Laredo Independent School District...Laredo, Texas 78040 Tel: 956 273-1080 Fax: 956 273-1085 REQUEST...
Transcript of Laredo Independent School District...Laredo, Texas 78040 Tel: 956 273-1080 Fax: 956 273-1085 REQUEST...
1
Laredo Independent School District Purchasing Department
1702 Houston Street, Rm. 101
Laredo, Texas 78040
Tel: 956 273-1080
Fax: 956 273-1085
REQUEST FOR PROPOSALS
Laredo Independent School District invites you to submit a Proposal for:
Districtwide Physical Security IP Based Video Surveillance System
REFERENCE NUMBER RFP #20-010
RESPONSE MUST BE DELIVERED BY April 20, 2020 at 2:30 p.m. central standard time
(Note: Without exception – Proposal must be time
and date stamped by the Procurement Department.
Timely physical delivery is at the risk of the
respondent.)
RESPONSE MUST BE DELIVERED TO Laredo Independent School District
Procurement Department
1702 Houston Street, Room 101
Laredo, Texas 78040
ESTIMATED CONTRACT PERIOD May 15, 2020 to May 14, 2025
Subject to change based on approval timelines by the
LISD Board of Trustees.
PRE-PROPOSAL MEETING N/A
DISTRICT BUYER IN CHARGE OF PROPOSAL All questions regarding this proposal should be in
writing via email and directed to Margaret Boswell,
CTSBS, Buyer, at [email protected].
Deadline for questions is Monday, April 13, 2020 at
noon.
PROCUREMENT DIRECTOR Hector M. Mejia
2
LAREDO INDEPENDENT SCHOOL DISTRICT
RFP #20-010 Districtwide Physical Security IP Based Video Surveillance System
I. PURPOSE:
The Laredo Independent School District - LISD (herein after referred to as District) is soliciting Requests for
Proposals (hereafter referred to as an “RFP”) from qualified service providers for turn-key, comprehensive
physical security surveillance equipment and installation services to include the following: a) IP based video
cameras and related installation services b) Network cabling and related services to support camera installations
c) On premise server based Video Management and Storage systems with installation and configuration. All
vendors are required to carefully review and acknowledge that their services meet or exceed each of the
requirements stated below in their response. In addition, all vendors are asked to provide all documentation and
information defined below as part of their response. Bid responses that are lacking any requested information
or do not meet the minimum requirements will be deemed incomplete and may be disqualified from
consideration. Where applicable, bidders are asked to provide one-time costs, yearly recurring costs, and
licensing based on a total term of 60 months. All proposals will be evaluated based on the total costs (one time
and yearly recurring) for the total term of 60 months.
II. BACKGROUND INFORMATION:
The Laredo Independent School District (LISD) was established in 1882. LISD is a district sprawling more
than 13 square miles. The Laredo Independent School District is made up of 33 educational institutions: 20
elementary schools, four middle schools, and four high schools including Garcia Early College High School
located on the campus of Texas A&M International University, the Lara Academy our alternative education
campus, the Valdez Non-Traditional High School, and four magnet schools. The four magnet schools are the
Vidal M. Treviño School of Communications and Fine Arts, located across the street from Nixon High School,
Dr. Dennis D. Cantu Early College High School, located at Martin High School, Sabas Perez School for
Engineering and Technology Education, located at Cigarroa High School and the new Business, Industry and
Public Service Early College Academy at Nixon High School.
The district has a yearly average student enrollment of 24,000 and over 4,500 employees striving for academic
excellence. At LISD, learning is the key to a bright and successful future. By setting high standards, the district
plays a crucial role in preparing the students to meet the challenges and demands of today's high-tech and
multicultural work place.
III. SUBMISSION/SCOPE SPECIFICATIONS:
1. Submission Information
Due Date: April 20, 2020 at 2:30 p.m. (CST)
Request for Proposal No: RFP #20-010
Project Name: Districtwide Physical Security IP Based Video Surveillance System
Responses to the Request for Proposals (RFP) will be received at the:
Purchasing Department – Room #101
1702 Houston St.
Laredo, TX 78040
Until 2:30 P.M. (Central Standard Time)** on April 20, 2020
**Note: Any RFP received after such scheduled time due date will not be accepted and will be returned
unopened.
3
LAREDO INDEPENDENT SCHOOL DISTRICT
RFP #20-010 Districtwide Physical Security IP Based Video Surveillance System
SCOPE OF WORK:
2. Scope Specifications
The District is seeking pricing for proposals to complete a comprehensive replacement of over 2,000 existing
legacy network IP cameras and video storage systems at selected District sites listed below. Pricing for
professional services and hardware are required to be submitted on a per unit basis. The unit quantities
represented in this RFP are preliminary estimates. Purchase orders will be issued on a per project basis and will
take place on a phased in approach over the 60 month award term. Each facility listed below in section 2.4 will
constitute a project. The final quantities will be determined prior to issuance of a purchase order in consultation
with the awarded vendor. The awarded vendor will be required to develop a preliminary serving plan for each
facility being upgraded to ensure the optimal distribution and mix of cameras to meet the needs of the District.
2.1 Camera equipment and related installation services
Camera Equipment
The District has standardized on the Vivotek line of IP based video cameras as a result of a comprehensive
evaluative process. These endpoints have been thoroughly tested and have been proven to work with the existing
District infrastructure. Bid respondents are asked to provide pricing based on the following counts and models of
cameras to support the District-wide replacement of all legacy non-standard equipment. While the District prefers
solutions that feature the Vivotek line of network based cameras, the District will consider bids for an equivalent
substitute of each model listed below as per section 3.22 of this RFP. Camera equipment unit pricing should be
inclusive of standard mounting hardware, and the pricing should include full licensing of all features and
functionality in the proposed camera. Finally, all cameras quoted should be priced to include 5 year standard
hardware replacement in the event of equipment failure. Pricing for the equipment costs must be disclosed in
Pricing worksheet 5.1, rows a through g.
Camera Installation Services
Bid respondents are required to provide installation pricing on a per unit basis in Pricing Worksheet 5.1, rows a
through g for each respective camera model and count specified above. The per unit services pricing should
include all materials, labor, services required to situate, install, configure, and onboard the specified camera at the
final designated location within the installation site. The per unit installation cost should not include the network
cabling itself. The network cabling will be priced separately as described in section 2.2 which will allow the
District flexibility to determine the installation and setup costs for cameras where an existing network drop may
be re-used, and differentiate the costs where a new drop may be required.
4
LAREDO INDEPENDENT SCHOOL DISTRICT
RFP #20-010 Districtwide Physical Security IP Based Video Surveillance System
The camera installation services priced must have embedded a comprehensive pre-deployment site survey to
develop a final serving plan that provides optimal placement and distribution of cameras based on best-practices
to improve camera visibility for each site while reducing the overall camera footprint at each location. Where
possible, the District will work with the awarded vendor to provide existing architectural schematics for each
site, and will make district facilities available after bid award to develop these plans. However, in some cases,
where this documentation is not readily available, it will be the vendors’ responsibility to develop a baseline
drawing to work from.
As stated above, purchase orders will be issued on a per project basis. Each site listed in section 2.4 constitutes
a project. Per unit installation services pricing should be inclusive of the following:
a) Pre-deployment site-surveys to determine final placements and counts by site.
b) Abatement and removal of all legacy cameras on-site at the time of deployment.
c) All legacy cameras removed will be inventoried, packaged, and prepared for disposal.
d) All exposed or visible legacy security camera wiring and mounting hardware will be removed and
disposed of by vendor. This hardware includes but is not limited to all old plates/brackets, wiring,
surface mounted raceways, etc. that will no longer be useful or necessary as a result of the upgrade.
e) All new camera passwords shall be changed from factory default settings.
f) All new cameras shall follow the established LISD naming convention and shall be labelled
accordingly both on the unit, and installation site in accordance to existing district practices. Proposer
will be required to develop the naming scheme as part of the pre-deployment site survey.
g) All cameras shall follow the established LISD network/IP convention. Proposer shall obtain this
information prior to project implementation.
h) Vendor may be required to configure the existing network switchport to reflect the correct VLAN,
and description information for each camera as part of the onboarding process.
i) Wherever additional switches are necessary to complete the installation, the District shall be
responsible for providing the switches as needed to support the deployment. However, it will be the
vendor's responsibility to mount and configure the additional switches.
j) All cameras will be asset tagged by the vendor.
k) All cameras will be staged, preconfigured, and stored off site until time of deployment.
l) Vendor will patch and upgrade firmware on cameras to latest stable release prior to deployment.
m) Vendor will be responsible for identifying and coordinating replacement of “DOA” units.
n) All cameras will be mounted and affixed to the designated indoor or exterior site inclusive of all
ancillary materials required to secure the unit in place.
o) If required, vendor may need to provide a lift for cameras placed, or cameras that will need to be
removed from their designated installation site.
p) Vendor will be responsible to ensure camera field of view and focus is optimized according to pre-
deployment plan. All camera views shall be verified with LISD designee prior to project completion.
q) All exterior cameras shall have silicone applied around the base of a camera or mounting hardware to
reduce chances of water penetration.
r) All cameras shall be onboarded to the District video management system. Vendor will be required to
provide evidence from the video management system that each camera is online, active, and storing
video.
s) Vendor will load maps, schematics, or plans and enable click to view functionality on system.
5
LAREDO INDEPENDENT SCHOOL DISTRICT
RFP #20-010 Districtwide Physical Security IP Based Video Surveillance System
t) Vendor will provide electronic and printed documentation inclusive of as-built maps and inventory
lists that contain the District property ID, associated camera serial number, mac-address, camera
name, location, IP address and final installation locations.
u) The District requires vendors to provide day 1 support on all deployed equipment to resolve any
deployment-related issues that may arise. Day 1 support resources should be highly qualified and able
to support the District on-site if needed for a period of up to the first 30 days after cutover and should
be included in the per unit installation cost of the equipment deployed.
v) All decommissioned exterior wall penetrations shall have silicone applied to reduce chances of water
penetration.
