggregate Limit
$ 1,000,000.00
Personal and Advertising Injury Limit
$ 1,000,000.00
Each Occurrence Limit
$ 1,000,000.00
11
Richardson ISD UPS Refresh RFP # 1289
Professional errors & omissions
$ 1,000,000.00
Fire Damage Limit - Any one fire
$
50,000.00
Medical Expense Limit - Any One Person
$
5,000.00
Liability Insurance shall cover premises operations and vendor’s liability, as stated
above, with the following endorsements:
(1)
The school district as an additional insured under all coverage’s except
Worker’s compensation.
(2)
Thirty (30) days Notice of Cancellation or material change.
C. Automobile Liability Insurance
Automobile liability insurance shall cover all owned, non-owned, and hired vehicles in
the amount of $ 1,000,000.00 combined single liability limit for bodily injury and
property damage with the following endorsements:
(1)
Thirty (30) day Notice of Cancellation or material change.
(2)
Certificates of Insurance shall be delivered to the Owner before
Commencement of the Work
12
Richardson ISD UPS Refresh RFP # 1289
3.7
Right to Terminate
3.7.1
RISD, by written notice to the Vendor, may terminate the Contract, in whole or in
part, for its convenience at any time prior to completion. Upon receipt of such
notice, the Vendor shall take all necessary steps to avoid incurring any additional
costs. In the event of such termination by RISD, it is agreed that the termination
charges shall be negotiated but shall not exceed 100% of the total costs, both direct
and indirect, incurred by the Vendor in the performance of the Contract, including
reasonable costs incurred with respect to termination and settlement with vendors
and subcontractors as a result of termination, up to the date of termination. In the
event of termination, Vendor shall provide all plans, engineering, other drawings,
and all other materials within five (5) business days of termination in a form
acceptable to RISD.
3.7.2
The Vendor agrees to notify RISD of all proposed settlements with vendors and
subcontractors in the event of termination, not for cause, and the Vendor further
agrees not to enter into any binding settlement until RISD has approved the
proposed settlement or thirty (30) days have elapsed from the date when such
advice was furnished to RISD, which approval shall not be unreasonably withheld.
3.7.3
Direct and indirect costs shall be determined in accordance with standard
accounting practices and verified by an independent Certified Public Accountant.
Final payment shall be in the amount of the total termination charges within sixty
(60) days following submission of such total costs certified by the independent
Certified Public Accountant.
3.7.4
In the event of termination not for cause, final payment shall be in the amount of
the total termination charges up to the date of termination, less the following:
3.7.4.1
Amounts previously paid by RISD to the Vendor.
3.7.4.2
Amounts representing total Vendor’s cost of segregable materials
generated under the Contract not desired by RISD that the Vendor
elects to retain for its use.
3.7.5
RISD may terminate Contract for cause immediately on notice to Vendor.
3.7.6
In the event of such termination for cause or not for cause, all materials generated
under the contract, which will be issued upon award, except that specified in item
3.7.4.2 of this Article, shall become the property of RISD.
13
Richardson ISD UPS Refresh RFP # 1289
3.8
Product Suitability
The Vendor warrants that the materials to be used under the contract, which will be issued
upon award, will be new and as otherwise specified by this RFP and the sale or use of them
will not infringe on any United States of foreign letters, patent, trademark, copyright or other
proprietary right, and the Vendor agrees to defend, protect and save harmless RISD its
employees, agents, successors, assigns, customers, consultants, and users of such items,
against all suits at law or in equity, and from all damages and expenses including attorney’s
fees resulting from claims and demands for actual or alleged infringements of any patent,
trademark, copyright or any right by reason of the sale or use of the material covered
hereby. RISD reserves the right to participate in any such action brought against it at
Vendor’s expense.
3.9
Payment Terms and Retainage
RISD will pay the Vendor for the software and hardware components within 30 days of
completion of order, based on inspection and sign-off by RISD or its authorized agent.
Professional and Educational services will be paid based upon performance criteria.
Performance criteria will be established by RISD and the Vendor prior to the beginning of
work.
3.10
Transfer of Contract
The contract, which will be issued upon award, shall not be assigned or transferred without
the District’s prior written consent.
3.11
Amendments and Modifications
The contract, which will be issued upon award, shall be amended or modified only in writing
signed by the parties. The modification, amendment, or waiver of part of this Contract shall
not constitute a waiver of the whole.
3.12
Venue
The contract, which will be issued upon award, shall be construed under the laws of the State
of Texas, and venue arising out of this agreement is in Dallas County, Texas, regardless of the
place of execution or performance.
3.13
Execution of Contracts
Contracts for purchase will be put into effect by means of purchase order(s) executed by the
RISD Purchasing Department after bids have been awarded.
3.14
Vendor’s Standard of Care
All work shall be done in a thorough and conscientious manner according to the highest
standards of care within the industry and shall be subject to inspection by RISD, its agents,
architects, consultants and others and by the proper authorities. It is expressly understood
and agreed that such observations and inspections by RISD, its other contractors and
14
Richardson ISD UPS Refresh RFP # 1289
consultants shall not relieve the Vendor from any responsibility for the proper supervision
and execution of the Work described in the RFP, or agreed to at a later date.
3.15
Compliance with Electrical Codes
The latest version of the National Electric Code, along with the National Electric Safety Code,
shall be followed. If local regulations or codes are more stringent, then those requirements
shall govern and Vendor shall advise The Project Manager, Inc. and RISD of the applicable
code.
3.16
3.17
Disclosures
3.16.1
By signing its Proposal, a Vendor affirms that he/she 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 proposal submitted.
3.16.2
By signing its Proposal, a Vendor affirms that, to the best of his/her knowledge, the
Proposal has been arrived at independently, and is submitted without collusion with
anyone to obtain information or gain any favoritism that would in any way limit
competition or give them an unfair advantage over other vendors in the award of
this RFP.
3.16.3
Vendor shall note any and all relationships that might be construed as a conflict of
interest and include such information with the Proposal. Vendor also shall submit
with its Proposal a completed Conflict of Interest Questionnaire in compliance with
chapter 176 of the Texas Local Government Code.
Fairness of Pricing
RISD shall pay the contract price contained in the winning Vendor’s proposal and the
successful Vendor warrants that such price is no higher than Vendor’s current prices on
orders by others for products of the kind and specification covered by this agreement for
similar quantities under similar or like conditions and method of purchase. In the event
Vendor breaches this warranty, the prices of the items shall be reduced to the Vendor’s
current prices on orders by others and overpricing refunded to the District within 30 days or,
in the alternative, RISD may cancel the contract, which will be issued upon award, without
liability to Vendor for breach or Vendor’s actual expense.
3.18
Compliance with Applicable Laws and Regulations
The Vendor shall give notices to authorities and shall comply with all federal, state, local
laws, ordinances, rules, regulations, and orders of any public authority bearing on the
performance of the Work. Where such laws, ordinances, rules and orders are in conflict, the
more stringent standards shall apply.
