risd where all students learn, grow, and succeed
Post on 03-Feb-2022
4 Views
Preview:
TRANSCRIPT
Richardson ISD RFP# 1211- Armored Car & Bank Courier Services
1
RISD – Where all students learn, grow, and succeed.
Richardson Independent School District 400 S. Greenville Ave. Richardson, TX 75081
ARMORED CAR AND BANK COURIER SERVICES
RFP # 1211 The Richardson Independent School District (RISD) is soliciting sealed proposals for ARMORED CAR AND BANK COURIER SERVICES as per specifications stated in this solicitation document. Sealed proposals shall be submitted in an envelope marked on the outside with the proposer’s name, address, and RFP number (RFP#1211) to:
Richardson Independent School District ARMORED CAR AND BANK COURIER SERVICES
RFP# 1211 Attention: Jeanne Miller 970 Security Row Richardson, TX 75081 Receipt Deadline: RISD must receive all proposals no later than 1:30 PM CST, March 26, 2012. 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 will not be considered. Proposals will be publicly opened at 2:30 PM CST 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 RFP name and number must be identified on the outside envelope being delivered. Request for Proposal Number and Format: Responders must submit one (1) original proposal and (4) copies of the proposal. All items must be submitted in a sealed envelope. RISD’s contact for this solicitation is Jeanne Miller (Jeanne.miller@risd.org) Contact between responders or potential responders and user departments during the request for 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.
Richardson ISD RFP# 1211- Armored Car & Bank Courier Services
2
Contents Overview ....................................................................................................................................................... 4
1.1 General Information ..................................................................................................................... 4
1.2 Addenda ........................................................................................................................................ 5
Bidder Instructions ........................................................................................................................................ 5
2.1 Confidential/Proprietary Information ........................................................................................... 5
2.2 Obligation of Owner ...................................................................................................................... 5
2.3 Negotiation of Contract ................................................................................................................ 5
2.4 Awarding of Contract .................................................................................................................... 5
2.5 Background Checks ....................................................................................................................... 5
2.6 RFP Questions ............................................................................................................................... 6
2.7 Vendor References ........................................................................................................................ 6
2.8 Compliance with EEO .................................................................................................................... 6
3 General Conditions ............................................................................................................................... 6
3.1 Indemnity Hold Harmless .............................................................................................................. 6
3.2 Response Submission .................................................................................................................... 6
3.3 Costs Associated with Preparation of the Proposal ...................................................................... 7
3.4 RFP Binding Period ........................................................................................................................ 7
3.5 Omissions ...................................................................................................................................... 7
3.6 Minimum Insurance Coverage ...................................................................................................... 7
3.7 Right to Terminate ...................................................................................................................... 10
3.8 Payment Terms and Retainage ................................................................................................... 11
3.9 Electronic Invoicing ..................................................................................................................... 11
3.10 Disclosures .................................................................................................................................. 11
3.11 Transfer of Contract .................................................................................................................... 11
3.12 Amendments and Modifications................................................................................................. 11
3.13 Venue .......................................................................................................................................... 11
3.14 Execution of Contracts ................................................................................................................ 12
3.15 Vendor’s Standard of Care .......................................................................................................... 12
3.16 Fairness of Pricing ....................................................................................................................... 12
3.17 Compliance with Applicable Laws and Regulations .................................................................... 12
3.18 Nondisclosure of Relationship with Owner ................................................................................ 12
Richardson ISD RFP# 1211- Armored Car & Bank Courier Services
3
3.19 Timeliness of Contract Obligations ............................................................................................. 12
3.20 Authority of Owner ..................................................................................................................... 13
4 Specifications Overview ...................................................................................................................... 13
4.1 Project Overview ......................................................................................................................... 13
4.2 Scope of Work ............................................................................................................................. 13
4.3 Value-Added Services ................................................................................................................. 14
4.4 Proposal for Services ................................................................................................................... 14
5.1 Response Format ........................................................................................................................ 15
5.2 Incurred Costs ............................................................................................................................. 16
5.3 Evaluation ................................................................................................................................... 16
5.4 Signature ..................................................................................................................................... 17
General Terms and Conditions
Richardson ISD RFP# 1211- Armored Car & Bank Courier Services
4
Overview
1.1 General Information The Richardson Independent School District (RISD) is seeking proposals to furnish armored car
and bank courier service for approximately fifty-five schools and four offices all located within
the RISD boundaries.