2.2 – Network cabling and related services to support camera installation
Network Cabling
The District is requesting pricing for cabling and cabling related services for the proposed cameras to be installed
at each site. All cabling for drops should be installed in accordance to the existing cabling plant standards and
norms defined in section 4. The cost for the drops should be all inclusive to make the drop fully functional and
ready to connect to equipment on each end. Proposed pricing should include the following, if needed:
a.) patch panels
b.) keystones on both ends
c.) wall plates
d.) patch cables on both ends
Cabling pricing is being sought on a per drop basis and should be all inclusive of the above (include per drop
pricing in worksheet 5.1h). The drop counts provided in this RFP are the "not to exceed" counts, the final counts
will be determined at the time of implementation.
2.3 – Premise Based Video Management System with installation services
Video Management System Equipment and Software (VMS)
The District is seeking proposals for a scalable on premise video management and storage system that meets and
exceeds the requirements below. Proposals for cloud based VMS solutions will not be considered at this time.
Each server should be built and priced to support up to 300 live 2 Megapixel, 10 FPS, and 2048 (Kbps) average
bitrate video feeds of 24 x 7 video with 21 days of retention and no degradation in quality throughout the 21 day
period. The servers will be centrally located at the District Core Data Center facilities. The system pricing
provided should be fully licensed to support all 300 end points on day 1. The VMS equipment price provided for
the server should also be inclusive of all application licensing and underlying operating system licensing with
standard 8 x 5 x Next Business Day support for the hardware, and full help desk support for the VMS application
for a period of 60 months. The Video Management System equipment pricing should be provided in pricing sheet
5.1(i). At a minimum, the VMS should include the following minimum features and functionality:
a) Turn on / off recording on a schedule.
b) Record audio and video from endpoint devices that have audio / video capability.
c) De-warping feature to take 360 degree and 180-degree cameras and create multiple sector views.
d) Ability to provide a visual map of a facility and launch video streams from map.
e) System must include the capability of touring 4 x 4 matrix view for each facility.
f) System must support role-based user administration for different site managers to only see their site.
g) Advanced video searching and scanning capabilities, such as thumbnail searches of multiple concurrent
views to speed video searching.
6
LAREDO INDEPENDENT SCHOOL DISTRICT
RFP #20-010 Districtwide Physical Security IP Based Video Surveillance System
h) Export video to standard video format types.
i) Dual 10Gbps fiber uplinks for network connectivity with a minimum of 20Gbps into Core Network.
j) Separate Management port for server/application management.
k) Alerting functionality, and reporting capabilities to identify failed or failing cameras or degraded server
performance.
l) Clientless, internet browser agnostic capability.
m) Allow for interoperability and compatibility with existing Legacy Cisco and Vivotek IP based cameras
and proposed new IP based cameras.
n) System must include real-time access to video via mobile device iOS or android type devices.
o) Support record on motion technology to conserve disk space.
p) Location based tree view/navigation.
q) Must include all licensing, maintenance and support costs for all components (applications, client access,
mobile access, databases) for the term specified above.
Video Management System Installation Services
Bid respondents are required to provide installation pricing on a per server basis in Pricing Worksheet 5.1(i) for
each respective server. The per unit server installation services pricing should include all materials, labor, and
services required to situate, install, configure, and onboard all the legacy cameras, and/or new cameras that are
online and operational at the time of deployment. The services priced should be inclusive of the following
minimum requirements:
a) Assemble, test, and activate all server applications and OS licensing.
b) Configure and prepare server at off-site staging facility for deployment.
c) Place asset tag on server, and provide server inventory to District.
d) Perform extensive burn-in of server off-site prior to deployment.
e) Fully patch and update Server OS, and Application to latest stable release.
f) Register all warranties and licensing of hardware with respective vendors.
g) Coordinate return of all replacements of any DOA server equipment directly with manufacturer prior to
deployment.
h) Perform on-site installation of server equipment.
i) Create user accounts for super admin users, and District level site access accounts as needed for site
administrators.
j) Create views necessary for District level root access of all cameras, and site level access for cameras
specific to site.
k) Create unique site specific 4 x 4 touring matrix views for monitoring stations at each facility.
l) Configure a minimum of one (1) existing monitoring workstation at each site to display the touring view.
(District will provide equipment)
m) Organize all cameras in a hierarchical structure by site, building, floor, and wing.
n) Load maps, schematics, or plans and enable click to view functionality on system for every site.
o) Connect to District network infrastructure and configure network connectivity for server.
p) If applicable, perform domain joining to existing District infrastructure.
q) Provide District information required for DNS entries and registration.
r) Configure and test system alerting and reporting capabilities.
s) Configure mobile app on at least one (1) iOS or android based device per site.
7
LAREDO INDEPENDENT SCHOOL DISTRICT
RFP #20-010 Districtwide Physical Security IP Based Video Surveillance System
t) Vendor is responsible for maintaining physical, electronic, and procedural controls to ensure the
confidentiality, integrity, and availability of District’s information on all applicable District computing
systems used to store or transmit District data, in accordance with current applicable industry standards
and best practices.
2.4 - Location Summary and counts by site
The following is the site list and respective counts for all legacy surveillance equipment. Each site is considered a
project, the District may add or remove sites through the contract award period.
8
LAREDO INDEPENDENT SCHOOL DISTRICT
RFP #20-010 Districtwide Physical Security IP Based Video Surveillance System
3. General bid requirements Bid respondents are required to submit a printed and signed copy of section 3 in its entirety with related
attachments, as part of their bid response. Vendors must carefully read and acknowledge each question and,
where applicable, include supporting documentation as requested below.
Acknowledgements
3.1 The District may elect to proceed with some or all of the projects. Bid respondents acknowledge that they
will honor the prices provided regardless of which projects the District ultimately decides to proceed with.
3.2 This calls for an “all or none” RFP, this will be a turn-key project. The District is seeking proposals from
vendors who are capable of addressing all components specified within the RFP. Any partial bids for a specific
sub-set of items contained within the bid will be deemed incomplete and will not be evaluated.
3.3 Vendor must be able to implement and provide project based billing. As an example, the District may
request invoicing by campus and location for all aspects of work (i.e., services, equipment, installation), and not
invoice for components until entire project is complete.
3.4 Bid Pricing serves as basis for ad-hoc purchases. The primary purpose of the RFP is to provide pricing to
support projects as stated in 3.1. The District may elect to utilize this bid award for ad-hoc purchases of additional
equipment or services to support moves, additions and changes throughout the award period. Vendors are required
to honor the proposed pricing throughout the award period.
3.5 Completion Requirements- Project will be considered complete when the following are provided:
- Vendor must provide electronic schematic drawings for locations of CAT 6A (a/k/a ANSI/TIA/EIA-568-
B.2-10) drops per MDF and IDF and the final location of all installed cameras. (PAYMENT WILL BE
MADE ONCE DRAWINGS ARE TURNED IN TO THE DISTRICT.)
- Vendor must do all patch work on MDF, IDF and provide patch cables in all rooms, as required. Vendor
must test all hardware, fiber and CAT 6A (a/k/a ANSI/TIA/EIA-568-B.2-10) cables for functionality.
- Completion of all “punch list” items as noted during a “Walk Through” of campus upon the contractor
indicating substantial completion. All punch list items must be completed within 15 days of the Walk
Through date or payment will not be released.
- Warranty paperwork, test results and As-Builds have been turned in to LISD Technology Services
Department.
3.6 The cabling system is to be fully installed and tested, in accordance with the specifications outlined in
section 4 of this RFP. Vendor must acknowledge that they have reviewed this section, and are proposing cabling
work that adheres to these standards and requirements.
3.7 Vendor must remove all tools, equipment, rubbish and debris from the premises and leaving the premises
clean and neat upon completion of the work.
3.8 The vendor's performance of work shall comply with applicable federal, state, and local laws, rules, and
regulations. In the event of a violation, the vendor shall pay all fines and penalties, including attorney's fees,
other defense costs, and expenses in connection: including any expense in cabling or hardware.
9
LAREDO INDEPENDENT SCHOOL DISTRICT
RFP #20-010 Districtwide Physical Security IP Based Video Surveillance System
3.9 All work shall conform to the most recent National Electrical Code, the Building Codes, and all Local
Codes and Ordinances, as applicable. EIA/TIA documents 568, 569, 606, and 607 shall be adhered to during
all installation activities. Methodologies outlined in the latest edition of the BICSI Telecommunications
Distribution Methods Manual shall also be used during all installation activities. Should conflicts exist in the
foregoing, the authority having any jurisdiction for enforcement will preside.
3.10 The vendor shall take the necessary precaution and bear the sole responsibility for the safety methods
employed in performing the work. The vendor shall at all times comply with the regulations set forth by
federal, state, and local laws, rules and regulations concerning "OSHA" and all applicable state labor laws,
regulations and standards. The vendor shall identify and hold harmless the District from and against all liabilities,
suits, damages, costs, and expenses (including attorney's fees and court costs) which may be imposed on the
district because of the vendor, subcontractor, or supplier's failure to comply with the regulations stated herein.
3.11 Vendor must provide on-site training and manuals to Laredo ISD personnel selected by the District.
3.12 The vendor agrees to sell to the district the revised quantity of items at the unit price or lower as stated
in the RFP. Equipment and camera counts are the best estimates currently available. The district reserves the
right to modify the final quantity prior to issuing a purchase order.
3.13 The vendor will provide a full-time Project Manager who will act as a single point of contact for all
activities throughout the contract award period. The Project Manager will be required to make on-site decisions
regarding the scope of the work and implement any changes required. The Project Manager will be totally
responsible for all aspects of the work and shall have the authority to make immediate decisions regarding
implementation on changes to the work with approval of the School District Project Manager. The Project
Manager must submit a mandatory written report on a weekly basis on the progress of the project and meet with
Laredo ISD Technology staff and the Assistant Superintendent for Technology Services or their designee.
3.14 Vendor must be prepared to work on weekends and after school hours in order to complete job or meet
deadlines as needed.