15
Richardson ISD UPS Refresh RFP # 1289
3.19
Nondisclosure of Relationship with Owner
The Vendor will not, in any manner disclose, advertise or publish the fact that Vendor has
contracted with RISD to provide the work as specified without the express written consent of
RISD. Nor shall vendor disclose any other information concerning its contract with RISD to
third parties without RISD’s written consent.
3.20
Timeliness of Contract Obligations
Time is of the essence for work referenced in the contract. If Vendor fails to perform the
services at the time agreed upon, or to perform the work there under such a manner as will
endanger its ability to complete the Work or render timely performance of services, RISD
reserves the right to cancel the Contract or purchase elsewhere the services called for
hereunder and hold Vendor accountable for additional costs or damages incurred by RISD
including but not limited to rent and holdover rent penalties, additional fees, and expenses
to its Consultant.
3.21
Authority of Owner
Notwithstanding any other provision of the Contract to the contrary, the Vendor, once its
activities begin on the Site, shall comply with the site rules of RISD. The Vendor shall direct its
personnel and subcontractors to respect and abide by the authority of the RISD and the
Project Manager on all matters related to the Vendors operation at the Site, including but
not limited to:
3.22
3.21.1
Use of Site resources such as elevators and loading docks.
3.21.2
Connection to and use of utilities.
3.21.3
Safety issues.
3.21.4
Trash removal and Site cleanliness.
3.21.5
Site Security
3.21.6
Prohibition of any alcohol, tobacco, and drugs
Damage Caused by Vendor
The Vendor shall be responsible for any and all damages to portions of the building caused
by it, its employees or subcontractors; including but not limited to:
16
Richardson ISD UPS Refresh RFP # 1289
3.23
3.22.1
Damage to any portion of the building caused by the movement of tools, materials,
or equipment
3.22.2
Damage to any component, including ceiling tiles, of the construction of spaces in
which the Vendor is working.
3.22.3
Damage to the electrical distribution system and/or other space “turned over” to
the Vendor
3.22.4
Damage to the electrical, mechanical, and/or life safety or other systems caused by
inappropriate operation or connections made by the Vendor or other actions of
Vendor.
3.22.5
Other Damage to the materials, tools and/or equipment of RISD, its consultants,
subcontractors, Architect, other contractors, agents and leases.
Material Supplied Beyond Scope of Work
It shall be the responsibility of the Vendor to provide all materials, equipment, and software
necessary to fulfill the Requirements described herein. Should materials, equipment, and
software in excess of the estimates provided prove to be necessary, they shall be provided at
no additional cost to RISD.
3.24
Bonding
If any subcontractors are included or involved in your proposal, RISD reserves the right to
require a 100% Payment Bond.
3.25
1.
RISD prefers a surety bond with an A.M. BEST rating of “A” if amount of contract is
greater than or equal to $50,000.
2.
RISD prefers a surety bond with a rating of at least “B+” if amount of contract is less
than $50,000.
3.
If required, successful vendor will have fifteen(15) days from date of notification of
award of proposal to furnish to the District, including but not limited to, contracts,
bonds, certificates of insurance, et., otherwise the proposal award may be
withdrawn and awarded to the next lowest responsible proposal or completely
rejected and re-solicited at the discretion of the RISD.
Quality Assurance Standards
The Vendor shall submit, with its Proposal, a copy of its company quality assurance manual
and applicable procedures.
17
Richardson ISD UPS Refresh RFP # 1289
4 Overview
Richardson ISD is seeking to replace Uninterruptable Power Supplies (UPS) systems within each of
its Telecom Rooms (TR) and Main Telecom Rooms (MTR). The proposed solution will provide at
minimum five minutes of power to the attached equipment based on the defined device power
budget. The intent of the UPS system is to provide adequate power to the equipment as to
prevent loss of power during an electrical brown out and to provide clean consistent power to the
network equipment. It is not the intent to provide long term power in the event of a power
outage within a TR or MTR. Table 1 (4.3) provides expected power budgets per device type that
will be plugged into the UPS. Table 2 (4.4) provides a description of the TR/MTR design. It is NOT
expected that a UPS solution will be available for the ceiling mounted enclosures (FTC). FTCs
locations have been included in this document to provide vendors the opportunity to propose a
solution for these TRs. Table 3 (4.5) provides an example deployment and provides the required
pricing format. Table 4 (4.6) provides a complete list of MTR/TRs throughout the district along
with the quantity and types of chassis currently in use. The following are minimum requirements
of the proposed solution and deployment.
4.1
Installation Requirements
1) Vendor will coordinate with RISD a scheduled deployment of hardware in such a way
as to minimize the impact on network users. It’s anticipated that the scheduled
install will take place before or after regularly scheduled school hours or during a
school holiday.
2) Vendor will remove and dispose of all legacy UPS systems found within the TR’s
unless otherwise directed by RISD staff.
3) Vendor will remove and dispose of all packaging and miscellaneous materials left
over from UPS installation.
4) Vendor will verify the UPS is accessible remotely by RISD staff prior to leaving the
facility.
5) Category 5e patch cables will be provided to the installing vendor by RISD for UPS
network connectivity.
6) Hardware inventory will be provided to RISD by the installing vendor including but
not limited to device model number, serial number, RISD asset tag number, MAC
address, and location.
7) Hardware inventory of legacy UPS units that are removed and disposed of will be
provided to RISD including but not limited to device model number, serial number,
RISD asset tag number, and location.
18
Richardson ISD UPS Refresh RFP # 1289
4.2
UPS Requirements
1) UPS systems will be sized to provide a minimum of five minutes run time to TR/MTR
equipment based on the budgeted power draw in Table 4 of this document.
2) Rack mountable UPS systems are required for Rack deployments
3) Non-Rack mountable UPS systems will be considered for use in WMB deployments
with rack mountable being preferred.
4) Double-Conversion, online UPSs systems are required
5) NEMA L5-20 outputs will be required for Catalyst 4500 series switches (two per
switch)
6) UPS systems providing power to the Catalyst 4500 series switches should use an L520 input
7) UPS battery replacement will be maintainable by RISD staff
8) Five years warranty will be included in UPS purchase including batteries
9) Energy Star rated is preferred
10) UPS will be IP enabled and will be configured to be monitored by Schneider
Electric/APC StruxureWare Central. Monitoring will include a minimum:
• Power input status
• Load
• Runtime
• Battery Life
• Environmental Conditions, MTR required, TR preferred
4.3 Table 1
Type
Chassis
Power Supply(s)
Budgeted Watts
UPS Output
Connection
1
2960
1 @ 740w
250w
NEMA 5-15
2
4506
2 @ 1300w
1000w
NEMA L5-20R
*
UPS Input preferred as NEMA L5-20P
4.4 Table 2
WMB
Chatsworth Cube-iT 24” depth
Rack
Panduit/Chatsworth two post Telco rack.
Passive Ceiling Enclosure for Hubs, Switches *NOTE: It is
not expected that a UPS solution for these locations will
be available.
FTC
19
Richardson ISD UPS Refresh RFP # 1289
4.5 Table 3
Deployment/Pricing Example
In the example below. The MTR 4506 is provided two 1500 watt UPS systems (one per switch power
supply). The two 2960s in the MTR will share the two 1500 watt power supplies provided to the 4506
given there is adequate power budget on the UPSs. The two TRs have three switches each with a total
presumed power budget of 750 Watts. Both TRs gets one each/1000 Watt UPS.
