32
Page 1 of 31 Flour Bluff Independent School District 2505 Waldron Road Corpus Christi, Texas 78418 Phone: 361.694.9212 www.flourbluffschools.net REQUEST FOR QUOTATIONS Flour Bluff Independent School District invites you to submit a Proposal for: RFQ #20-21-0804 DISTRICT-WIDE COPIER/MULTIFUNCTIONAL DEVICES FLEET LEASE SERVICES REFERENCE NUMBER: RFQ #20-21-0804 RESPONSE MUST BE DELIVERED BY September 22, 2021 at 10:00 a.m. central standard time (Note: without exception- Proposal must be time and date stamped by the Business Department. Timely physical delivery is at the risk of the respondent). RESPONSE MUST BE DELIVERED TO Flour Bluff Independent School District 2505 Waldron Road Corpus Christi, Texas 78418 Attention: Ludivina Cansino ESTIMATED CONTRACT PERIOD Five (5) years, beginning October 1, 2021.

REQUEST FOR QUOTATIONS - flourbluffschools.net

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1 of 31

Flour Bluff Independent School District

2505 Waldron Road Corpus Christi, Texas 78418

Phone: 361.694.9212 www.flourbluffschools.net

REQUEST FOR QUOTATIONS Flour Bluff Independent School District invites you to submit a Proposal for:

RFQ #20-21-0804 DISTRICT-WIDE COPIER/MULTIFUNCTIONAL DEVICES FLEET LEASE SERVICES

REFERENCE NUMBER: RFQ #20-21-0804

RESPONSE MUST BE DELIVERED BY September 22, 2021 at 10:00 a.m. central standard time (Note: without exception- Proposal must be time and date stamped by the Business Department. Timely physical delivery is at the risk of the respondent).

RESPONSE MUST BE DELIVERED TO Flour Bluff Independent School District 2505 Waldron Road Corpus Christi, Texas 78418 Attention: Ludivina Cansino

ESTIMATED CONTRACT PERIOD Five (5) years, beginning October 1, 2021.

Page 2 of 31

FLOUR BLUFF INDEPENDENT SCHOOL DISTRICT

RFQ #20-21-0804 DISTRICT-WIDE COPIER/MULTIFUNCTIONAL DEVICES FLEET LEASE SERVICES

A. SUBMISSION The Flour Bluff Independent School District (“FBISD” and/or the “District”) is soliciting proposals for the RFQ 20-21-0804 District-Wide Copier/Multifunctional Device Fleet Lease Services. One (1) hard copy original of the proposal, one (1) hard copy duplicate of the proposal, and one (1) USB drive of the proposal must be submitted in accordance with the instructions set out herein to:

Flour Bluff Independent School District Attn: Ludivina Cansino RFQ #20-21-0804 District-Wide Copier/Multifunctional Device Fleet Lease Services 2505 Waldron Road, Corpus Christi, Texas 78418

The District recommends you either hand deliver the RFQ response to the Business Department at the above address or have it delivered by a courier type service, such as FedEX or UPS, etc., with the recipient’s signature and documented time of delivery. NOTE: The U.S. Postal Service mail goes to our warehouse to be processed before delivery to the departments. Delivery of Proposal envelope to other Departments within the Flour Bluff ISD is not considered as delivery to the Business Department. You may mail the response in time, but it may not be received in the Business Department in a timely fashion, and therefore will be rejected. Each set of the proposal must be submitted in a binder. The original proposal must be labeled “ORIGINAL” and contain original signatures. The copies of the original must be labeled “COPY.” Response submission must be delivered in a sealed folder or container (i.e. envelope, box, or bin). If documents are submitted in an unsealed container or folder, the district is not responsible for any unsealed/unlabeled documents and materials. Each binder and any container for the binder(s) must be labeled on the outside with the Proposer’s name, address, the RFQ number and the RFQ name. Each USB drive must be labeled with the RFQ number and the vendor’s name. Proposals will be received at the above address until September 22, 2021 at 10:00 a.m., CST. Proposals will remain sealed until the due date and time to avoid disclosure to competing proposals. Contents of proposals will remain confidential during the