3.15 WARRANTY Material and workmanship hereinafter specified and furnished shall be fully guaranteed by
the vendor for one (1) year, starting when Laredo ISD Personnel accepts all work performed by vendor, except in
the case of the cabling infrastructure which shall be fully warranted for a minimum of twenty five (25) years from
payment date against any defects. Defects which may occur as the result of faulty materials or workmanship
within the one (1) and fifteen (15) years or more, respectively after installation and acceptance by District
Personnel shall be corrected by the vendor at no additional cost to the Laredo Independent School District. The
vendor shall within 15 days, at no cost to LISD correct or report (including modifications or additions as
necessary) any nonconforming or defective cabling work within twenty five (25) years after completion of the
project of which the work is a part. In the case of the cabling infrastructure, in addition to physical component
warranty, said warranty will cover functionality of the cable to support 250 MHz/10Gbps or greater throughout
the warranty period. The period of the vendor's warranties for any items herein are not exclusive remedies, and
the school district has recourse to any warranties of additional scope given by the vendor to the school district and
all other remedies available by law or equity. The vendor's or Manufacturer’s warranties shall commence with the
acceptance of installation/or payment for the work in full.
If the vendor procures equipment and material under the contract, the vendor shall obtain, for the benefit of the
District's equipment and material, warranties against defects in material and workmanship to the extent such
warranties are reasonably obtainable.
10
LAREDO INDEPENDENT SCHOOL DISTRICT
RFP #20-010 Districtwide Physical Security IP Based Video Surveillance System
The vendor shall pass along to the District any additional warranties offered by the manufacturers, at no additional
cost to LISD. This warranty shall in no manner cover equipment that has been damaged or rendered
unserviceable due to negligence, misuse acts of vandalism or tampering by the district or anyone other than
employees or agents of the vendor.
The vendor's obligation under its warranty is limited to the cost of repair of the warranted item or replacement
thereof, at the vendor's option. Insurance covering said equipment from damage or loss is to be paid by the
vendor until full acceptance of equipment and services.
3.16 Future Discounts Price drops Bid respondents are required to pass through any additional discounts, or
savings they receive from the manufacturers directly to the District. Furthermore, in the event equipment
proposed becomes “end of life”, bid respondents are required to provide an alternative that is equal or better
quality than the original equipment on the same cost margin basis as the original equipment proposed.
Attachments
3.17 Submit a complete set of contracts for proposed services.
3.18 Submit complete Pricing Worksheet in Excel Format. The District has included a pricing worksheet on
Excel format for all respondents to use as part of section 5 of this RFP. Bidders are required to use the provided
worksheet in the format provided. Only enter values in the green boxes indicated on Pricing Worksheet 5.1.
Incomplete pricing worksheet, or worksheets that are lacking all requested information will not be accepted.
3.19 State of Texas Physical Security Licensing The District will only accept bids from vendors who are
licensed by the State of Texas to install and maintain video surveillance systems. Please include copies of the
applicable licenses that are held by your firm, and specifically by the individuals who will be performing the work
on site.
3.20 Vendor must provide a list of staff with certifications that will be working with this project.
3.21 Vendor must provide distance and location of engineers that will be dispatched for maintenance work or
to work on this project.
3.22 The RFP may reference manufacturer specific equipment. The District is standardized on this equipment
throughout all campuses and is providing these manufacturer specific part lists as they ensure the maximum
interoperability with the current District infrastructure. The District will consider proposals for equipment or
materials that are “equivalent” to the makes and models of the equipment contained in this RFP. To be
considered, bidders are required to provide supporting comparative documentation that demonstrates how each
substituted piece of equipment meets or exceeds the published publicly available manufacturer physical
characteristics, and performance specifications on a line item, side-by-side basis to the equipment part numbers
and models specified within the RFP.
3.23 Statement of Work In addition to pricing and contracts, vendors are required to provide a draft Statement of
Work which meets and exceeds the specifications and requirements set forth in the RFP. In the event that there is
conflicting language in the vendor’s proposed statement of work and the District’s RFP, the RFP will have
prevailing authority.
11
LAREDO INDEPENDENT SCHOOL DISTRICT
RFP #20-010 Districtwide Physical Security IP Based Video Surveillance System
3.24 Bid proposals must assume the following off-site storage, asset tagging, and staging of equipment. It is
required that vendor not transfer ownership or invoice equipment until installed, delivered, inventoried and
accepted by Laredo ISD at the equipment’s intended installation site. As part of your response, please describe
your firm's preparedness to support this need in detail.
3.25 All proposals must include a 5% bid bond. Cashier’s Check or bid bond shall be payable to the Laredo
ISD as payee or obligee, and shall be effective once the bids are opened. If the vendor submits a Cashier’s Check
in lieu of a Bid Bond, the following statement must be typed at the bottom left hand side of the Cashier’s Check:
“In Lieu of Bid Bond”. Bid Bond shall be executed by a surety duly authorized to do business in Texas and
licensed by the State of Texas to issue surety bonds. The surety amount of not less than five (5) percent of the
total bid/proposal amount made payable to Laredo ISD may be forfeited in whole or in part if the vendor does not
execute a contract and post the applicable Performance/Payment Bonds or Insurance Certificate required within
ten (10) working days from date of Notice of Award. If any such bid bond is in an amount in excess of ten
percent of the surety company’s capital and surplus, the School District may require, as a condition to accepting
the bond, written certification that the surety company has reinsured the portion of the risk that exceeds ten
percent of the surety company’s capital and surplus with one or more reinsurers who are duly accredited, trusted,
licensed and admitted to do business in the State of Texas. The amount reinsured by any reinsurer may not exceed
ten percent of the reinsurer’s capital and surplus.
3.26 All bidders are required to provide payment and performance bonds for each project. At the time the
project will be executed, bidder will execute and submit the required documents within ten (10) working days
from date of Notice To Proceed. Bidder shall not commence work under this contract until the Performance and
Payment Bond required under this section have been obtained and submitted to the School District. “The District
reserves the right to automatically revoke Board Award if the vendor does not provide Performance and Payment
Bonds within ten (10) working days from date of Notice to Proceed.” Successful bidder shall furnish a
performance and a payment bond executed by a surety acceptable to the Laredo ISD in an amount of 100 percent
of the contract price as security for the completion of the work and for the payment of all persons performing
labor and furnishing material in connection with this contract, whether or not they become part of the completed
project. Performance and Payment bonds shall be executed by a surety duly authorized to do business in the State
of Texas and licensed by the State of Texas to issue surety bonds. If any such bond is in an amount in excess of
ten percent of the surety company’s capital and surplus, the School District may require, as a condition to
accepting the bond, written certification that the surety company has reinsured the portion of the risk that exceeds
ten percent of the surety company’s capital and surplus with one or more reinsurer who are duly accredited,
trusted or licensed and admitted to do so. Payment and Performance bond pricing for new construction will be
based on the cost to support all projects. Bid respondents will be required to further cost allocate the actual cost at
the time of project implementation.
3.27 NO Alternate Bids Bid respondents are asked to provide their single best comprehensive bid response that
meets or exceeds the specifications of the RFP.
3.28 Provide a description of manpower availability. Due to the implementation plan of this project, a large
contingent of manpower may be required for limited durations. Please describe your firm’s capacity and
availability requirements.
12
LAREDO INDEPENDENT SCHOOL DISTRICT
RFP #20-010 Districtwide Physical Security IP Based Video Surveillance System
3.29 Vendor must give at least 5 references for projects implemented of similar scope, and dollar amount within
the last five years. The list must include the district name, total dollar amount, equipment manufacturers used,
project start and project end date, and contact name who may be contacted to provide any necessary references to
the District. Please provide a contact person with their current email and phone number.
3.30 Vendor must provide specification sheets on proposed cabling materials to be used inclusive of all
components that terminate the cabling run end to end. This includes but is not limited to the wall plates, keystone,
raceway material (if applicable) supporting structure components, patch panels, rack enclosures etc. To the degree
possible, the District prefers proposals from vendors offering materials from a single primary manufacturer to
maintain a homogenous cabling ecosystem.
3.31 Vendor must provide comprehensive feature and functionality information on VMS system proposed.
I hereby certify that our organization has reviewed, acknowledged, has attached, and is submitting a proposal
which meets or exceeds the requirements stated above.
____________________________ _____________________________
Employee Name / Title Signature
_____________________________ ____________________________
Company Name Date
4. Cabling, and cabling related systems standards and requirements
The intent of this section is to provide additional guidance for the general specification expectations of the cabling
system. The system must adhere to the requirements stated below in addition to any state, local, and federal
codes, ordinances or standards at the time of implementation. The system is also to be fully tested, documented,
and supported by a 25-year manufacturer warranty program. The System must be installed by a Manufacturer
Certified Installer and successful bidders are required to provide evidence of such certification for all cabling and
related componentry as part of the response. The District is currently standardized on a Panduit/General Cable
solution throughout most sites and prefers bid responses featuring these materials. However, the District will
consider bids for an equivalent substitute as per section 3.22 of this RFP.
4.1 The System offered and quoted, shall include per drop pricing inclusive of the following requirements:
a. Provide all supervision, labor, tools, equipment, materials, transportation, erection, construction,
unloading, inspection, and inventory housing. Must also return spare material as specified.
b. Vendor must obtain permission before proceeding with any work necessitating cutting into or through any
part of the building structure such as girders, beams, concrete, tile floors or partition ceilings.
c. Any damage to the building that may exist or may occur during the contractor’s occupancy of the building
must be reported immediately.
d. All necessary steps to ensure that a fire fighting apparatus is available and accessible at all times.
Flammable materials shall be kept in suitable places outside the building.
e. Vendor must promptly correct all defects for which contractor is responsible as determined by the
Laredo Independent School District.
13
LAREDO INDEPENDENT SCHOOL DISTRICT
RFP #20-010 Districtwide Physical Security IP Based Video Surveillance System
f. Maximum cable length specification shall not be exceeded.
g. All Cable that the district deems not useable must be removed.
h. Cables and raceways shall be rated according to EIA/TIA for the environment in which they are to be
placed.
i. Vertical support for cable shall be no greater than 4’ intervals.
j. The J-Mod cable supports shall be manufactured from a non-conductive material suitable for use in air-
handling spaces. The cable support must maintain complete horizontal and vertical 1” bend radius control
and must manage up to forty-eight (48) 4-pair UTP cables. The system must allow for the ability to add
future cable routing capacity. The cable support must provide the ability to securely retain the cable bundle
with Tak-Tape cable ties. No more than forty-eight (48) Category 6A cables shall be installed in each J-Mod.