Proposed Device, Quantity, Extended Price per TR and Campus Total must be included in price sheet.
Campus
MTR/
TR
Room #
ACE
Rack/
WMB
Cisco
Device(s)
Units
Watt
Budget
MTR
Off
Rack
4506
1
1000w
MTR
Off
Rack
2960
2
TR
C222
Rack
2960
TR
C244
WMB
2960
Proposed UPS
Qty
2
$2,000.00
500w
ModelNumber 15
Consolidate with
4506
Extended Price
0
$0.00
3
750w
ModelNumber 10
1
$500.00
3
750w
ModelNumber 10
1
$500.00
Campus Total
$3,000.00
4.6 Table 4
Campus
MTR/TR
ACE
MTR
Off
MTR
AIK
ACE
Room #
Rack/WMB
Cisco Device(s)
Number of Devices
Rack
4506
1
Off
Rack
2960
2
TR
C222
Rack
2960
3
TR
C244
Rack
2960
3
MTR
100l
Rack
4506
1
MTR
100l
Rack
2960
5
TR
E105
WMB
2960
1
MTR
B54
Rack
4506
1
MTR
B54
Rack
2960
2
TR
A hall
FTC
2960
2
TR
B hall
FTC
2960
2
20
Richardson ISD UPS Refresh RFP # 1289
AJH
MTR
A141
Rack
4506
1
MTR
A141
Rack
2960
2
TR
A107
WMB
2960
4
TR
G hall
FTC
2960
2
TR
Dhall
FTC
2960
1
TR
A204B
WMB
2960
1
TR
C&B hall
FTC
2960
1
ANN
TR
Cust
WMB
3650
5
BFE
MTR
D hall
Rack
4506
1
MTR
D hall
Rack
2960
2
TR
108
WMB
2960
2
TR
Café Stage
Rack
2960
3
TR
202
FTC
2960
2
MTR
Office
Rack
2960
3
BHS
BOW
BSE
CCE
TR
C112
Rack
2960
1
TR
B101a
Rack
2960
2
TR
E124
Rack
2960
6
TR
E146
Rack
2960
2
TR
F127
Rack
2960
3
TR
A248
Rack
2960
4
TR
A224
Rack
2960
9
TR
E222
Rack
2960
8
TR
E241
Rack
2960
2
TR
E311
Rack
2960
2
TR
Pool
WMB
2960
1
MTR
Boys RR
Rack
4506
1
MTR
Boys RR
rack
2960
3
TR
115A
WMB
2960
3
MTR
Store RM
Rack
4506
1
MTR
Store RM
Rack
2960
5
TR
108
WMB
2960
1
MTR
Closet
Rack
4506
1
MTR
Closet
Rack
2960
3
TR
A Hall
FTC
2960
2
21
Richardson ISD UPS Refresh RFP # 1289
CBE
CML
DOB
DOV
DME
FLA
FMJ
FRE
GWE
HPM
MTR
OFF
Rack
4506
1
MTR
OFF
Rack
2960
1
TR
LIB
Rack
2960
2
TR
C220
Rack
2960
3
TR
D225
Rack
2960
3
MTR
Closet
Rack
4506
1
MTR
Closet
Rack
2960
5
MTR
Boys RR
Rack
4506
1
MTR
Boys RR
Rack
2960
4
TR
22A
Rack
2960
2
MTR
7A Closet
Rack
4506
1
MTR
7A Closet
Rack
2960
3
TR
Stage
WMB
2960
3
MTR
Teach Lounge
Rack
4506
1
MTR
Teach Lounge
Rack
2960
3
MTR
182
Rack
4506
1
MTR
182
Rack
2960
4
TR
LIB Work Rm
WMB
2960
2
MTR
LIB
Rack
4506
1
MTR
LIB
Rack
2960
7
TR
D106
Rack
2960
2
TR
OFF
WMB
2960
1
TR
Stairs S. GYM
WM Rack
2960
1
TR
Closet N.GYM
WM Rack
2960
1
MTR
Boys RR
Rack
4506
1
MTR
Boys RR
Rack
2960
4
TR
West Wing
FTC
2960
2
TR
East Wing
FTC
2960
1
MTR
D Hall 28A
Rack
4506
1
MTR
D Hall 28A
Rack
2960
2
TR
C Hall Cust
WMB
2960
3
MTR
36A Music Rm
Rack
4506
1
22
Richardson ISD UPS Refresh RFP # 1289
JHE
LHE
LFC
LHHS
LHJ
LJH
MTR
36A Music Rm
Rack
2960
4
TR
71B Music Rm
Rack
2960
3
TR
9
Rack
2960
3
MTR
Closet By 114
Rack
4506
1
MTR
Closet By 114
Rack
2960
4
TR
166 Store Rm
Rack
2960
1
MTR
Closet By 31A
Rack
4506
1
MTR
Closet By 31A
Rack
2960
3
TR
Work Rm Off
WMB
2960
2
TR
work Rm Lib
WMB
2960
2
MTR
Comp Lab
Rack
4506
1
MTR
Comp Lab
Rack
2960
2
TR
Teach Lounge
WMB
2960
3
TR
E162
WMB
2960
2
TR
2nd Fl Work Rm
Rack
2960
5
MTR
Café
Rack
2960
4
TR
B Hall Copy Rm
Rack
2960
5
TR
A114
Rack
2960
4
TR
E101
Rack
2960
4
TR
Band Hall
WMB
2960
1
TR
Boy's Locker
WMB
2960
1
TR
G108
Rack
2960
4
TR
D117
WMB
2960
2
TR
C213
Rack
2960
4
TR
E201
WM Rack
2960
2
MTR
2nd Fl A Hall
Rack
4506
1
MTR
2nd Fl A Hall
Rack
2960
5
TR
2nd Fl B Hall
FTC
2960
1
TR
1St Fl L Hall
FTC
2960
1
TR
1St Floor A Hall
FTC
2960
2
TR
Teach Lounge
WMB
2960
3
MTR
2nd Fl Rm 227
Rack
4506
1
MTR
2nd Fl Rm 227
Rack
2960
5
TR
Teach Lounge
WMB
2960
2
TR
Café
FTC
2960
2
23
Richardson ISD UPS Refresh RFP # 1289
MPE
MOH
MHE
MST
MTE
NLE
NRE
NWH
OHE
TR
By Small Gym
FTC
2960
2
MTR
LIB work Rm
Rack
4506
1
MTR
LIB work Rm
Rack
2960
4
MTR
Rm 106 Closet
Rack
4506
1
MTR
Rm 106 Closet
Rack
2960
2
TR
Stage
WMB
2960
1
TR
B Hall
FTC
2960
2
MTR
LIB Work Rm
Rack
4506
1
MTR
LIB Work Rm
Rack
2960
5
MTR
A123
Rack
4506
1
MTR
A123
Rack
2960
4
TR
A107B
WMB
2960
3
TR
B113
Rack
2960
4
TR
C101
WMB
2960
2
MTR
Gym Closet
Rack
4506
1
MTR
Gym Closet
Rack
2960
3
TR
B111
FTC
2960
2
TR
Stage
WMB
2960
2
MTR
Boy's RR
Rack
4506
1
MTR
Boy's RR
Rack
2960
4
TR