Page 3 of 31

negotiations period, if applicable. Only the proposal number and the identity of the Proposer(s) submitting the proposal will be made available to the public before award of the RFQ. Proposals received after the Proposal due date and time will not be considered. Questions will be answered by the date listed above and will be posted on the District website in the form of Addenda at the following web address: https://flourbluffschools.net/about-us/finance-dept/ This contract will cover a period of five (5) years, beginning October 1, 2021. The district will award this RFQ to one firm based upon the evaluation of all proposals received. Discussions or negotiations may be conducted with proposers who are deemed to be within the final competitive range, however, FBISD reserves the right to award a contract without discussions or negotiations. If discussions or negotiations are conducted, proposers will be required to submit a best and final proposal. The best and final proposal may be required as early as 24 hours after completion of negotiations. THE VENDOR SHALL NOT CONTACT ANY OTHER DISTRICT EMPLOYEE, SCHOOL BOARD MEMBER OR DISTRICT CONSULTANT DURING THIS PROPOSAL SOLICITATION, EVALUATION, AND AWARD PROCESS WITHOUT PRIOR APPROVAL OF THE DIRECTOR OF PURCHASING. FAILURE TO COMPLY WITH THE ABOVE STATEMENT WILL RESULT IN DISQUALIFICATION.

Page 4 of 31

RESPONSE REQUIREMENTS Vendors are required to provide information in their proposals in the format outlined below. One (1) hard copy original of the proposal, one (1) hard copy duplicate of the proposal, and one (1) USB drive of the proposal responses. Proposal responses must be typewritten on the company’s letterhead and placed in a three-ring binder with tabs as follows:

TAB I- Letter of Introduction and references

a. Contact name and title of the individual responsible for the company’s proposal and negotiation during this RFQ process.

b. Provide a brief corporate history and overview of the company. c. Provide manufacturer support letter stating that in the unlikely event your

servicing company is unable to provide service, the manufacturer will arrange for or provide all necessary parts and service support at the same prices quoted in the Vendor’s proposal.

d. Three (3) reference letters from clients in the education market. References should include name, address, and email information of individuals that the District may contact.

e.

TAB II- Equipment and Technical Requirements

State any product deviations to the specifications or scope of services in this RFQ. If no deviations are noted, it shall be presumed that no product deviations exist.

a. Include data sheets including specifications on all models being proposed. b. Certify that all Copiers/MFDs being proposed are fully compatible with the

District’s existing network environment as required. c. Describe mobile printing capabilities. Explain the step-by-step process that

would be used to make mobile printing available to customers with laptops and mobile devices.

d. Please state the Mobile Printing Solution brand name and version level included in the Vendor’s Pricing Schedule.

e. Indicate whether user identification codes can be set up globally for all devices or on individual devices from a remote location.

f. State whether printing and scanning, to and from a USB drive is included on any of the models being proposed.

Page 5 of 31

g. State whether two-sided one-pass scanning capability is included on any of the models being proposed.

h. State whether the scanning system for each proposed Copier is configured to support common network user authorization, authentication schemes and common directory protocols.

i. Provide a brief description of how prints and copies will be separated on the finisher, exit trays, or both, of each Copier/MFD being proposed.

TAB III- Support and Service

Section D of this RFQ provides the District’s terms and conditions applicable to this RFQ and any future agreement executed between the District and the Vendor. In this Section, please state any proposed deviations from the District’s Contract terms and conditions as set forth and any additional terms that the Vendor will require as part of any future agreement.

a. Provide detailed description of the Maintenance and Repair plan, to include information and documentation of factory-trained technicians, technicians assigned to the District, Service Calls Procedures, plan for responding to on-site maintenance and repair calls, Service Response Time.

b. Describe the way the District will be informed of preventive maintenance (PM) work that will be and has been performed on the various Copier/MFDs installed. List the preventive maintenance schedule for all copiers being proposed.

c. For each Copier/MFD proposed, the vendor shall clearly list which components or parts will be considered user-replaceable.

d. Provide examples and exhibits of the monthly billing and proactive service reporting that will be made available to the District.

e. Please indicate whether your company will provide a no-charge loaner fax machine for use per the Performance Requirements of the RFQ. Describe if loaners are New, Newly Manufactured, Rebuilt, Used, Reconditioned, or Remanufactured models.