A second J-Mod will be used to house the OM4 fiber cable. Fiber cable will be housed in its own J-Mod.
k. Ladder racks will connect the Patch racks with the server racks.
l. Cable management waterfall systems shall be utilized to transfer communication cable from ladder
racks to enclosures or equipment racks below. These cable management waterfall systems shall maintain
1” bend radius control in both vertical and horizontal directions. The system shall be modular in order to
allow for multiple widths.
m. Stackable cable rack spacers shall be utilized to route bulk fiber optic cable or high performance
copper communication cable bundles in all telecommunication closets. Stackable cable rack spacers shall
be utilized in communication closets and other interior locations where cables and cable bundles are routed
along traditional ladder racks that consist of rungs and stringers. The stackable cable rack spacers shall be
applied on every rung up to a recommended maximum stack height. Dovetail slots and a positive latching
mechanism shall provide a secure locking feature.
n. If threaded rod is used to connect the Ladder Rack to the Ceiling for support, threaded rod covers must
cover each threaded rod.
o. Do not exceed the minimum bend of 4 x Outside Diameter (OD) for 4 pair UTP, 10 x OD for multi-pair
(more than 4 pair) UTP, 1.18 in. for two fiber cable, and 10 x OD for multi-fiber cable.
p. Fire-stopping shall be a material, or combination of materials, to retain the integrity of time-rated
construction by maintaining an effective barrier against the spread of flame, smoke, and gases. It shall
be used in specific locations as follows:
1. Duct, cables, conduit, and piping penetrations through floor slab and through time-rated partitions or
fire walls.
2. Openings between floor slab and curtain walls, including inside hollow curtain walls at the floor slab.
3. Penetrations of vertical service shafts.
4. Openings and penetrations in time-rated partitions of fire walls containing fire doors.
q. Fire-stopping materials shall be asbestos free and capable of maintaining an effective barrier against
flame, smoke, and gasses in compliance with requirements of ASTM E 814, and UL 1479. Only listed
firestopping material acceptable to the City of Laredo Fire Marshal shall be used. The rating of the fire-stops
shall in no case be less than the rating of the time-rated floor or wall assembly.
r. All penetrations through fire rated building structures (walls and floors) shall have a metal stuffing pipe
that extends 12” beyond each side of the building structure and sealed with an appropriate fire stop
system. This requirement applies to through penetrations (complete penetration) and membrane penetrations
(through one side of a hollow fire rated structure). Any penetrating item (i.e., riser slots and sleeves, cables,
conduit, cable tray, and raceways, etc.) shall be properly fire stopped as specified in p and q.
14
LAREDO INDEPENDENT SCHOOL DISTRICT
RFP #20-010 Districtwide Physical Security IP Based Video Surveillance System
s. Bidders are required to assess and include the necessary equipment enclosures required to support the
network equipment, and cabling in all IDF and MDF as part of the cabling system cost. Vendors are to
provide specifications of the different standardized units that will be used (either wall mount, or Vertical Rack
enclosures) with their responses.
t. Ground Bus Bars must be provided by the Contractor. Ground Bus Bars shall be constructed of copper.
Ground Bus Bars shall be provided with wall mounting brackets for mounting directly to plywood backboards
unless otherwise directed by the Assistant Superintendent for Technology Services or designee. Vendor is
required to provide all hardware inclusive of all required lugs.
u. All MDF/IDF Cabinets must be properly grounded in accordance with ANSI-J-STD-607-A.
v. The Proposer is required to provide and install isolated ground bus bars and a grounding path to the
existing grounding system, for all IDF locations. If there is an existing ground bus (i.e. Computer-grade
panel), it may be utilized.
w. All cable trays shall be bonded and grounded as per NEC 318-7.
x. All grounding shall meet the requirements of the NEC and additionally, grounding bonding shall
conform with ANSI/TIA/EIA-607, ANSI/TIA-942 and the Emerald book and the above mentioned
specifications.
4.2 Vendor will provide Category 6A 10 Gig Plenum cables from designated MDF or IDF to each area as
described in section 2, and in accordance with the counts supplied in section 2.
a. Adequate patch panel ports are to be supplied in MDF to accommodate the number of WAO’s in this RFP.
b. All Patch Panels must be of modular design.
c. Panels are to be 24 or 48 ports only. 96 port panels will not be accepted.
d. Vendor must offer 6A Inserts in a variety of colors to be determined at time of implementation.
e. Patch cables must be thin (28awg) with final colors and counts to be determined at the time of
implementation.
f. All MDF/ IDF Drops will be rack mounted with appropriate wire management and cable management
systems.
g. One patch cable on the Work Area Outlet and one patch cable on the MDF or IDF is to be supplied per
port at the appropriate distances as determined at the time of implementation.
h. Five (5) meters slack is to be provided at each installed work area outlet.
4.3 Cable Identification, Testing and Documentation
a. Each cable shall be labeled on both ends.
b. Each identifier shall be unique and conform to the TIA/EIA-606 standard.
c. Components shall be marked where they are administrated (label at all punch down points, panels,
blocks, outlets, etc.).
d. Moves, adds or changes: all labels, records, and reports shall be updated.
e. All pathways labeled (conduit, trays, etc.).
f. All dedicated telecommunications grounding bus bars shall be labeled.
g. Cross-connect fields shall be labeled according to ANSI/TIA/EIA 606.
h. Contractor shall supply final As-Build drawings to the Laredo Independent School District to cutover.
These drawings shall show details of each WAO, IDF locations and cable routings. All drawings are to be
saved electronically in AutoCAD format.
i. Test documentation shall be provided in three-ring binder(s) within three weeks after the completion of
the project. The binder(s) shall be clearly marked on the outside front cover and spine with the words “Test
Results”, the project name, and the date of completion (month and year).
15
LAREDO INDEPENDENT SCHOOL DISTRICT
RFP #20-010 Districtwide Physical Security IP Based Video Surveillance System
j. Testing of all installed “Basic Links” shall be performed using a Level II hand held tester and
performed to the latest revision of TIA/EIA TSB-67 and TSB95. All reports shall be recorded and
presented to the end user before acceptance
k. Testing of cabling shall be performed prior to system cut-over, 100 percent of the UTP horizontal and
riser pairs shall be tested for opens, shorts, polarity reversals, transposition and presence of AC voltage.
UTP voice, data and building control device horizontal wiring pairs shall be tested to TIA/EIA 568A
addendum 1, 2, 5 and TSB-67 and TSB-95 from the information outlet to the TC and from the TC to the
information outlet. In addition, all assigned circuits shall be tested from the information outlet/building
control device to the MDF.
l. High speed unshielded twisted pair (UTP) data cable shall be performance verified using an automated
test set. This test set shall be capable of testing for the continuity and length parameters defined above, and
provide results for the following tests: Near End Cross-Talk (NEXT), Power Sum Near End CrossTalk
(PSNEXT), Attenuation, Ambient Noise, Attenuation to CrossTalk Ratio (ACR), Line Mapping Cable
Length Return Loss, Equal Level Far-End CrossTalk (ELFEXT), Power Sum Equal Level Far-End
CrossTalk (PSELFEXT), and Propagation Delay Skew.
Camera Equipment with Installation and Setup *Equipment Cost. +
**Installation
Services Cost. =
Total Unit Cost with
Installation X Qty = Total Cost
Note: Only green boxes are fillable.
Camera Model*** Description Qty
a) FD9167-H Vivotek Indoor Fixed Dome Camera 2MP + = $0.00 x 750 = $0.00
b) FD9367-HTV Vivotek Outdoor Fixed Dome Camera 2MP + = $0.00 x 550 = $0.00
c) FE9182-H Vivotek Indoor 360 degree Fisheye Camera 5MP + = $0.00 x 200 = $0.00
d) FE9382-EHV Viotek Outdoor 360 degree Fisheye Camera 5MP + = $0.00 x 200 = $0.00
e) CC8370-HV Vivotek 180 degree Panoramic Camera 3MP + = $0.00 x 300 = $0.00
f) MA9321-EHTV Vivotek Multi-Sensor Camera, 4x5MP sensors for 20MP total + = $0.00 x 250 = $0.00
g) IB9365-HT Vivotek Outdoor Long Range Camera 2MP + = $0.00 x 100 = $0.00
Cabling Drops
h) Cabling
Cabling drops to support camera installation as needed throughout
contract period as per specifications in section 2.2 of the RFP x 2350 = $0.00
Video Management Systems with Installation and Setup
i) Servers
Servers Priced on a per unit Basis inclusive of all licensing and
storage as specified in section 2.3 of the RFP + = $0.00 x 10 = $0.00
Grand Total $0.00
v1.2
*Where applicable, the RFP contains Vendor Specific Part Numbers. The District will consider bids for equivalent units in accordance to the requirements set forth
in the RFP section 3.22
**Respondents are required to to provide turn-key pricing on a per unit basis inclusive of all the services specified in the RFP section III , part 2.1,2.2,2.3,2.4
*** Camera equipment cost should include 60 months of Hardware Replacement, and standard mounting hardware
Laredo Independent School District
Districtwide Physical Security IP Based Video Surveillance System
RFP #20-010
5.1- Summary Pricing
Vendors must use Price Worksheet 5.1 in
the Excel format provided. Handwritten
price worksheets will not be accepted.
16
17
LAREDO INDEPENDENT SCHOOL DISTRICT
RFP #20-010 Districtwide Physical Security IP Based Video Surveillance System
Request for Proposal (RFP) Submittal Instructions
Vendors will be required to submit one (1) original of their Proposal statement with the following tabs included:
Tab I.