Music Rm Closet
Rack
2960
1
TR
Hall By Rm 134
FTC
2960
1
MTR
Rm 6
Rack
4506
1
MTR
Rm 6
Rack
2960
3
TR
Closet behind Stage
WMB
2960
3
MTR
Lib work Rm
Rack
4506
1
MTR
Lib work Rm
Rack
2960
2
TR
FTC A Hall
FTC
2960
2
TR
FTC B Hall
FTC
2960
2
MTR
By Gym
Rack
4506
1
MTR
By Gym
Rack
2960
3
TR
Stage Closet
Rack
2960
2
24
Richardson ISD UPS Refresh RFP # 1289
PCE
PDC
PHJ
PHS
PWE
RHS
TR
Rm 112
WMB
2960
1
MTR
Boy's RR
Rack
4506
1
MTR
Boy's RR
Rack
2960
3
TR
FTC Hall Rm 101
FTC
2960
1
MTR
B Building
Rack
4506
1
MTR
B Building
Rack
2960
1
TR
A 312
Rack
2960
10
TR
A112 Storage Closet
Rack
2960
2
TR
Outside Rm C building
Rack
2960
4
TR
2nd Fl D building
Rack
2960
4
TR
Annex Mech Closet
WM Rack
2960
1
MTR
Rm 103
Rack
4506
1
MTR
Rm 103
Rack
2960
5
TR
D134
WMB
2960
1
TR
Tech Ed
Rack
2960
4
TR
Gym Closet
WMB
2960
1
MTR
E105
Rack
2960
3
TR
A125
Rack
2960
5
TR
B105
Rack
2960
5
TR
D102
Rack
2960
3
TR
E118
Rack
2960
1
TR
F113
Rack
2960
3
TR
A206
Rack
2960
4
TR
A212
Rack
2960
3
TR
B203
Rack
2960
4
TR
Pool
WMB
2960
1
MTR
Gym Closet
Rack
4506
1
MTR
Gym Closet
Rack
2960
1
TR
Lib Work Rm
Rack
2960
4
MTR
A 2nd Fl Storage Rm
Rack
2960
7
TR
C113
Rack
2960
3
TR
D113
Rack
2960
2
TR
Tennis Center
Rack
2960
1
TR
E Boy's Locker Store
Rack
2960
1
TR
E Boy's Locker Store
Rack
2960
1
25
Richardson ISD UPS Refresh RFP # 1289
RAC
RLE
RHE
RNJ
RWJ
TR
F111 Band Hall
Rack
2960
3
TR
G116
Rack
2960
5
TR
B 2nd Fl Book Rm
Rack
2960
6
TR
C216
Rack
2960
8
TR
G224
Rack
2960
2
TR
Living Mat Cnt
WMB
2960
1
TR
Auto Shop
WM Rack
2960
1
TR
Welcome Center
WM Rack
2960
1
TR
Press Box
Rack
2960
1
MTR
Stage
Rack
4506
1
MTR
Stage
Rack
2960
2
TR
2n Fl Stage
Rack
2960
2
TR
A128
Rack
2960
2
TR
A119
Rack
2960
2
TR
A218
Rack
2960
2
MTR
Off work Rm
Rack
4506
1
MTR
Off work Rm
Rack
2960
4
TR
Storage By Rm 142
WMB
2960
2
MTR
Gym Storage
Rack
4506
1
MTR
Gym Storage
Rack
2960
2
TR
A Hall
FTC
2960
2
TR
35A
WMB
2960
3
MTR
C122 Book Rm
Rack
4506
1
MTR
C122 Book Rm
Rack
2960
6
TR
GYM Hall
FTC
2960
2
TR
Ehall closet in Office
WMB
2960
1
TR
A Hall by Lunch Rm
WMB
2960
1
TR
C213 Closet
WMB
2960
1
TR
C215 Book Rm
WMB
2960
2
MTR
C Hall Book Rm
Rack
4506
1
MTR
C Hall Book Rm
Rack
2960
4
TR
A Hall Cop Shop
Rack
2960
1
TR
B109
Rack
2960
4
TR
B209
Rack
2960
2
TR
C200 Book Rm
Rack
2960
3
26
Richardson ISD UPS Refresh RFP # 1289
RTE
SCE
SEC
SKY
SRE
STU
SVE
TME
WAL
WRE
MTR
Mech Rm C Hall
Rack
4506
1
MTR
Mech Rm C Hall
Rack
2960
3
TR
Gym Storage
WMB
2960
3
MTR
West Boy's RM
Rack
4506
1
MTR
West Boy's RM
Rack
2960
3
TR
East Boy's RR
WMB
2960
2
MTR
Confrence Rm Closet
Rack
4506
1
MTR
Confrence Rm Closet
Rack
2960
6
TR
East Warehouse
WMB
2960
1
MTR
By LIB
Rack
4506
1
MTR
By LIB
Rack
2960
4
TR
27A
Rack
2960
3
TR
Planetarium
WMB
2960
1
MTR
East Boy's RR
Rack
4506
1
MTR
East Boy's RR
Rack
2960
3
TR
West Boy's RR
Rack
2960
4
MTR
H Hall Mec Rm
Rack
4506
1
MTR
H Hall Mec Rm
Rack
2960
3
TR
A101
WMB
2960
3
MTR
Off
Rack
4506
1
MTR
Off
Rack
2960
2
TR
LIB Work Rm
WMB
2960
4
MTR
Off
Rack
4506
1
MTR
Off
Rack
2960
3
TR
Rm 229
Rack
2960
3
TR
Rm 243
Rack
2960
3
MTR
GYM
Rack
4506
1
MTR
GYM
Rack
2960
3
TR
Stage
WMB
2960
2
TR
LIB Work Rm
WMB
2960
2
MTR
By Back Door
Rack
4506
1
MTR
By Back Door
Rack
2960
2
27
Richardson ISD UPS Refresh RFP # 1289
WWJ
YAL
TR
Stage
WMB
2960
4
TR
LIB Work Rm
WMB
2960
1
MTR
G Hall 342
Rack
4506
1
MTR
G Hall 342
Rack
2960
3
TR
C Hall Under Stairs
Rack
2960
3
TR
By Girls Locker
Rack
2960
2
TR
2nd Fl Fan Rm
Rack
2960
1
TR
C215
Rack
2960
3
MTR
Work Rm
Rack
4506
1
MTR
Work Rm
Rack
2960
4
5 Vendors Response to RFP
5.1 Response Format
Vendor should organize their responses into the sections described below. Each section
should be tabbed and clearly marked. Responses that do not substantially follow this format
may be rejected.
5.1.1
Tab 1 – Executive Summary/Overview
1. Executive Summary
2. Provide an overview of the project with an Installation Plan showing a thorough
understanding of the scope of work to be performed.