The length of this contract will be two (2) years with the option to extend for two (2) one (1) year
periods if pricing remains firm and both parties agree.
Pick-ups will be made daily between the hours of 9:00 A.M. and 3:00 P.M. Schools are open 213
days (including summer school) with some offices open 230 days. Vendor(s) selected will be
required to submit a pickup schedule by each pick-up location for approval by the Financial Services
Office prior to the beginning of service. Vendor(s) will be furnished a school calendar which details
days which schools will be open. RISD Financial Services must approve any deviations from
approved schedule.
The monthly rate charged by the successful proposer will be based on service provided for each
school day as indicated in the school calendar. All school campus locations are on the same school
calendar. The rate may be adjusted if the proposer does not perform all of the services agreed
upon. Three failures to pick-up may be grounds for contract termination.
The successful proposer agrees in the case of delay or inability to provide services to notify the
Financial Services Office immediately (Please contact Kimberly Pickens, Executive Director of
Financial Services 469- 593-0516). Failure to notify could result in cancellation of contract.
The Richardson Independent School District reserves the right to meet with the successful proposer
at any time to discuss any proposal service requirements and the level of such service being
provided.
All proposals must be submitted on the proposal form included in this Request for Proposal. Any
deviations must be clearly marked on the proposal form. After evaluation of all proposals received
RISD reserves the right to enter into negotiations with the Vendor or Vendors whom 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.
.
Richardson ISD RFP# 1211- Armored Car & Bank Courier Services
5
1.2 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.
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 be released 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 services 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 Awarding of Contract A contract, if any awarded, will be awarded to the responsible Vendor(s) submitting the best
and final Proposal for the service, 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.
2.5 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.
Richardson ISD RFP# 1211- Armored Car & Bank Courier Services
6
2.6 RFP Questions Any questions about this RFP must be raised prior to submission of the proposal. All
questions must be submitted in writing either by email or fax no later than 10:00 AM CST.
March 19, 2012 to: jeanne.miller@risd.org or fax# 469-593-0563(please include in the
subject line: RFP # 1211-Armored Car and Bank Courier Services). All questions and answers
will be published in an addendum no later than close of business Tuesday, March 20, 2012.
2.7 Vendor References Vendor must submit with the Proposal a list of at least three (3) references with current
contact names and telephone numbers.
2.8 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.
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
services provided.
3.2 Response Submission One (1) original, and (4) copies of the Vendor’s Proposal, and any other documents must be
received by 1:30 PM CST, March 26, 2012 and are to be submitted to:
Richardson Independent School District Armored Car & Bank Courier Services RFP# 1211 Attention: Jeanne Miller 970 Security Row Richardson, TX 75081
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 RFP# 1211– Armored Car & Bank Courier Services
Richardson ISD RFP# 1211- Armored Car & Bank Courier Services
7
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 In no event shall pricing be allowed to increase above the stated contract prices throughout
the term of the agreement as noted in this solicitation document.
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 perform
services.
3.6 Minimum Insurance Coverage The vendor will be responsible to carry the following minimum insurance coverage:
A. Workers’ 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 workers’ 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 this project.
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.
Richardson ISD RFP# 1211- Armored Car & Bank Courier Services
8
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 Workers’ Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage.
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;
(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.
Richardson ISD RFP# 1211- Armored Car & Bank Courier Services
9
(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 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
Workers’ compensation.
Richardson ISD RFP# 1211- Armored Car & Bank Courier Services
10
(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
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. 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.
3.7.2 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.
3.7.3 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:
3.7.3.1 Amounts previously paid by RISD to the Vendor.
3.7.4 RISD may terminate Contract for cause immediately on notice to Vendor.
Richardson ISD RFP# 1211- Armored Car & Bank Courier Services
11
3.8 Payment Terms and Retainage The preferred payment plan will be on a monthly basis (Net 30 days) throughout the
duration of the service period.