A. Vendor must submit a printed and signed copy of section 3 in its entirety with related attachments to include:
● Complete set of contracts
● State of Texas Physical Security License
● List of staff with certifications
● Distance and location of engineers
● Comparative documentation for substitute equipment
● Draft Statement of Work
● Off-site storage, asset tagging and staging of equipment preparedness
● 5% Bid Bond or Cashier’s Check
● Manpower availability
● 5 references within the last 5 years
● Specification sheets on cabling material
● VMS System information
B. Vendor must fill in Pricing Sheet 5.1 on page 16 of this proposal.
Tab II. Required Documents
A. Vendor must enclose Submittal Checklist Form on page 18 of this RFP.
Insurance Requirement: No later than 10 business days after contract award, vendor must submit an insurance
certificate in accordance with #15 of the General Conditions of this RFP.
Estimated Time Schedule:
a. 1st advertisement April 4, 2020;
b. 2nd advertisement April 5, 2020;
c. RFP Questions deadline is April 13, 2020 at noon (Central Standard Time);
d. RFP deadline is April 20, 2020 @ 2:30 p.m. (Central Standard Time);
e. Evaluation committee recommendation presented at the Business and Support Services Committee Meeting on
May 7, 2020;
f. Recommendation presented for Board approval on May 14, 2020.
Other Information a. Proposals received via phone, facsimile, email or other medium will not be accepted or considered.
b. Proposals must be received and date stamped on or before the time and date stated above.
c. The District reserves the right to reject any or all Proposals received and to award a contract only upon
availability of funding.
d. This RFP is an “all or none” proposal.
18
LAREDO INDEPENDENT SCHOOL DISTRICT
1702 Houston Street, Laredo, Texas 78040
Submittal Checklist
Proposers are encouraged to complete and return this checklist and the required documents as a part
of their response submittal. Failure to return any of the required documents may subject
your proposal to disqualification. Indicate your responses under column “Proposer Use Only.”
RFP #20-010 Districtwide Physical Security IP Based Video Vendor: ______________________
Surveillance System
Item/Description
Proposer Use Only
Laredo ISD Use Only
Yes No n/a Yes No n/a
1. Is all information in Tab I included with your response?
2 Is all information in Tab II included with your response?
ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM (If applicable)
Addendum No.:_____________ Date: ____________ Addendum No.: ___________ Date: ______________
____________________________________________________ _________________________________________
Signature of Authorized Representative Date
____________________________________________________ _________________________________________
Print Name and Title Organization Name
For District Procurement Department Use Only
Vendor:______________________________________
The purpose of this preliminary evaluation is to determine whether this Proposal Statement will proceed to the next
step for consideration.
[ ] YES. Proceed for consideration Date:______________
[ ] NO Decline for Consideration Date:______________
Reason(s) for declining: ( ) Missed timeline (Date and time received: )
Other : ____________________________________________________________________________
Procurement Director Initials: ________ Date: _________
(* Director review and initials required when declined for other reasons.
Date Notice of Non Award mailed to Proposer: Buyer’s Initials:
19
IV.NEGOTIATION PROCEDURES
LISD reserves the right to negotiate all elements, which comprise the respondent’s offer, to ensure the best
possible consideration and to reject any and all responses. The final funding amount and the provision of the
contract will be determined through negotiations between LISD staff and the successful respondent. Please do
not provide any services until you receive an approved purchase order. As per our policy, LISD shall have no
obligation to pay for any services provided by you unless a purchase order is properly drawn and issued.
V. GENERAL CONDITIONS
1. DETERMINING AWARD/EVALUATION OF PROPOSAL STATEMENT
In conformance with Texas Education Code 44.031 in determining to whom to award a contract, the District
will consider:
FACTORS WEIGHTS
1. Purchase Price 55 points
2. Reputation of the vendor and of the vendor’s goods or
services. 10 points
3. Quality of the vendor’s goods or services 10 points
4. Extent to which the goods or services meet the District’s
needs 10 points
5. Vendor’s past relationship with the District 5 points
6. Impact on the ability of the District to comply with laws and
rules relating to historically underutilized businesses N/A
7. Total long-term cost to the District to acquire the vendor’s
goods or services 5 points
8. For a contract for goods and services, other than goods and
services related to telecommunications and information
services, building construction and maintenance, or
instructional materials, whether the vendor’s ultimate parent
company or majority owner:
1. Has its principal place of business in this state, or
2. Employs at least 500 persons in this state
Yes/No
Yes/No
9. Any other relevant factor(s) specifically listed in these
specifications: Customer Service 5 points
Total 100 points
Points for pricing services will be calculated as follows:
a. Lowest price bid will receive the maximum points for price.
b. All other vendors will be allotted points based on how close they are to the lowest price.
c. This process will continue until all proposals are scored for price.
Example:
lowest price/2nd lowest price X maximum points = points awarded
lowest price/3rd lowest price X maximum points = points awarded
If specific criteria are stated in the Bid specifications, those criteria will supersede the general criteria
identified in this section of the General Conditions. Consideration may also be given to any additional
information and comments if they increase the benefits to the DISTRICT. The Proposer must provide
relevant information for the items above that will enable the District to evaluate the Proposer for each
category.
20
2. SUBMISSION, MODIFICATION, AND WITHDRAWAL OF RFP
a. Submission - All Proposal Statements, whether delivered by hand or by mail, are due in
sealed envelopes endorsed with RFP #20-010 no later than April 20, 2020 at 2:30 p.m.,
central standard time, at the District’s Procurement Department located at 1702 Houston
Street, Room 101, Laredo, Texas 78040. Responses sent by overnight mail must have the
Proposal Statement number and name written on the delivery ticket. Proposal Statements
must be signed by an authorized agent of the vendors that has authority to bind the vendors
contractually. Please submit one (1) original of all required documents as listed on the
Submittal Checklist. Proposal Statements may not be faxed or e-mailed. Proposal
Statement/Bids/Proposals delivered to the LISD central mail facilities, or to LISD locations
other than 1702 Houston Street, Room 101, will not be considered “received” by the
Procurement Office until they arrive at the Procurement Office, Room 101. LISD will not
be responsible for delays in delivery resulting from need to transport Proposal
Statement/Bid/Proposals from another location or error or delay on the part of the carrier.
You are responsible for keeping a copy for your own files.
b. Modification - No response may be changed, amended, or modified, after the same has been
submitted or filed in response to this solicitation, except for obvious errors in extension.
These modifications must be made by written or electronic notice in accordance with
original submission terms.
c. Withdrawal/Resubmission - A Proposal Statement may be withdrawn and resubmitted by
written notice received by the District’s Procurement Department prior to the exact hour
and date specified on the Proposal Statement. A Proposal Statement may also be withdrawn
in person by a vendor, or an authorized representative of the vendor, provided his/her
identity is made known and he/she signs a receipt for the Proposal Statement, but only if the
withdrawal is made prior to the exact hour and date set for the receipt of Proposal
Statements. Resubmissions may be done in accordance with the original submission terms
in paragraph a. above.
d. For the purposes of this RFP the words bid, and Proposal Statement, will be used in the
same manner. They will both refer to a Request for Proposal Statements procurement
document.
3. LATE PROPOSAL STATEMENT
All bids delivered will be stamped with the date and time as proof they were received. For the purposes of
this Proposal Statement the date and time on the “AtomicTime Stamper” located at the Procurement
Department will be considered as the official time. If a quote is received after the stated date and time, it
will still be stamped, but it will be considered late and not eligible for consideration. These quotes will be
considered late and returned unopened. If a return address is not provided on the envelope, a late bid will
be opened for identification purposes only and returned to the address provided within.
4. TERMS OF CONTRACT
Unless otherwise noted, the preferred terms for which Proposal Statements are being requested is for thirty-
six (36), sixty (60), eighty-four (84) and one hundred and twenty (120) months depending on the District’s
evaluation results, or as otherwise provided in this Request for Proposal. Items are to be ordered on an “as
needed basis” over the contract period and prices are to be firm for that period. If applicable, renewed
contract price must be provided by the proposer and received by the District at least ninety (90) days prior
to renewal date and must carry a minimum twelve (12) price guarantee for each year.
5. AWARD DATE
It is anticipated that a recommendation for this bid will be submitted at the next regularly scheduled Board
of Trustees meeting taking into consideration internal timelines for submission.
6. ALL OR NONE PROPOSAL STATEMENTS
Proposers are required to submit pricing for all services/projects in this proposal. The Request for Proposal
21
shall designate whether Proposer must submit prices in accordance with “All or None” or may submit prices
in accordance with “All or Some.” If “All or None” the Proposer must submit a proposal for all aspects of
the project. If “All or Some” the Proposer may submit a proposal for only certain aspects of the project but
is not required to submit proposals for all aspects of the project. The District reserves the right to award to
more than one vendor.
7. OPENING OF PROPOSAL STATEMENT
Proposal Statements will be publicly opened at the Procurement Department immediately after Proposal
Statements are due. Proposals will be opened after 3:00 p.m. on April 20, 2020. Only the names of the
proposers will be read aloud.
8. APPLICABILITY
These conditions are applicable and form a part of the contract document and are part of the terms and
conditions of each purchase order (standard purchase terms and conditions) issued as a result of this Proposal
Statement. The selected proposer will receive a Notice of Award with a contract that must be signed by the
awarded proposer in accordance with specified timelines. If a proposer has their own contract, they are to
provide a copy of that contract for evaluation and determination by the District and its legal counsel. Any
deviations to these general conditions and/or specifications will be conspicuously noted in writing by the
Proposer and shall be included with the Proposal Statement. The successful bidder/proposer will not begin
services, or deliver product, without a purchase order signed by an authorized representative of the Laredo
Independent School District. The District will neither be responsible nor make payment for any goods
delivered or services performed without a valid purchase order.
9. RESPONDENT’S ACCEPTANCE OF EVALUATION METHODOLOGY
Submission of a Proposal Statement indicates respondent’s acceptance of the evaluation criteria and
respondent’s recognition that some subjective judgments must be made by the District during the
evaluations.