TAB IV- The vendor shall provide a detailed, step-by-step work plan with anticipated dates for completion or installation of the fleet. It is mandatory for the awarded Vendor to perform detailed assessments of each District site prior to any installations.

a. Describe the vendor’s ability to work around campus activities without disruption of classroom activities. Describe time of day, hours the vendor proposes for installation.

b. The installation plan shall also include necessary space and electrical requirements (NEMA plug types). List the anticipated number of additional

Page 6 of 31

Vendor personnel required for Copier/MFD installation and training at the beginning of a resulting contract.

c. Describe in detail how the vendor will provide installation, training, and troubleshooting support to the District’s end-user support department.

d. Describe how the vendor will work with the District’s Technology Department and campus personnel during the initial installation and implementation process, especially should individual printing problems occur on individual campuses.

TAB V- The vendor shall complete and submit all pricing and cost in their entirety. At a minimum, vendor will complete the Price Schedule pages contained in this RFQ. a. Certify that all costs listed on the Price Schedule shall be firm for the entirety

of the term of the resulting contract. b. Flour Bluff ISD is a tax-free entity and any applicable taxes from which the

District is not exempt must be included in the quoted unit price. No additional non-copier performance enhancing charges or fees, or tax charges shall be allowed other than those listed on the pricing sheet.

c. Alternate proposals will not be accepted by the District unless the Vendor has submitted a Primary Proposal.

d. No additional costs, other than those identified on the pricing schedules, or elsewhere in the proposal, will be incurred by the District.

e. On the pricing schedule, the vendor shall provide a breakdown of the total cost basis factors, along with the associated per-impression rates, that comprise the total cost to the District. The total cost basis and per-impression cost shall include the total contract costs associated with providing Copier/MFD hardware, preventive/emergency service and supplies.

f. Include the service and supply per-impression costs to be charged to the District for all monochrome and color impressions produced on the proposed color-enabled Copier/MFDs.

g. State whether moving Copier/MFDs within the same facility will be at no charge. Also state the charge, if any, for moving equipment to another district facility. Any equipment moving charges shall not apply to the initial installation of devices.

h. List the hourly rate of trip charges for providing technical service before 8:00 a.m. and after 5:00 p.m. each business day and during weekend hours.

TAB VI- District Forms:

a. Terms and Conditions Certification b. IRS W9 Form c. Conflict of Interest (Form CIQ) d. Non-Collusion Bidding Certificate

Page 7 of 31

e. Felony Conviction Notification f. Texas Ethics Commission Form 1295 g. Certification Regarding Lobbying h. Suspension or Debarment Certificate i. Resident/Non-Resident Bidder Certification j. House Bill 89 Verification k. SB 2252

SUBMISSION OF PROPOSAL

The proposer should propose their lowest and best price on each good/service which is the subject of this RFQ. Proposal shall be submitted in strict compliance with the instructions set out in this RFQ.

ESTIMATED TIME SCHEDULE

a. RFQ deadline on September 22, 2021 at 10:00 a.m. (CST) b. Recommendation presented for board approval on September 30, 2021.

B. NEGOTIATED PROCEDURES FBISD 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 FBISD staff and the successful respondent. Please do not provide any services until you receive an approved purchase order. As per our policy, FBISD shall have no obligation to pay for any services provided by you unless a purchase order is properly drawn and issued.

C. SCOPE OF SERVICES

The District is requesting a Buy Board or Purchasing Cooperative pricing quote with the following requirements:

1. All equipment submitted in this request for quotes must be new, never used equipment. No re-manufactured, re-built, rental or demo equipment will be accepted.

2. Identify the purchasing cooperative contract is used to respond to this request for quotes (Buy Board or State Purchasing Cooperative - DIR, Tia, Pac, Region 4, etc.).

3. F.O.B. Point- Delivery and installation of the equipment hereunder shall be Free on Board to the final destination at various district locations.

4. Contractor shall be responsible for unloading, unpacking, installation and setup of all copiers in the room and location specified by the specified by district.