5.1.2
Tab 2 – Vendor Company Profile
1. Company Cover letter- Clearly state your Company’s qualifications, number of
full-time employees, number of technical and installation personnel, training,
qualifications, certifications, etc.
2. Bond based on the overall price (not required at this time)
3. General Vendor Information (see section 7)
4. Proof of required insurance
5. Financial information – Include financial information about your company. This
information will be used to determine your Company’s overall financial strength
and will be treated as confidential by RISD.
6. Provide at least three (3) Texas references for which your company has done
similar work for in the past year. Preference may be given to vendors with
references for installations most similar to Richardson Independent School
District.
7. Provide information on the qualifications of Project Staff, including, company
certifications, such as ISO 9000.
28
Richardson ISD UPS Refresh RFP # 1289
8. Provide the name and qualifications of the Project Manager(s) your Company
intends to assign to RISD if you are the successful Vendor. Provide the names
and titles of other personnel who would work on this project and their
qualifications/training.
9. State whether your Company intends to use subcontractors. Include in this Tab
all required information about any subcontractors that the Vendor plans to use.
5.1.3
Tab 3 – Main Body of Response
1. Insert a complete copy of this RFP and all addenda. Each section/item shall
have a response such as “(Company) understands and will comply.” Also, if
exception is taken to any section/item, it must be noted in the response to that
section/item and then listed in Tab 4 Exceptions with a detailed explanation.
Incomplete responses may be grounds to eliminate the Vendor for
consideration at the discretion of Richardson Independent School District.
2. List any tasks that RISD must perform and/or be responsible for in order to
accomplish the delivery and installation of the system.
3. Provide the vendor’s service and support plan.
4. Provide individual components and line item pricing in the Bill of Materials.
Version numbers must be included. Uniquely identify software, hardware, and
associated maintenance costs. Include year one pricing and provide a
breakdown for year two through year five.
5.1.4
Tab 4 – Exceptions
Exceptions to any requirement or provision of the RFP and a detailed
explanation for each must be entered in this Tab. Unless specifically noted in
this Exceptions section, it will be assumed that all sections/items are acceptable
to the Vendor. This will be true even if the written response on the RFP copy in
Tab 3 notes the exception.
5.1.5
Tab 5 – Equipment and Materials Specifications
1. Include information on the Warranty Program available from the manufacturer
that will be provided to RISD. Also, include Vendor’s qualifications to offer such
warranty.
2. Include manufacturer’s brochures and full technical specifications (cut sheets)
for all equipment and materials Vendor proposes to provide.
Responses that fail to include the Warranty information and the Technical
Specifications in Tab 5 may be disqualified.
5.2 Incurred Costs
All costs associated with a Vendor’s response to this RFP shall be borne by the Vendor. RISD
will not be liable for any costs incurred by the Vendor in responding to this RFP.
29
Richardson ISD UPS Refresh RFP # 1289
5.3 Evaluation
This RFP is not meant to favor any vendor. Instead, it is intended solely to meet the needs
and requirements of RISD. The District will evaluate each proposal based on its technical
merit and cost. RISD will also consider the Vendor’s ability to provide the required services
in the allotted time, any previous work done for RISD, and references of similar projects. In
addition, the Vendors’ clear understanding of the RFP requirements and his willingness to
enter into an agreement with RISD to provide a quality solution will be weighed. The
inability of the Vendor to meet these qualifying factors may be cause for rejection of his
offer.
RISD will evaluate all RFP responses using the following criteria to determine which proposal
provides the best value to the District:
1
2
3
Point
Value
Evaluation Criteria
The Purchase Price
Reputation of the vendor and vendor’s goods or services - References Provided
Quality of the vendor’s goods or services
4
Extent to which the goods or services meet the district’s needs
5
Vendor’s past relationship with the district (see Section 7)
6
Impact of district’s compliance with laws and rules relating to Historically Underutilized
Businesses (see Section 7)
7
8
9
10
Total long-term cost to the district
Vendor or Vendor’s ultimate parent company or majority owner has its principal place of
business in the state of Texas (see Section 7)
Vendor or Vendor’s ultimate parent company or majority owner employs at least 500
persons in the state of Texas (see Section 7)
Other relevant factors specifically listed in this RFP – RFP documents are properly
organized as stated in section 5.1 and all required documents are submitted
Total Points
30
5
15
20
5
0
10
5
0
10
100
30
Richardson ISD UPS Refresh RFP # 1289
5.4 Subcontractors
All subcontractors must be approved by RISD. The use of subcontractors does not relieve the
Vendor of any responsibility to RISD. Additional information about subcontractors may be
requested before award. The intention of the Vendor to use subcontractors must be stated
in Tab 1 of his response in the Installation Plan. The subcontractor’s qualifications must be
placed in Tab 2.
The Vendor must identify any and all subcontractors he plans to use on the project. Failure
to disclose the use of subcontractors may lead to disqualification after award of contract. All
Subcontractors must pass RISD background checks and/or comply with the criminal history
background checks under Chapter 22 of the Texas Education Code as explained above.
Place the following information into Tab 2, behind the Prime Vendor’s Company information:
1.
2.
3.
4.
5.
Subcontractor Name
Years Experience
Qualifications
Training
References
31
Richardson ISD UPS Refresh RFP # 1289
5.5 Signature
The undersigned certifies he/she is authorized to obligate the represented firm and further
agrees with all terms, conditions, and requirements of RISD’s RFP.
Firm Name
Address
Phone
Number
Signature
Printed
Title
Date
email address
32
Richardson ISD UPS Refresh RFP # 1289
6 Delivery and Installation
6.1 Delivery
6.1.1
All materials and equipment quoted shall be installed at the appropriate building
site(s). No equipment shall be ordered or installed prior to authorization by RISD.
Vendor shall not stock any materials or equipment prior to receiving authorization
for installation.
6.1.2
The equipment shall be delivered to its proper location and installed without
additional cost or expense to RISD, which shall not be deemed to have accepted any
equipment until the Date of Acceptance.
6.1.3
During the time between delivery and delivery sign-off by the district, RISD cannot
be held liable for any damages to or theft of any components. It will, therefore, be
the responsibility of the vendor to obtain insurance against loss, theft and damage.
6.2 General Installation Requirements
The following apply if any appliances, servers, or other significant hardware items are
furnished under this contract:
6.2.1
Vendor shall re-verify installation locations with the Project Manager, prior to
installation. Prior to the furnishings or installation of any equipment, approval of
equipment, locations, layout, configuration and installation shall be obtained from
the Project Manager.
6.2.2
Vendor shall install, configure, and test all equipment
6.2.3
Vendor shall provide and install all miscellaneous cables and connectors necessary
to complete the installation.
6.3 Owner’s Responsibilities for Delivery and Installation
Please identify, in your response, the specific tasks that Richardson ISD must perform and/or
be responsible for in order to accomplish the delivery and installation of the system.
33
Richardson ISD UPS Refresh RFP # 1289
7 General Vendor Information
Question
Yes
Has your company ever done business with RISD in the past?
Is your company a Historically Under Utilized Business?