10. PROPOSAL OF PROPOSER
The District may make investigations deemed necessary to determine the Proposals and/or ability of the
proposer to perform in accordance with the bid terms and conditions specified herein. The proposer will
furnish to the District all such information as the District may request. The District reserves the right to
reject any bid if the responder fails to satisfy the District that such proposer is properly qualified to carry out
the obligations of the contract.
11. DISQUALIFICATION OF PROPOSER – Reasons that shall disqualify a Proposer(s)
Proposers shall be disqualified, and their responses not considered, for any of the following reasons:
a. Failure to submit a Proposal Statement by the required date and time
b. Failure to submit all of the required documents as specified on the Submittal Checklist
c. Failure to abide by Non-Collusion Statement as specified below
d. Any pertinent information coming to the attention of the District resulting in material legal
matters
e. Failure to submit prices in accordance with “All or Some”/ “All or None” criteria as
specified in #6, above.
12. DISQUALIFICATION OF PROPOSER - Reasons that may disqualify a Proposer(s)
Proposers may be disqualified, and their responses not considered, for any of the following reasons:
a. Reason for believing collusion exists among bidders.
b. Reasonable grounds for believing that any bidders have interest in more than one Proposal
Statement or bid wherein there may be a conflict of interest.
c. The bidder being interested in any litigation against the Board.
d. The bidder being in arrears on any existing contract or having defaulted on a previous
22
contract.
e. Failure to demonstrate competency as revealed by any required financial statement,
experience or equipment questionnaire, or omission or falsification of required Proposal
Statement submittals on this or prior procurements, etc.
f. Failure to demonstrate financial ability to fund the projects on an interim basis as revealed
by a financial statement, financial records, bank references, etc.
g. Current or uncompleted work, which, in the judgment of the District, will prevent or hinder
the timely completion of additional work, if awarded.
h. Failure to comply with applicable laws relevant to Public Works contracts.
i. Other information or circumstances, which establish reasonable grounds for belief that the
bidder or proposer is not a “responsible bidder” or “responsible proposer.”
e. The Proposer being delinquent on any property taxes due to the District.
13. MODIFICATION OR WITHDRAWAL BY SUCCESSFUL PROPOSER
Modifications or withdrawal of a bid by the successful bidder will be accepted only if the change is in the
best interest of the District and executed in writing.
14. IDENTICAL PROPOSALS
In the event of tie bids, the DISTRICT, shall select the successful proposer by the casting of lots or award
may be made to multiple vendors.
15. INSURANCE REQUIREMENTS
No later than 10 days after the contract is awarded, vendors must submit insurance certificates in accordance
with the general conditions. Proposer may be disqualified for not providing this required document(s).
Workers Compensation Insurance & Employers Liability A copy of a certificate of insurance, a certificate of authority to self-insure issued by the Texas
Department of Insurance (TDI), or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, 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
contractor’s/person's work on the project has been completed and accepted by the governmental entity.
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 contractor has undertaken to perform on the project,
regardless of whether that person contracted directly with the contractor and regardless of whether that
person has employees. This includes, without limitation, independent contractors, subcontractors, leasing
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 service related to a project.
Services do not include activities unrelated to the project, such as food/beverage vendors, office supply
deliveries, and delivery of portable toilets.
The contractor 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
401.011(44) for all employees of the contractor providing services on the project for the duration of the
project.
If the coverage period shown on the contractor's current certificate of coverage ends during the duration of
the project, the contractor must, prior to the end of the coverage period, file and submit a new certificate of
coverage with the governmental entity showing that coverage has been extended.
23
The contractor will retain all required certificates of coverage for the duration of the project and for one year
thereafter.
a. Worker’s Compensation Insurance - documentation of insurance will be required prior to
the work beginning. If applicable, the contractor shall procure and maintain during the life
of this agreement Worker’s Compensation Insurance in accordance with the Workers’
Compensation Act of the State of Texas and forwarded as evidence to the Laredo
Independent School District that it is in force.
b. The Comprehensive General Liability Insurance must include liability coverage for bodily
injury, personal injury (including employment related suits), independent contractor,
blanket contractual, product, fire, medical expense, and complete operations.
The following are the types of coverage and acceptable limits that shall be procured and maintained:
Worker’s Compensation Insurance and Employer’s Liability
Part One—Worker’s Compensation Statutory Limits
State Texas
Part Two—Employer’s Liability Annual Limits Per Insured
Bodily Injury by Accident $1,000,000 Each Accident
Bodily Injury by Disease $1,000,000 Each Employee
Bodily Injury by Disease $1,000,000 Policy Limit
Limit Notes: This policy will cover operations of the LISD project for contractors/subcontractors of
all tiers performing work in connection with project site(s).
Commercial General Liability Annual Limits of Liability
General Aggregate $2,000,000
Products/Completed Operations Aggregate $2,000,000
Personal and Advertising Injury Each
Occurrence
$1,000,000
Each Occurrence Limit $1,000,000
Medical Expense (any one person)
Professional Service Providers
Professional Liability/Errors & Omissions
Insurance
$10,000
$1,000,000 per occurrence (higher
limits may be required for larger
contract amounts
Builders’ Risk (Not Applicable to this RFP) Annual Limits of Liability Shared by all Insured
Per occurrence and specified location $50,000,000 (Per occurrence)
Deductible (To be paid by District) $5,000
All Risk Perils (Including flood and windstorm)
Laredo ISD must be added as an Additional Insurance on a primary and non-contributory basis for
Commercial Auto Liability and Commercial General Liability. A waiver of subrogation shall be granted by
all insurance companies in favor of LISD. The insurance requirements stated herein shall apply to all
subcontractors.
16. BONDS (PERFORMANCE AND PAYMENT) REQUIRED FOR THIS RFP
The contractor must provide a certificate of coverage to the District prior to being awarded the contract.
Proposer may be disqualified for not providing this required document.
24
In accordance with Government Code 2253, Public Work Performance and Payment Bonds, a governmental
entity that makes a public works contract with a prime contractor shall require the contractor, before
beginning the work, to execute to the governmental entity:
a. A performance bond if the contract is in excess of $100,000; and
b. A payment bond is required for contracts in excess of $25,000.00
A bond required by this code must be executed by a corporate surety in accordance with Section 1, Chapter
87, Acts of the 56th Legislature, Regular Session 1959 (Article 7.19-1, Vernon’s Texas Insurance Code). A
bond executed for a public work contract with the District, must be made payable to and its form must be
approved by the District. In accordance with the applicable insurance code, the successful bidder shall
submit the required bonds when a contract is made and BEFORE the contractor begins work.
17. VENDOR BID PROTEST/APPEAL
The vendor(s) should submit a written protest detailing all concerns to the Procurement Director no later
than three (3) business days after award of this RFP by the Laredo ISD Board of Trustees (the “Protest
Deadline”). Any protest must be submitted either: (a) by certified mail, return receipt requested, postmarked
by the U.S.P.S. on or prior to the Protest Deadline; or, (b) delivered by hand on or before the Protest
Deadline. The written protest must be delivered to the Procurement Office at 1702 Houston Street, Room
101, Laredo, Texas 78040. If any of the information is omitted or incomplete, the Procurement Director
will immediately notify the protester in writing. The missing information must then be submitted to the
Procurement Director in the manner set forth above on or before the deadline that is included in the notice
to the protester if the protest is to be further considered.
Upon receipt of a written protest, the Procurement Director will convene a dispute panel consisting of the
following:
a. Contract Manager of products or services.
b. Two (2) District Administrators that do not report to the Contract Manager or his/her
supervisor.
c. Assistant Superintendent of Finance and Business Services.
The panel will issue a decision in writing within ten (10) business days from the date of its receipt of the
protest. If the Assistant Superintendent of Finance and Business Services participated in the evaluation
committee or has a conflict of interest in the matter, the Superintendent will designate an alternate individual
to participate in the dispute panel. A deadline for appealing the decision will be provided in the notice. For
local vendors, a copy of the decision will be sent by certified mail, return receipt requested. The District will
also attempt to deliver the notice by hand to the address provided by the vendor. Out of town vendors will
be sent the decision only by certified mail, return receipt requested. The decision will be considered final
and conclusive unless a written appeal is delivered to the Superintendent on or before the deadline included
in the notice of the decision (the “Appeal Deadline”). The appeal must be submitted either by: (a) certified
mail, return receipt requested, postmarked by U.S.P.S. on or before the Appeal Deadline; or, (b) delivered
by hand to the District on or prior to the Appeal Deadline. The written appeal must be delivered to the
Superintendent’s Office at 1604 Houston St, Laredo, Texas 78040.
If appealed to the Superintendent, he/she may base his/her decision on documents already submitted as part
of the protest process and/or may request additional documentation. The subsequent decision made by the
Superintendent, or his/her designee, will be issued within seven (7) business days from the date of receipt,
and will be final and conclusive. For local vendors, a copy of the decision will be sent by certified mail,
return receipt requested. The District will also attempt to deliver the notice by hand to the address provided
by the vendor. Out of town vendors will be sent the decision only by certified mail, return receipt requested.
When a protest has been timely filed with the Procurement Director before award, the District will not make
an award until the appeals process is concluded. However, if the District determines that the items or
25
equipment are urgently required, and/or delayed delivery will hinder student performance/safety, and/or
failure to make prompt award will otherwise cause undue harm to the interest of the District, will grant a full
or partial award while the protest is being processed.
The timelines outlined above may be extended by the District, if needed, in its sole and absolute discretion.
Bidders must submit a written request to the District if an extension is desired, detailing the reason or reasons
for the need for such an extension. The District reserves the right to accept or reject requests for extension
of the protest period, in the District’s sole and absolute discretion.
Any notice to be given or provided in connection herewith shall be in writing and is effective when hand-
delivered, mailed by certified mail, return receipt requested, or national overnight delivery service, to District
and Bidder/Responder, at their respective addresses. In the event such notice or other communication is
effected by personal delivery, the date and hour of actual delivery shall fix the time of notice as provided
above. Notices sent by national overnight delivery service and registered or certified United States mail are
effective when deposited, postage prepaid and properly addressed, with such overnight delivery service or
the U.S.P.S. In the event of any conflict between these Protest/Appeal procedures, and any other District
protest and appeal procedures, the Protest/Appeal procedures set forth herein shall control.