3.9 Electronic Invoicing Itemized invoicing with purchase order assignment should be available to be processed
through electronic data interchange (EDI). EDI enables our Enterprise Business Processing
System (EBS System) to accept a data file from a vendor and convert it to an invoice for
payment. Electronic payments will be processed via electronic funds transfer (EFT). Banking
information will be required for the EFT process.
3.10 Disclosures
3.10.1 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.
3.10.2 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.
3.10.3 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.
3.11 Transfer of Contract The contract, which will be issued upon award, shall not be assigned or transferred without the
District’s prior written consent.
3.12 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.
3.13 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.
Richardson ISD RFP# 1211- Armored Car & Bank Courier Services
12
3.14 Execution of Contracts Contracts for purchase will be put into effect by means of purchase order(s) executed by the
RISD Purchasing Department after a Proposal has been awarded.
3.15 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
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.
3.16 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.
3.17 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.
3.18 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.
3.19 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.
Richardson ISD RFP# 1211- Armored Car & Bank Courier Services
13
3.20 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: Use of Site resources such as elevators and or loading docks, safety issues,
site security and prohibition of any alcohol, tobacco and drugs.
4 Specifications Overview
4.1 Project Overview The Richardson Independent School District agrees that all property delivered to the successful
proposer will be securely sealed or locked and clearly labeled with the cosigner’s and consignee’s
name and address, and that the RISD will not conceal or misrepresent any material fact or
circumstance concerning the property delivered to the successful proposer pursuant to this
agreement.
Money, currency, checks and other valuables are to be picked up by successful proposer in sealed
containers. Proposer, upon receipt of containers, are required to sign for the deposits and then
assume responsibility for the actual cash value of all items transferred for their safe delivery,
together with contents received, to cosigner. The only exceptions to the foregoing are the loss or
damage caused by or resulting from:
The successful proposer shall not be liable for nonperformance or delay occasioned by any of the
causes listed above, nor for non-performance or delay caused by acts of God, strikes or means
beyond its control; however, proposer agrees to be liable for the safety of any monies, checks,
securities or other valuables in its possession at any time, in the amount of the actual cash value.
The RISD agrees to arrange for the pickup of containers in good condition, with seals unbroken, to
the proposer. It is understood and agreed that all liability and responsibility of proposer, as to each
transfer so handled, shall upon proposer receiving a receipt from said consignee (District depository
bank), transfer to the consignee. In the event of non-delivery by proposer to consignee, all liability
and responsibility remains with proposer as evidenced by receipt signed by cosigner (RISD).
The Richardson ISD reserves the right to accept or reject any or all proposals and to waive any
formalities in the RFP process.
4.2 Scope of Work
The following procedures are the minimum requirements the RISD requests and expects
from this service agreement:
1. Furnish schedule of proposed pick-up days and times for each location in the Richardson Independent School District for approval by Financial Services.
Richardson ISD RFP# 1211- Armored Car & Bank Courier Services
14
2. Provide pick-ups and deliveries of bank deposits from mutually agreed schedule.
3. Maintain record of signed receipts from each school and delivery recipient.
4. Pick-ups and deliveries will be for August 6, 2012 through August 2, 2013 for the 1st year.
4.3 Value-Added Services Respondents are encouraged to include services in addition to the requirements of this RFP to provide
the best possible value to the district. Proposals will clearly identify such services in their response and
also provide a detailed explanation of the merits of such services.