Does your company or ultimate parent company have its
principal place of business in the state of Texas?
Does your company or ultimate parent company employ at
least 500 persons in the state of Texas?
34
No
RICHARDSON INDEPENDENT SCHOOL DISTRICT
Richardson, Texas 75081
GENERAL STIPULATIONS AND CONDITIONS OF BID/ PROPOSAL
NON-CONSTRUCTION
THESE GENERAL STIPULATIONS AND CONDITIONS SHALL REFER TO EDUCATION CODE
SUBCHAPTER B. – PURCHASES; CONTRACTS
IF THERE ARE CONTRADICTIONS BETWEEN THE GENERAL STIPULATIONS AND
CONDITIONS OF BID/ PROPOSAL AND THE SPECIFICATIONS, WRITTEN OR VERBAL, THE
GENERAL STIPULATIONS AND CONDITIONS OF BID/ PROPOSAL SHALL CONTROL.
I.
INVITATION TO BID:
Richardson Independent School District invites all interested and qualified Bidders to bid on
all proposals in accordance with directions available in the Purchasing Department, 970
Security Row, Richardson, Texas. 75081.
A. For the purpose and clarity of this document only, the word “District” will herein mean the
Richardson Independent School District and/or the Board of Trustees of Richardson, Dallas County,
Texas. As used herein, the word “Bidder” means any reliable person, entity, broker, vendor,
contractor, and/or manufacturer who wants to bid this contract or submit a proposal in response to a
request for catalog offer or request for proposal. The term “Bid” refers to all bids, responses,
proposals submitted hereunder.
B. Cash discount will be taken into consideration in determining a contract award. All Bid responses
must be quoted with net pricing.
C. The District will receive sealed proposals and or sealed bids until date and time indicated on the Bid
cover. Bids must be delivered to the RISD Purchasing office. Whenever the specifications indicate a
product of a particular manufacturer, model or brand in the absence of any statement to the contrary
by the Bidder, the Bid will be interpreted as being for the exact brand, model, or manufacturer
specified, together with all accessories, qualities, etc., enumerated in the detailed specifications.
D. Where a lump sum Bid is provided for, unit prices for each item shall be included for accounting
purposes. If quantities are increased or decreased as provided for in the “Annulments and
Reservations” section, the unit prices inserted in a lump sum Bid should be consistent with the total
amount quoted for the lumps sum Bid, since the lump sum Bid total will be increased or decreased by
the product of the quantity of the increases or decreases multiplied by the unit prices for the item
affected.
E. All materials, supplies, copyrighted materials, furniture, and equipment for the District shall be
delivered F.O.B. Destination freight prepaid and allowed.
F. RISD will give preference to materials, supplies, and provisions produced, manufactured, or grown
locally, provided such items are equal to articles offered by competitors outside of the local area.
11/19/2012
II.
III.
IV.
ANNULMENTS AND RESERVATIONS:
A.
The District reserves the right to reject Bids for any and all of the items, and/or to waive
technical defects, if in its judgment, the interest of the District shall so require.
B.
The Director of Purchasing reserves the right to increase or decrease the given quantity
plus or minus fifteen percent (15%). In the event quantities are increased or decreased,
the amount added or deducted shall be based upon unit prices quoted.
C.
The District also reserves the right to annul any contract, if it determines at its sole
discretion that the Bidder has failed at any time, to perform faithfully any contract
requirements or, in the case of any willful attempt to impose upon the District, materials,
products, and/or work inferior to that required by District, and any action taken in
pursuance of this latter stipulation shall not affect or impair any rights or claims of the
District to the damages for the breach of any covenant of the contract by the Bidder.
BID PREPARATION, SPECIFICATIONS SHEET, AND BID OPENING:
A.
An authorized representative of the Bidder must sign all Bids. It is the intent of this bid
offer that should a given bid/bids be accepted, it will automatically become a part of a
binding contract. Bidders shall list their bids on the appropriate attached sheets, which
show the schedule of items to be purchased. Each Bidder may attach a letter of
explanation to their bid to explain any information pertaining to the Bid/Bids.
B.
At the time of the Bid opening (as specified on the front cover, RISD Purchasing
Department webpage and or newspaper ad), the responsible Buyer, or his/her delegated
support staff member, shall open and record all Bids received per requirements noted in
Texas Education code 44.031. Sufficient time will be allotted to analyze all Bids received
and the final recommendations shall be prepared for District review and approval. Upon
District approval, the Bidders shall be notified either by mail, telephone, or purchase
order of any award/awards.
C.
Wherever the District indicates the unit of measure required for bidding purposes, the
District may not recalculate the vendor’s price if it is based on a different unit of measure
than that indicated in any contract.
BILLING AND PAYMENT/DISCOUNTING:
A.
All invoices are to be submitted in duplicate and mailed in accordance with instructions
as shown on purchase order (unless otherwise noted).
All invoices shall be forwarded to:
RICHARDSON INDEPENDENT SCHOOL DISTRICT
ATTENTION ACCOUNTS PAYABLE DEPARTMENT
970 SECURITY ROW
RICHARDSON, TEXAS 75081
11/19/2012
V.
B.
Invoices will be returned for correction unless they contain the following information:
Item numbers; Description of Item; Quantity; Unit Price Extensions and Total. Each
invoice shall carry the Purchase Order Number of the District. The original and one copy
shall be forwarded to the office listed above.
C.
Payment in full will only be made upon final acceptance of items as shown on Purchase
Order. The District does not pay partial payments. If we are invoiced for items that are
not physically received, we must receive either a corrected invoice with the items
removed or a credit memo to offset the charges for the non-received goods.
D.
The Bidders that request prompt payment of bills shall send signed delivery tickets with
the invoice to facilitate expedited payment.
E.
Delivery shall be FOB Destination Freight Prepaid and allowed to each individual
location as noted on the Purchase Order. The District will not pay freight bills sent
collect.
F.
The District’s standard terms for payment are Net 30 days. All discounts, including
prompt payment, shall be included in bid price.
BONDING:
Certain formal bids and or proposals will require bonding and shall be indicated in the scope of
work and or minimum specifications.
VI.
COLLUSION:
All Bidders shall sign the appropriate certification as provided on the signature sheet. The District
may reject any Bid that does not include the required certification.
VII.
COMPLIANCE WITH SPECIFICATIONS AND PURCHASER’S RIGHT OF
SELECTION:
A.
The Bidder shall abide and comply with the true intent of the specifications and not take
advantage of any unintentional error or omission.
B.
The District reserves the right to reject any or all Bids that comply with these
specifications, or to accept a higher bid that complies, when, in the judgment of the
District, such Bid offers additional value or function, which justifies the difference in
price.
VIII. DEVIATIONS FROM SPECIFICATIONS:
All deviations from the specifications must be specified in writing by the Bidder, at the time the
formal bid is submitted. The absence of a written list of requested deviations or exceptions when
the Bid is submitted will hold the Bidder strictly accountable to the District to the specification or
requirement as written. Any deviation from the specifications as written not previously submitted,
as required by the above, will be grounds for rejection of the material and/or equipment when
11/19/2012
delivered. The District reserves the right to reject or modify any requested exception or
deviation. Excessive exceptions may result in disqualification of a bid.