Failure to strictly comply with these protest procedures will render a protest untimely and/or inadequate and
will result in rejection by the District. Compliance with these protest procedures will be a condition
precedent to commencement of litigation on the protest issues.
18. WARRANTY
Warranty conditions for all supplies and/or equipment shall be considered the manufacturer’s minimum
standard warranty, unless otherwise agreed to in writing. The District does not waive or limit any warranties,
either expressed or implied, as to any services, products or goods made the subject of this bid. Failure to
provide such information may be cause for rejection of the bid.
19. EXPRESSED WARRANTIES
Implies wear of merchantability and implied warranty of fittings for a particular purpose shall apply to all
purchases initiated by this document. The bidder shall assume all liabilities incurred within the scope of
consequential damages and incidental exposures as set forth in the Uniform Commercial Code (as adopted
in the State of Texas) which result from either delivery or use of product which does not meet specifications
within this document. The warranty conditions as stated herein will be approximate and will not be nullified,
voided or altered in any way by the inclusion of the bidder preprinted forms with this document. The
workmanship and material specified in this bid/proposal shall be fully guaranteed for a minimum period of
one year from date of delivery and/or acceptance of work, unless otherwise stated in your bid/proposal.
20. F.O.B DESTINATION
Bids/Proposal Statements must be submitted on a F.O.B. Destination basis with freight prepaid. Freight is
to be assumed by the bidder. No additional charges will be accepted. Possessions of goods will not pass to
the District until received at the District’s receiving dock and signed as received.
21. DELIVERY
Delivery personnel must provide a current, valid company picture identification card when making deliveries
to the District. Deliveries required in this Proposal Statement shall be freight prepaid F.O.B. destination and
bid price will include all freight and delivery charges. No delivery, no sale.
22. DISTRICT RESERVES THE RIGHT OF THE FOLLOWING:
a. Right of Award - The District reserves the right to award as is in its best interests and may therefore
choose items from different vendors. The District may negotiate with the top three (3) proposers. A
written Notice of Award letter will be sent to the awarded vendors(s). The District may either enter
26
into a contract with the vendors(s) or the award letter followed by a purchase order to the successful
bidder(s) may result in a binding contract without further action by either party.
b. Right to Reject Proposal Statements – The District reserves to reject any and all proposal statements,
waive all irregularities, and to choose the most advantageous price for each item.
c. Right to Hold Proposal Statements - The District reserves the right to hold Proposal Statements for
sixty (60) days before awarding the contract.
d. Right to Increase or Decrease Quantities - The quantities required are substantially correct, but the
District reserves the right to purchase additional quantities above that stated at the same unit price
unless otherwise specified by the proposer and agreed upon by the District. The District also
reserves the right to decrease quantities during the period the bid/Proposal Statement is guaranteed
to be firm. Items are to be ordered “as needed” over the estimated contract period.
e. Right to Extend Awarded Contract - The District and the vendors may mutually agree to extend the
contract on a monthly basis, or other agreed upon period, if needed.
f. Right to Amend RFP - The District reserves the right to amend the RFP prior to bid opening date.
The District may also consider and accept an alternate Proposal Statement as provided herein when
most advantageous to District.
g. Right of Negotiations – The District reserves the right to conduct discussions and negotiate final
scope and price.
23. LIST PRICE OR DISCOUNT PERCENT
For list price Proposal Statements, the price shall be fixed for the entire contract period. For discounts
percentages, the discount percent shall be applied on a fixed per-unit price. The fixed per-unit price shall be
fixed for a specified period of time, at least quarterly. The discount percentages will be for the contract
period specified. If the per-unit price will fluctuate at the quarterly intervals, proposer must disclose the
maximum increases being proposed.
24. ALTERNATE PRODUCTS AND METHODS/SUBSTITUTIONS
The showing or mentioning in these specifications of certain trade products and methods is done partly for
the purpose of establishing a standard of quality. The mentioning of trade names does not imply that the
mentioned products are the only ones that will receive approval or consideration. Please submit name of
product of each item proposed. Substitutions from the brand(s) proposed will not be accepted unless
approved in writing by the Purchasing Director. Samples of possible substitution items may be requested at
that time.
25. SAMPLES
Samples, when requested, must be furnished at no cost to the District. If not destroyed during examination,
they will be returned to the bidder/proposer upon request, at the company's expense. Each sample, when
requested, should be clearly marked with the bidder's name and item number on the bid/proposal. DO NOT
ENCLOSE IN OR ATTACH BID/PROPOSAL TO SAMPLE.
26. AVAILABILITY OF FUNDS
All awards are subject to approval upon availability of funds. In the event funds do not become available,
the contract may be terminated with a written notice.
27. SALES TAX EXEMPTION
The District qualifies for exemption of the Texas limited sales, exercise and use sales tax will not be charged
on these purchases.
28. REBATES/PROMOTION ITEMS
If a rebate is offered by the manufacturer or provider of a Proposal Statement item(s) after Proposal
Statement is awarded, the successful proposers will advise the District, and deduct the rebate from the
Proposal Statement price. If a special promotion is offered by the vendors, the vendors must clearly disclose
27
the criteria for earning the promotion. All promotions will be coordinated with the Procurement Department
directly.
29. INSPECTION OF BID ITEM(S)
The bid item(s) will be inspected upon arrival. All defects will be repaired or replaced at the expense of the
successful proposer.
30. SUBSTITUTIONS
The use of brand names and catalog numbers does not prohibit the substitution of other brands of equal or
greater quality, unless "no substitute or only" is specified in the PROPOSAL. All substitutions must meet or
exceed specifications to be acceptable. The make, model, and description of all substitutions.
31. INVOICING
Invoices must be addressed to the Accounts Payable Dept. at the above address. Payment on a properly
submitted invoice will usually be made within 30 days of receiving the completed order and original invoice.
If an invoice is not properly submitted, the District will not be responsible for late and/or finance charges.
32. TERMINATION BY DISTRICT
For Cause - The District will have the right to cancel or terminate all or part of the undelivered portion of
the order, or contract, if the contractor breaches any of the terms hereof or therein, including warranties, or
if the contractor becomes insolvent or commits acts of bankruptcy. Other factors will include service
performance.
Without Cause - The District, in accordance with this provision, may terminate the performance under this
order and contract in whole or in part. Termination hereunder will be effected by the delivery to the
contractor or a “Notice of Termination” specifying the extent to which performance of work under the order
or contract is terminated and the date upon which such termination becomes effective.
33. CERTIFICATION OF PAYMENT
Payment by the District will be made in accordance with the terms of the contract or purchase order. Once
awarded, vendor will not assign payment to other entity. No assignment of payment will be allowed.
34. UNIFORM COMMERCIAL CODE
All contracts and agreements between vendors and the District will strictly adhere to the statutes as set forth
in the Uniform Commercial Codes as last amended by the American Law Institute and the National
Conference of Commissioners on Uniform State Law.
35. PUBLIC WORKS CONTRACTS
a. The contractor will comply with all laws, rules, regulations, and ordinances of the State of Texas,
the County of Webb, and the City of Laredo relating to the employment of Labor and the
performance of public works contract, and the contractor shall comply with all requirements of the
Laredo Independent School District regulating or applying to the performance of public
improvement contracts.
b. The contractor agrees not to discriminate against any employee or applicant for employment to be
employed in the performance of this agreement, with respect to hire, tenure, terms, conditions and
privileges of employment, or a matter directly or indirectly related to employment, because of age
(except where based on a bona fide occupational Proposal) or race, color, religion, national origin,
or ancestry. The contractor further agrees that every subcontract entered into for the performance
of this agreement will contain a provision requiring non-discrimination in employment herein
specified, building upon each subcontractor. Breach of this covenant may be regarded as a material
breach of the agreement.
c. When applicable, the contractor shall procure and maintain during the life of this Workers’
28
Compensation Insurance in accordance with the Workers’ Compensation Act of the State of Texas,
adequately protecting all labor employed by the Contractor during the life of this agreement and
shall provide evidence to the Laredo Independent School District that such insurance is, in fact, in
force. All Certificates of Insurance will be forwarded to the Laredo Independent School District.
d. When applicable, the contractor will comply with OSHA safety rules and any other safety guidelines
and standards as required by the Laredo Independent School District.
36. FELONY CONVICTION NOTIFICATION
A person or business entity that enters into a contract with the District shall notify the District if the person,
or an owner or operator of the business entity, has been convicted of a felony. Such notice will include a
general description of the conduct resulting in the conviction. Failure to provide such information may result
in termination of the contract. Vendors will complete and submit the “Felony Conviction Notification”
included with this packet in the Required Forms.
37. CONFLICT OF INTEREST
No member or spouse of the board, president, superintendent, business manager or any other person holding
any position or employment under said board, will be directly or indirectly interested in a purchase, sale,
business, work or contract, the expense, price or consideration of which is paid from school funds of said
District, nor shall any such officer or employee purchase any warrants or claims against said board of
District, or any interest herein, or become surety for any person or persons having a contract or any kind of
business with said board, for the performance of which security may be required. Anyone violating this
provision will be removed from office or be discharged from services by the majority of the board. No
member of said board will vote upon any question in which such member has an interest, distinct and apart
from that of the citizens at large, and any member shall disclose such interest and refrain from voting. All
interested parties shall comply with Board Policy BBFA (LEGAL).
http://pol.tasb.org/Policy/download/1208?filename=BBFA(LEGAL).pdf.
Conflict of Interest Disclosures are found in the Vendor packet. Please refer to The Texas Ethics
Commission website at http://www.ethics.state.tx.us/ for more information.
Additionally, an employee interested in responding to this Proposal Statement shall disclose to his or her
immediate supervisor a personal financial interest, a business interest, or any other obligation or relationship
that in any way creates a potential conflict of interest with the proper discharge of assigned duties and
responsibilities or that creates a potential conflict of interest with the best interest of the District, Board
Policy DBD (LOCAL).