4.4 Proposal for Services The services requested for RISD include but are not limited to the following. Please provide your
organization’s proposed pricing per the minimum requirements, terms and conditions noted within this
solicitation document:
ESTIMATED
SERVICE QUANTITY UNIT PRICE ANNUAL COST
Daily Stops 9,845 stops/year $ ________/stop $____________
Campuses (55 locations/day, 179 days/year)
Daily Stops 230 stops/year $ ________/stop $____________
Security Row (1 location/day, 230 days/year)
Weekly Stops 138 stops/year__ $ ________/stop $____________
Admin, Annex. PDC (3 locations/week, 46 weeks/year)
Summer Stops 8 stops/year____ $ ________/stop $____________
Summer School & PACE
Additional Special Stops As May Be Requested $ ________/ stop
Richardson ISD RFP# 1211- Armored Car & Bank Courier Services
15
STOPS MAY BE ADDED OR DELETED AS PER THE NEEDS OF THE DISTRICT
FUEL SURCHARGES (if applicable): ______________________________________________
______________________________________________________________________________
COMMENTS: _________________________________________________________________
_____________________________________________________________________________________
_______________________________________________________________________
COMPANY: __________________________________________________________________
ADDRESS: ___________________________________________________________________
_____________________________________________________________________________
PHONE: __________________________ FAX: ____________________________________
5 Vendors Response to Request For Proposal
5.1 Response Format Vendors 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.
1. Company Cover letter- Clearly state your Company’s qualifications, number of
personnel (i.e. management, drivers, and customer service representatives)
2. Proof of required insurance
3. 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.
Richardson ISD RFP# 1211- Armored Car & Bank Courier Services
16
4. Provide at least three (3) Texas references, preferably in the K-12 public school
district environment for which your company has done similar work for in the
past year.
5. Insert a complete copy of this RFP and all addenda if any. Incomplete
responses may be grounds to eliminate the Vendor for consideration at the
discretion of Richardson Independent School District.
6. 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 5 notes the
exception.
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.
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 the vendor’s
ability to provide the required services. 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
service will be weighed. The inability of the Vendor to meet these qualifying factors may be
cause for rejection of his proposal.
RISD will evaluate all RFP responses using the following criteria to determine which proposal
provides the best value to the District. Each line item will be scored with a weight as
specified within this document and ranked on a scale from Zero (0) to Five (5) points.
As provided in the Texas Education Code 44.031 (b), proposals shall be evaluated on the basis
of the following criteria:
The purchase price The reputation of the vendor and of the vendor’s goods or services The quality of the vendor’s goods or services The extent to which the goods or services meet the district’s needs The vendor’s past relationship with the district The impact on the ability of the district to comply with laws and rules relating to
historically underutilized businesses
The total long term cost to the district to acquire the vendor’s goods or services
Richardson ISD RFP# 1211- Armored Car & Bank Courier Services
17
For a contract for goods and services, other than goods and services related telecommunications and information services, building construction and maintenance, or instructional materials, whether the vendor or the vendor’s ultimate parent company or majority owner:
o Has its principal place in this state:or o Employs at least 500 persons in this state; and
Any other relevant factor specifically in the request for proposal
Evaluation Criteria Weights:
Size of company – 10%
Previous experience – 20%
Cost of service – 40%
Liability coverage – 15%
References – 10%
Quality and completeness of proposal – 5%
5.4 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.
Name/Phone Number: ___________________________________
Firm Name
Address
Phone/Fax Numbers
Signature
Printed
Title
email address _________________________________
Daily Contact
Richardson ISD RFP# 1211- Armored Car & Bank Courier Services
18
RISD FINANCIAL INFORMATION:
Bank of America
901 Main St., 11th Floor
Dallas, TX 75202
770-888-3266
ginny.meadows@bankofamerica.com
Richardson ISD RFP# 1211- Armored Car & Bank Courier Services
19
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: Kim Quirk Luke Davis Karen Ellis Kim Caston Lanet Greenhaw Karen Holburn Kris Oliver
Superintendent: Kay Waggoner, Ph.D.
Richardson ISD RFP# 1211- Armored Car & Bank Courier Services
20
Superintendent: Kay Waggoner, Ph.D.
Richardson ISD RFP# 1211- Armored Car & Bank Courier Services
21
Richardson ISD RFP# 1211- Armored Car & Bank Courier Services
22
CERTIFICATION
REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY
MATTERS
I. DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION
(a) 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.
Richardson ISD RFP# 1211- Armored Car & Bank Courier Services
23
(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 contractor shall be required to furnish copies of the
certifications to the Authority upon request.