IX.
ERRORS IN BIDS: RELIEF OF BIDS:
Bidders or their authorized representatives shall fully inform themselves as to the conditions,
requirements, and specifications before submitting Bids. Failure to do so will be at the Bidder’s
own risk. If a Bidder makes errors in extension of prices in a Bid, the unit price shall govern at
the discretion of the Director of Purchasing.
X.
GUARANTEE:
The Bidder shall unconditionally guarantee the materials and workmanship of all merchandise
furnished under Bid for a period of one year or longer from date of acceptance of the items
delivered and installed unless a different time period is required under the Bid specifications. If,
within the guarantee period, any defects or signs of deterioration are noted, which, in the opinion
of the District is due to the faulty design and installation, workmanship or materials, upon
notification, the contractor, at its expense, shall repair or adjust the equipment or parts to correct
the condition, or replace the part or entire unit to the complete satisfaction of the District. These
repairs, replacements or adjustments shall be made only at such times as will be designated by the
District to cause the least disruption.
XI.
XII.
INTENT AND LIMIT OF CONTRACT
A.
These specifications are intended to cover the various types of purchases of said
materials, supplies, or services as hereinafter shown to any or to each of the various
public schools, administrative facilities, or to any designated warehouse or warehouses in
Richardson Independent School District, whichever if specified, in quantities to be
determined subsequent to the bid opening. There are 55 campuses in the District, most in
the city of Richardson with portions in the cities of Dallas and Garland. Including
administration and support, RISD maintains 70 facilities covering more than 6 million
square feet with 35 million square feet of grounds.
B.
It is understood that under the terms and conditions of this bid offer, the District reserves
the right to purchase any of the listed materials, supplies or services at bid prices
submitted provided that it shall be optional on the part of either party to terminate this
contract at the expiration of twelve months from the beginning date of any contract
period upon notice in writing to the other party to any contract no less than 30 days prior
to the expiration of the twelve month period. This will be the only opportunity for
cancellation of this contract, except for extenuating causes.
“OR EQUAL” INTERPRETATION CLAUSE:
A.
11/19/2012
Any time a particular manufacturer’s name or brand may be specified, it shall mean any
product of equal quality. Bids shall be considered on all other brands submitted and on
XII.
“OR EQUAL” INTERPRETATION CLAUSE (continued):
the equal quality product of other manufacturers. On all such Bids, the Bidder shall
indicate clearly the product on which it is bidding, and shall supply sufficient data, on its
own letterhead, to enable an intelligent comparison to be made with the particular brand
or manufacturer specified.
B.
Catalog cuts and descriptive data shall be attached to the original copy of the Bid, where
applicable. Whenever the specifications indicate a product of a particular manufacturer,
model, or brand, and in the absence of any written statement to the contrary by the
Bidder, the Bid shall be interpreted as being for the exact brand, model or manufacturer
specified, together with all the accessories, qualities, etc., enumerated in detailed
specifications. (See VIII.)
Failure to submit the above information may result in rejection of bid.
XIII.
PACKING AND DELIVERY:
A.
All materials must be securely packed for proper protection and in quantities to be
determined by the District’s Director of Purchasing.
B.
All materials delivered pursuant to this bid offer shall be packed in a substantial manner
in accordance with accepted trade practice. No charges may be made over and above the
bid price for packaging. Complete deliveries must be made by the successful vendor to
the designated location as indicated on Bid cover and/or purchase order after issuance of
purchase orders by the District. A packing slip and/or delivery ticket shall be included in
each shipment. Each ticket shall contain the following information for each item
delivered: Purchase Order Number, Item Description, Item Number, Quantity, and
Vendor Name.
C.
Failure to comply with this condition shall be considered sufficient reason for refusal to
accept the goods or services awarded and ordered.
D.
All package materials shall be clearly and plainly marked. Example:
To: Richardson Independent School District,
Department: [state department]
Address: [address of department]
Purchase Order Number: [PO #]
XIV. SAFETY REQUIREMENTS:
The Bidder/vendor shall provide all equipment, machinery and chemicals furnished and delivered
to the District in compliance with the Safety Regulations as required by OSHA.
11/19/2012
XV.
SAMPLES: CATALOGS: CATALOG CUTS:
A. When requested, a sample, properly tagged, shall be submitted by each Bidder before the
time of the Bid opening. The tag on the sample shall indicate the item number, the name
of the company submitting the sample, and the Bid number.
B. The District will not be responsible for any samples that a Bidder has not picked up
within 30 days after being notified that the sample is no longer needed. Samples may be
retained by the District until Bidders are notified to remove them. Bidders agree that the
District will incur no liability for samples that are damaged, destroyed or consumed in the
testing processes. Samples requested are to be delivered as noted and designated per the
particular solicitation.
XVI.
SIGNATURE TO BIDS:
Each Bid must show the full business address and telephone number of the Bidder and be signed
by the person or persons legally authorized to sign contacts. All correspondence concerning the
Bid and contract, including Notice of Award, and Purchase Order, will be mailed or delivered to
the address shown on the Bid in the absence of written instructions from the Bidder to the
contrary.
XVII. TAXES:
A. The District is exempt from the payment of the Texas Sales Tax. Exemption Certificates
for the Federal Excise Tax may be furnished upon request.
B. Prices quoted shall not include federal excise or state sales and use taxes.
C. The District’s Tax Identification Number is 1-75-6002311-5.
XVIII. DELIVERY:
A.
All deliveries shall be made during the hours of 8:00 a.m. and 3:00 p.m. on all regularly
scheduled school days, except where otherwise noted by Purchasing Department.
B.
All deliveries shall be made inside school buildings, warehouse, offices, etc., and special
instruction for date of delivery shall be included in the general specifications.
C.
Special instructions may be indicated by the District in the specifications for exact time,
date and delivery locations for particular equipment and machinery (heavy or otherwise)
which are to be erected, set-up and installed.
D.
Materials delivered and received centrally will be accepted by motor freight.
11/19/2012
SIGNATURE SHEET
My/our signature below confirms that I/we:
1.
propose to furnish, package, mark, and deliver to the Richardson Independent School
District, the supplies, materials or equipment as required in the accompanying
specifications, and at the unit price indicated;
2.
certify that this bid is made without any previous understanding, agreement, or
connection with any person, firm, or corporation making a bid for the same supplies,
material and equipment, and is in all respects fair and without collusion or fraud;
3.
certify that this firm is an equal opportunity employer and that all employment decisions
are made without regard to the color, race, sex, national origin, religion, age, or disability
status of otherwise qualified individuals; and
4.
certify that all material and equipment bid by this firm and to be supplied to the
Richardson Independent School District meets all safety and health standards as
prescribed by the rules and regulations of the Occupational Safety and Health Act
(OSHA).