5. Copiers furnished to the district shall provide copier of acceptable quality on the various types of paper normally used for copying purposes in a K-12 learning

Page 8 of 31

environment. In order to be acceptable, copiers must create top quality copies with consistency and reliability.

6. Each individual Copier/MFD installed and serviced under the resulting contract shall attain at least 98% monthly uptime performance. At the district’s discretion, any individual Copier/MFD not meeting the 98% uptime requirement for two (2) consecutive months shall be replaced with a copier of the same, equivalent substitute, or upgraded model.

7. Service Response Time for Copiers shall be within four (4) hours. Service response time is the number of working hours it takes the vendor’s technician to arrive on site and begin actual work on the machine.

8. It shall be the responsibility of the vendor to perform preventive maintenance for each copier installed.

9. Support terms (must include lease term, maintenance service, and supplies) 10. All copier supplies (toner, developer, fuser, oil, lubricants, staples or any other

required consumables with the except of paper) shall be provided by the contractor at no additional cost to the district.

11. Unlimited volume maintenance agreement on black and white units including all supplies except paper. This means that the copier volume is not billed per copy. Black copies must be unlimited per unit.

12. Color copy overage terms/pricing. 13. Buy-out of four (4) months of current lease at $2,131.13 per month. For a total of

$8,524.52. 14. Lease pricing shall include the ship-back of 32 machines the District currently

owns, is leasing or out of lease. 15. Proposer must be officially authorized by the manufacturer of the proposed

equipment to sell, support and service the equipment offered. 16. All copiers need to have a wired network connection. 17. All copiers will be accessible via a cloud service software. 18. Vendor shall provide preventive maintenance. 19. Vendor shall provide network infrastructure and support. 20. Vendor shall develop and provide an appropriate implementation schedule which

must be approved by Flour Bluff ISD. 21. Invoices must be billed monthly. The District agrees to pay properly documented

and submitted invoices no later than thirty (30) days after receipt. Invoices must include:

• Separate billing for each lease itemized by machine and subtotaled by site • Invoice must itemize color and black/white copies by machine • Invoice must itemize overages (if any)

22. The end-of-contract return of any equipment shall be provided by the vendor and coordinated with the District and shall be at no additional cost to the District. Subject equipment shall be removed no later than five (5) days after the receiving notification. Any issues or claims arising from either damaged or missing equipment must be submitted to the Flour Bluff ISD Business Office in writing

Page 9 of 31

within twenty (20) days after pick-up of equipment. Any claims submitted after the 20-day period will not be honored.

D. 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:

Criteria Weights The purchase price: Annual District-wide Lease Payments Additional Charges

40 points

The reputation of the vendor and of the vendor’s goods or services: Corporate background, experience, and qualifications References: Vendor must provide a minimum of 3 references

20 points

The quality of the vendor’s goods or services: Equipment and Technical Responses Quality of equipment offered Production capabilities and functionality of products proposed. Compliance with specifications and technical requirements.

15 Point

The extent to which the goods or services meet the district’s needs: Support or service response Assessment, work plan, installation and implementation plan

15 Points

The vendor’s past relationship with the district Past relationship with FBISD Past relations with other Texas School Districts

10 Points

Highest Possible Score 100 Points Points for pricing will be calculated as follows: a. Lowest price proposal 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. d. The formula is: (Low proposed price/proposed price) X assigned points =

points awarded

2. SUBMISSION, MODIFICATION, AND WITHDRAWAL OF RFQ a. Submission- All Proposal Statements, whether delivered by hand or mail, are

due in sealed envelopes endorsed with RFQ #20-21-0804 no later than

Page 10 of 31

September 22, 2021 at 10:00 a.m. central time at the District’s Administration Building located at 2505 Waldron Road, Corpus Christi, Texas 78418. Responses sent by overnight mail will have Proposal Statement number and name written on the delivery ticket. Proposal statement must be signed by an authorized agent of the vendors that has authority to bind the vendor contractually. Please submit one (1) original of all required documents as listed on the Checklist. Proposal Statements may not be faxed or e-mailed. Proposal Statement/Bids/Proposals delivered to the warehouse or other FBISD locations will not be considered “received” by the Business Office until they arrive at the Business Office. FBISD will not be responsible for delays in delivery resulting from need to transport Proposal Statements/Bid/Proposals from another location or error or delay on the part of the carrier.

b. Modifications- 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. Withdrawals/Resubmission- A Proposal Statement may be withdrawn and resubmitted by written notice received by the District’s Business Office 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, 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 1 above.

d. For the purposes of this RFQ the words bid and Proposal Statement will be used in the same manner. They will both refer to a Request for Proposal Statement 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 located at the Business Office will be 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 proposals will be considered late and returned unopened. If a return address is not provided on the envelope, a late proposal will be opened for identification purposes only and returned to the address provided within.