II. FELONY CONVICTION NOTIFICATION AND CRIMINAL BACKGROUND CHECK
(a) 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.
Richardson ISD RFP# 1211- Armored Car & Bank Courier Services
24
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#: ______________________
UPDATED 2-9-12
DAILY WEEKLY WEEKLY
POSSIBLE CHANGES JR HIGHS HIGH SECURITY PICK UP THURSDAY GRAND BANK
MONTH DAYS ELEM & CMLC SCHOOLS ROW DAYS ELEMENTARIES TOTALS TOTALS TOTALS HOLIDAYS
AUG 1-3 (BILLED ON 2011-12)
AUG 6-9 4 0 0 0 1 0 3 1 3 7
AUG 10 JJPHS & TAX OFFICE ONLY 1 0 0 1 1 1 0 2 0 2
AUG 13 JJPHS & TAX OFFICE ONLY 5 0 0 1 1 1 3 2 3 13
AUG 14-16 4 0 0 0 1 1 3 1 3 7
AUG 17 JJPHS & TAX OFFICE ONLY 1 0 0 1 1 1 0 2 0 2
AUG 20-24 5 0 0 0 1 1 3 1 3 8
AUG 27-31 SCHOOL BEGINS 5 41 9 5 1 1 3 56 3 283
AUGUST TOTALS 25 41 9 8 7 6 15 65 15 322
SEPT 3 LABOR DAY 0 0 0 0 0 0 0 0 0 0 9/3/12 LABOR DAY
SEPT 4-7 4 41 9 5 1 1 3 56 3 227
SEPT 10-14 5 41 9 5 1 1 3 56 3 283
SEPT 17-21 5 41 9 5 1 1 3 56 3 283
SEPT 24-28 5 41 9 5 1 1 3 56 3 283
SEPTEMBER TOTALS 19 164 36 20 4 4 12 224 12 1076
OCT 1-5 5 41 9 5 1 1 3 56 3 283
OCT 8 FAIR DAY 0 0 0 0 0 0 0 0 0 0 10/8/12
OCT 9 STAFF DEV 1 0 0 0 1 0 0 1 0 1
OCT 10-12 3 41 9 5 1 1 3 56 3 171
OCT 15-19 5 41 9 5 1 1 3 56 3 283
OCT 22-26 5 41 9 5 1 1 3 56 3 283
OCT 29-NOV 2 5 41 9 5 1 1 3 56 3 283
OCT TOTALS 24 205 45 25 6 5 15 281 15 1304
NOV 5-9 3 41 9 5 1 1 3 56 3 171
NOV 12 0 0 0 0 0 0 0 0 0 0 11/12/12 VETERAN'S DAY
NOV 13-16 4 41 9 5 1 1 3 56 3 227
NOV 19-20 2 41 9 5 1 1 0 56 0 112
NOV 21-23 0 0 0 0 0 0 0 0 0 0 11/22/12
NOV 26-30 5 41 9 5 1 1 0 56 0 280
NOV TOTALS 14 164 36 20 4 4 6 224 6 790
DEC 3-7 5 41 9 5 1 1 3 56 3 283
DEC 10-14 5 41 9 5 1 1 3 56 3 283
DEC 17-20 4 41 9 5 1 1 3 56 3 227
DEC 21 0 0 0 0 0 0 0 0 0 0 TAX CLOSED TENTATIVELY
DEC 24-28 4 0 0 0 1 0 0 1 0 4 12/25/12
DEC 31 1 0 0 0 1 0 0 1 0 1
DEC TOTALS 19 123 27 15 5 3 9 170 9 798
ADMIN, ANNEX, PDC
ARMORED CAR SERVICES
AUGUST 1, 2012 THROUGH AUGUST 2, 2013
LOCATIONS
DAILY WEEKLY ON THURSDAYS
JAN 1 NEW YEAR 0 0 0 0 0 0 0 0 0 0 1/1/13