COMPANY NAME:
SIGNATURE:
By: __________________________________________
Title: ________________________________________
DATE SIGNED:
__________________________________________________________
ADDRESS:
CITY, STATE, ZIP:
__________________________________________________________
TELEPHONE:
FAX:
E-MAIL:
__________________________________________________________
TERMS:
Complete and return with proposal
11/19/2012
RICHARDSON INDEPENDENT SCHOOL DISTRICT
STATEMENT OF EQUAL OPPORTUNITY AND NON-DISCRIMINATION
The Richardson Independent School District is committed to fair and equal competition among all
vendors. It is the policy of the Richardson ISD to encourage participation in the competitive bid process
by all interested parties. The Richardson ISD does not discriminate against any otherwise qualified
vendor because of the vendor’s race, color, national origin, age, religion, sex, or disability.
11/19/2012
INTERLOCAL AGREEMENT CLAUSE
Richardson ISD is a participating member of the Collin County Governmental Purchasers Forum
(CCGPF) and Educational Purchasing Cooperative of North Texas (EPCNT). As such the Richardson
ISD has executed Interlocal Agreements, as permitted under Chapter 791 of the Government Code with
certain other governmental entities in CCGPF and EPCNT authorizing participation in a cooperative
purchasing program.
Several governmental entities in proximity to the Richardson Independent School District have indicated
an interest in being included in this contract. Should these governmental entities decide to participate in
this contract, would you, (the vendor) agree that all terms, conditions, specifications, and pricing apply?
_____ Yes
_____ No
If you (the Vendor) checked yes, the following will apply.
Governmental entities utilizing Internal Governmental contracts with the Richardson Independent School
District will be eligible, but not obligated, to purchase materials/services under the contract(s) awarded as
a result of this solicitation. All purchases made by a governmental entity other than Richardson
Independent School District will be billed directly to that governmental its own material/service as
needed.
Please advise the following:
How did you learn of the Request for Bid/Proposal? (Check all that apply):
______ District website
______ Newspaper ad
______ Demandstar
______ Other, specify source _____________________________________
PLEASE RESPOND AND RETURN WITH BID/PROPOSAL
11/19/2012
CERTIFICATION
REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY
MATTERS
I.
(a)
DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION
In accordance with the provisions of Appendix A to 49 CFR (Code of Federal Regulations), Part 29, the
offeror certifies to the best of the offeror’s knowledge and belief, that it and its principals:
(1)
are not presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from covered transactions by any Federal, State or Local
Government department or agency;
(2)
have not within a three (3) year period preceding this offer been convicted of or had a
civil judgment rendered against them for the 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, forgery, bribery, falsification or
destruction of records, making false statements, or receiving stolen property;
(3)
are not presently indicted for or otherwise criminally or civilly charged by a
governmental entity (Federal, State, or local with commission of any of the offenses
enumerated in (a)(2) above; and
(4)
have not within a three (3) year period preceding this offer had one or more public
transactions (Federal, State, or local) terminated for cause or default.
(b)
Where the offeror is unable to certify to any of the statements above, the offeror shall attach a full
explanation to this offer.
(c)
For any subcontract at any tier expected to equal or exceed $25,000:
(1)
In accordance with the provisions of Appendix B to 49 CFR, Part 29, the prospective
lower tier subcontractor certifies, by submission of this offer, that neither it nor its
principals is presently debarred, suspended, proposed for debarment, declared ineligible,
or voluntarily excluded from participation in this transaction by any Federal department
or agency.
(2)
Where the prospective lower tier participant is unable to certify to the statement, above,
an explanation shall be attached to the offer.
(3)
This certification (specified in paragraphs (c)(1) and (c) (2), above, shall be included in
all applicable subcontracts and a copy kept on file by the prime contractor. The prime
11/19/2012
contractor shall be required to furnish copies of the certifications to the Authority upon
request.
II.
(a)
FELONY CONVICTION NOTIFICATION AND CRIMINAL BACKGROUND CHECK
Offeror must give advance notice to the Owner 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. The District may terminate any Agreement or if the Owner determines that the
person or business entity failed to give notice as required by this paragraph or misrepresented the conduct
resulting in the conviction. This paragraph requiring advance notice does not apply to a publicly held
corporation.
(b)
Offeror will obtain criminal history record information that relates to an employee, applicant for
employment, or agent of the Offeror if the employee, applicant, or agent has or will have continuing duties
related to the contracted services; and the duties are or will be performed on school property or at another
location where students are regularly present. The Offeror certifies to the Owner before beginning work
and at no less than an annual basis thereafter that criminal history record information has been obtained.
Offeror shall assume all expenses associated with the background checks, and shall immediately remove
any employee or agent who was convicted of a felony, or misdemeanor involving moral turpitude, as
defined by Texas law, from Owner property or other location where students are regularly present. District
shall be the final decider of what constitutes a “location where students are regularly present.” Offeror’s
violation of this section shall constitute a substantial failure.
(c)
If the Offeror is the person or owner or operator of the business entity, that individual may not self-certify
regarding the criminal history record information and its review, and must submit original evidence
acceptable to the District with this Agreement showing compliance.
Signature below acknowledges compliance with Section I. DEBARMENT, SUSPENSION,
INELIGILITY AND VOLUNTARY EXCLUSION and Section II. FELONY CONVICTION
NOTIFICATION AND CRIMINAL BACKGROUND CHECK.
SIGNATURE OF OFFEROR:
DATE: __________________
PRINTED/TYPED NAME OF OFFEROR:____________________________________
COMPANY NAME: ______________________________________
TEL#: ______________________
Complete and return with sealed bid or proposal.
11/19/2012
11/19/2012
RICHARDSON INDEPENDENT SCHOOL DISTRICT
PURCHASING DEPARTMENT
Notice to Vendors:
Conflict of Interest Questionnaire Required by Chapter 176 of
the Texas Local Government Code
Effective January 1, 2006, any person or entity who contracts or seeks to contract with RISD for
the sale or purchase of property, goods, or services (as well as agents of such persons) (hereafter
referred to as Vendors) are required to file a Conflict of Interest Questionnaire with the District.
Each covered person or entity who seeks to or who contracts with RISD is responsible for
complying with any applicable disclosure requirements. RISD will post the completed
questionnaires on its website.
The Conflict of Interest Questionnaire must be filed:
•
No later than the seventh business day after the date that the Vendor begins contract
discussions or negotiations with the government entity, or submits to the entity an
application, response to a request for proposal or bid, correspondence, or other writing
related to a potential agreement with the entity.
•
The Vendor also shall file an updated questionnaire not later than September 1 of each
year in which a covered transaction is pending, and the seventh business day after the
date of an event that would make a statement in the questionnaire incomplete or
inaccurate.
Note: A Vendor is not required to file an updated questionnaire if the person had filed an updated
statement on or after June 1, but before September 1 of the year.
Please sign and return the following Conflict of Interest Questionnaire from the Texas Ethics
Commission with your bid/proposal to the following address:
Richardson Independent School District
Attn: Purchasing Department
970 Security Row
Richardson, Texas 75081
The Local Government Officers of the Richardson Independent School District are:
Board of Trustees:
Karen Holburn
Kris Oliver
Adam Meierhofer
Kim Caston
Lanet Greenhaw
Kim Quirk
Superintendent:
Kay Waggoner, Ph.D.