Nothing herein shall be construed as creating the relationship of employer or employee between the Laredo
Independent School District and the contractor/vendor or between the Laredo Independent School District
and the contractor's/vendor's employees. The contractor/vendor is an independent contractor, and nothing
contained herein shall constitute or designate the contractor/vendor or any of his employees as employees
of the Laredo Independent School District.
38. GENERAL ETHICAL STANDARDS
Gratuities - It is a breach of ethics to offer, give or agree to give any employee or former employee of a
school District, or for any employee or former employee of a school District to solicit, demand, accept or
agree to accept from another person, a gratuity or an offer of employment in connection with any decision,
approval, disapproval, recommendation, preparation of any part of a program requirement or purchase
request, influencing the content of any specification or procurement standard, rendering of advice,
investigation, auditing, or in any other advisory capacity in any proceeding or application, request for ruling,
determination, claim or controversy, or other particular matter pertaining to any program requirement or a
contract or subcontract, or to any solicitation or Proposal Statement therefore pending before this
government. Acceptance of gratuities may be construed as a criminal offense.
Kickbacks - It is a breach of ethics for any payment, gratuity or offer of employment to be made by or on
29
behalf of a subcontractor under a contract to the prime contractor or higher tier subcontractor for any contract
of a school District, or any person associated therewith, as an inducement for the award of a subcontract or
order.
The prohibition against gratuities and kickbacks prescribed above are conspicuously set forth in every
District’s contract and solicitation in accordance with the Texas Education Agency’s Financial
Accountability System Resource Guide Update 14.0.
39. NON-COLLUSION STATEMENT
The proposer affirms that he/she is duly authorized to execute a contract, that this company, corporation,
firm, partnership or individual has not prepared this Proposal Statement in collusion with any other Proposer,
and that the contents of this Proposal Statement as to prices, terms or conditions of said Proposal Statement
have not been communicated by the undersigned nor by any employee or agent to any other person engaged
in this type of business prior to the official opening of this Proposal Statement. The proposer also affirms
that they have not given, offered to give, do not intend to give at any time hereinafter any economic
opportunity, future employment, gift, loan, gratuity, specified discount, trip, favor, or service to a private
service in connection with this contract. Proposer further affirms that after the opening of this Proposal
Statement, proposer (or any representative of proposer’s company) will not discuss the contents of this
Proposal Statement with any person affiliated with District, other than the Procurement Director or its
Designee, prior to the awarding of this bid/Proposal Statement. Failure to observe this procedure will cause
the Proposal Statement to be rejected.
40. INDEMNIFICATION PROVISION
To the extent allowed by law, the written contract executed between the successful respondent and District
will contain an indemnification provision in which the successful respondent agrees to indemnify and hold
the District harmless from any and all loss, expense, cost or liability, including attorney’s fees and court
costs, arising from any claim or cause of action for loss or damage rising from or relating to respondent’s
performance of services or goods made the subject of this bid. District does not agree to indemnify the
successful respondent.
41. VENUE
It is understood and agreed by both the successful bidder and the District that exclusive and mandatory venue
for any litigation from this contract will lie in Webb County, Texas. The contractor/vendor understands and
agrees that the above general bid/proposal specifications are terms and conditions of the contract between
the Laredo Independent School District and the contractor/vendor. These general bid /proposal specifications
and terms and conditions shall control and govern in the event of any conflict with any other terms and
conditions submitted by the contractor/vendor.
42. PROPOSAL STATEMENT INTERPRETATION
No interpretation to the meaning of the “Invitation to Bid” or other documents will be given orally. Every
request will be in writing, addressed to the Procurement Director/Buyers, and must be received at least five
(5) days prior to the date fixed for the opening of the bids. Any and all such interpretations and supplemental
instructions will be in the form of written addenda to the “Invitation to Bid”, which if issued, shall be emailed
to all known prospective bidders and posted on the LISD Procurement website. Failure of any bidder to
receive any such addenda or interpretations shall not relieve such bidder from any obligation under his bid
as submitted. All addenda so issued will become part of the contract document.
43. RIGHT TO AUDIT CLAUSE
The District, upon written notice, will have the right to audit all documents relating to all projects. Records
subject to audit will include, but not limited to records which may have a bearing on matters of interest to
the District in connection with the Vendors work for the District and shall be open to inspection and subject
to audit and/or reproduction by the District’s agents or its authorized representative to the extent necessary
to adequately permit evaluation and verification of (a) Vendors compliance with contract requirements (b)
30
compliance with District procurement policies and procedures (c) compliance with provisions for computing
billings to the District and (d) any other matters related to the contract between the District and the Vendors.
Additionally, in accordance with TEC 44.031 (c) the state auditor may audit purchases of goods or services
by the District.
44. NO ARBITRATION CLAUSE
To the extent allowed by law, the written contract executed between the successful respondent and Laredo
Independent School District will contain an indemnification provision in which the successful respondent
agrees to indemnify and hold the Laredo Independent School District harmless from any and all loss,
expense, cost or liability, including attorney’s fees and court costs, arising from any claim or cause of action
for loss or damage arising from or relating to respondent’s performance of service or goods made the subject
of this bid. Laredo Independent School District does not agree to indemnify the successful respondent. There
will be no agreement for binding arbitration in any written contract between Laredo Independent School
District and Respondent relating to a dispute involving the services, products or goods made the subject of
the bid.
45. DEFINITION
The words “bids, competitive sealed Proposal Statements, quotes” and their derivatives may be used
interchangeably in these terms and conditions. These terms and conditions are applicable on all bids, request
for Proposal Statements, quotes, competitive sealed Proposal Statements, etc., to which they are attached.
46. NO LIMITATION OF LIABILITY REMEDIES OR DAMAGES
District will not contractually agree to limit in any manner either Respondent’s potential liability or District
potential remedies or damages relating to or arising from any potential dispute between the parties or relating
to the services, products or goods made the subject of this Proposal Statement.
47. OTHER INFORMATION
For additional information, contact Hector Mejia, Procurement Director, at (956) 273-1081. Failure to
respond to this bid/proposal in writing may result in your removal from our bid list. Bids/Proposals received
after the time and date specified will not be considered and will be returned to the bidder unopened.
48. CRIMINAL HISTORY AND FINGERPRINTING REQUIREMENTS
A vendor who has or will have (or subcontracts with an individual(s) who has or will have) direct contact
with students is required to provide criminal background checks for all such individuals and employees of
the vendor(s). Vendors are required to provide certification that a criminal background check has been
performed for those employees and are responsible for the cost of the criminal background check. School
contractors hired 1/1/2008 or after who meet the following criteria, must be fingerprinted as follows:
a. A contractor (entity or individual) that provides services to a school district and has direct contact
with students, must be fingerprinted before beginning work.
b. The contractor shall certify to the school district that it is compliance with the fingerprinting laws.
The school district may review the background check results for contracted employees in the DPS
FACT Clearinghouse as provided by Section 411.0845, of the Government Code.
c. Additionally, a subcontractor must certify to the school district and to the contracting entity that
the subcontractor has fingerprinted all individuals providing services to the district under the terms
of the contract.
d. The school district may request additional information from a contractor in order to verify that the
fingerprinting has been completed.
49. 1295 TEXAS ETHICS COMMISSION
a. New disclosure requirements were written into the law during the 2015 legislative session. The
new law is codified at Texas Government Code § 2252.908, which was enacted by H.B. 1295, and
requires, as of January 1, 2016, that vendors file a disclosure form electronically with the Texas
31
Ethics Commission identifying the vendor's interested parties to certain contracts with Texas
school districts. When applicable, the process must be completed prior to contract execution or
purchase order issuance.
b. Please register and complete the form for our transaction on the Texas Ethics Commission's
website. Once completed, you will need to print it out and submit it to the District. Company
must complete form using the number of the RFP, which pertains to the project your company is
submitting. The District's identification number for this contract is [RFP #20-007 Retail Electrical
Services Provider ].
c. Laredo Independent School District is identified as an "OTHER GOVERNMENTAL ENTITY",
not a state agency. Instructional videos and an FAQ about how to register and file a report is
available at https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm.
50. CERTIFICATION REGARDING TERRORIST ORGANIZATIONS (Govt. Code 2252 (SB252)
Vendor hereby certifies that it is not a company identified on the Texas Comptroller’s list of companies
known to have contracts with, or provide supplies or services to, a foreign organization designated as a
Foreign Terrorist Organization by the U.S. Secretary of State.
51. CERTIFICATION REGARDING BOYCOTTING OF ISRAEL Govt. Code 808 (HB89)
Vendor certifies and verifies that neither Vendor, nor any affiliate, subsidiary, or parent company of Vendor,
if any (the “Vendor Companies”), boycotts Israel, and Vendor agrees that Vendor and Vendor Companies
will not boycott Israel during the term of this Agreement. For purposes of this Agreement, the term “boycott”
shall mean and include terminating business activities or otherwise taking any action that is intended to
penalize, inflict economic harm on, or limit commercial relations with Israel, or with a person or entity doing
business in Israel or in an Israeli-controlled territory.
52. CTPA SOLICITATION CLAUSE
Vendor Acknowledges:
Interlocal Agreements with other School Districts through the Central Texas Purchasing Alliance
a. Membership. Laredo Independent School District is a member in good standing of the Central
Texas Purchasing Alliance (CTPA / txctpa.org), an alliance of over 40 school districts in Texas
representing over a million students, sharing information, services and contractual
opportunities. CTPA is an alliance created in accordance with Section 791.001 of the Texas
Government Code through interlocal agreements.
b. Adoption of Awarded Contracts. In support of this collaborative effort, all awards made by
Laredo Independent School District may be adopted by other active CTPA member districts. By
adopting a contract from another CTPA member district, the adopting district has met the
competitive bidding requirements established by the Texas Education Code, Section 44.031(a)(4)
and as required by the adopting district’s policies. There is no obligation on either party to
participate unless both parties agree. The goods and services provided under the contract will be
at the same or better contract pricing and purchasing terms established by the originating district.
c. Adopted Contract Management. The adopting district shall be responsible for the management of
the new contract and all payments to the contracted vendor. The originating district shall have no
responsibilities under the new contract agreement.