JAN 2-4 3 0 0 0 1 0 0 1 0 3
JAN 7 STAFF DEV 1 0 0 0 1 0 0 1 0 1
JAN 8-11 4 41 9 5 1 1 3 56 3 227
JAN 14-18 5 41 9 5 1 1 3 56 3 283
JAN 21 MARTIN L KING DAY 0 0 0 0 0 0 0 0 0 0 1/21/13
JAN 2-25 4 41 9 5 1 1 3 56 3 227
JAN 28-Feb 1 5 41 9 5 1 1 3 56 3 283
JAN TOTALS 22 164 36 20 6 4 12 226 12 1024
FEB 4-8 5 41 9 5 1 1 3 56 3 283
FEB 11-15 5 41 9 5 1 1 3 56 3 283
FEB 18 STAFF DEV 0 0 0 0 0 0 0 0 0 0 2/18/13 PRESIDENT'S DAY
FEB 19-22 4 41 9 5 1 1 3 56 3 227
FEB 25-MAR 1 4 41 9 5 1 1 3 56 3 227
FEB - MAR 1 TOTALS 18 164 36 20 4 4 12 224 12 1020
MAR 4-8 5 41 9 5 1 1 3 56 3 283
MAR 11-15 SPRING BREAK 0 0 0 0 0 0 0 0 0 0
MAR 18-22 5 41 9 5 1 1 3 56 3 283
MAR 25-28 4 41 9 5 1 1 3 56 3 227
MAR 29 0 0 0 0 0 0 0 0 0 0
MAR TOTALS 14 123 27 15 3 3 9 168 9 793
APR 1-5 5 41 9 5 1 1 3 56 3 283
APR 8-12 5 41 9 5 1 1 3 56 3 283
APR 15-19 5 41 9 5 1 1 3 56 3 283
APR 22-26 4 41 9 5 1 1 3 56 3 227
APR 29-MAY 3 5 41 9 5 1 1 3 56 3 283
APR TOTALS 24 205 45 25 5 5 15 280 15 1359
MAY 6-10 5 41 9 5 1 1 3 56 3 283
MAY 13-17 5 41 9 5 1 1 3 56 3 283
MAY 20-24 5 41 9 5 1 1 3 56 3 283
MAY 27 MEMORIAL DAY 0 0 0 0 0 0 0 0 0 0 5/27/13
MAY 28-31 3 41 9 5 1 1 3 56 3 171
MAY-JUN 1 TOTALS 18 164 36 20 4 4 12 224 12 1020
JUN 3-6 4 41 9 5 1 1 3 56 3 227
JUN 7 1 0 1 2 1 0 0 4 0 4
JUN 10-14 1 41 9 5 1 0 0 56 0 56
JUN 17-21 1 0 1 2 1 1 3 4 3 7
JUN 24-28 1 0 0 5 1 1 3 6 3 9
JUNE TOTAL 8 82 20 19 5 3 9 126 9 303
JUL 1-3 (PACE ON WEDNESDAY) 2 0 0 2 1 0 1 3 1 7
JUL 4 NO RISD PICKUPS 0 0 0 0 0 0 0 0 0 0 7/4/13
JUL 5 2 0 0 1 1 0 0 2 0 4
JUL 8-12 (PACE ON THURSDAY) 5 0 0 1 1 0 1 2 1 11
JUL 15 1 0 0 0 1 0 0 1 0 1
JUL 16-19 5 0 0 0 1 1 3 1 3 8
JUL 22-26 5 0 0 0 1 1 3 1 3 8
JUL 29-AUG 2 5 0 0 0 1 1 3 1 3 8
JUL TOTALS 25 0 0 4 7 3 11 11 11 47
GRAND TOTALS 230 1599 353 211 60 48 137 2223 137 9856
* LOCATION CLOSED
PACE
DOUBLE CHECK THE EXECS LAST DAY JUNE 7-14
NO PICKUP FOR THE FOLLOWING SCHOOLS ON JUNE 7:
Elementaries:
TO BE ANNOUNCED
Junior High:
TO BE ANNOUNCED
SUMMER SCHOOL PICKUPS FOR JR HIGH & HIGH SCHOOL TO BE ANNOUNCED
top related