4. TERM OF CONTRACT

Page 11 of 31

Upon satisfactory completion of the services, not to exceed 60 months from the date the contract is fully executed.

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 SOME PROPOSAL STATEMENT Proposers are not required to submit pricing for all services/projects in this proposal. 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 Business Office immediately after date and time Proposal Statements are due. Proposals will be opened at 10:30 a.m. on September 22, 2021. Only names of the proposers will be read aloud to the public.

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 proposer has their own contract, they are to provide a copy of that contract for evaluation and determination by the District legal counsel. Any deviations to these general conditions and/or specifications will be conspicuously noted in writing by the Proposer and will be included with the Proposal Statement.

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 judgements 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 respondent to perform in accordance with the bid terms and conditions specified herein. The bidder will furnish to the District all such information as the District may request. The District reserves the right to reject any bid if the bidder fails to satisfy the District that such bidder is properly qualified to carry out the obligations of the contract.

Page 12 of 31

11. DISQUALIFICATION OF PROPOSER- Reasons that will disqualify

a. Failure to submit Proposal Statement by required date and time b. Failure to submit required documents as specified on 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

12. DISQUALIFICATION OF PROPOSER- Reasons that may disqualify a. Reasons 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 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”

j. Proposer that is indebted to the school district

13. MODIFICATIONS OR WITHDRAWALS BY SUCCESSFUL PROPOSER Modifications or withdrawals 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. INSURANCE REQUIREMENTS No later than 10 days after contract is awarded, vendor must submit insurance certificate in accordance with the general conditions. Proposer may be disqualified for not providing this required document. 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 worker’s compensation insurance coverage for the person’s or entity’s employees providing services on a project is required for the duration of the project.

Page 13 of 31

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. 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 a new certificate of coverage with the governmental entity showing that coverage has been extended. The contractor will retain all required certificates of coverage for the duration of the project and for one year thereafter.

15. VENDOR BID PROTEST/APPEAL The vendors should submit a written protest detailing concerns to the Business Office. If any of the information is omitted or incomplete, the Chief Financial Officer will immediately notify the protester in writing. The missing information must then be submitted to the Business Office within two business days, if the protest is to be further considered. The Chief Financial Officer may give notice of the protest and its basis to other persons, including other bidders involved in or affected by the protest, and such other persons may be given an opportunity to submit their views and relevant information. Upon receipt of a written protest, the Chief Financial Officer will convene a dispute panel consisting of the following: a. Contract Manager of product or service. b. Two District Administrators that do not report to the Contract Manager or his

supervisor. c. Chief Financial Officer

The panel will issue a decision in writing within ten business days of receiving the protest. If the CFO 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. A copy of the decision will be mailed (by certified mail, return receipt requested) or otherwise promptly furnished to the protester and any other interested parties. The decision will be considered final and conclusive unless a written appeal is delivered to the Superintendent within three business days from receipt of the decision. 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

Page 14 of 31

additional documentation. The subsequent decision made by the Superintendent or his designee will be issued within seven business days and will be final and conclusive. When a protest has been timely filed with the Chief Financial Officer before contract award, the District will not make an award until the appeals process is concluded. However, if the District determines that the items or 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. Failure to comply with these protest procedures will render 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. The timelines outlined above may be extended by the District, if needed. Bidders must submit a written request to the District if an extension is desired. The District reserves the right to accept or reject requests for extension of the protest period.

16. WARRANTY Warranty conditions for all supplies and/or equipment will be considered 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.

17. EXPRESSED WARRANTIES

Implies wear of merchantability and implied warranty of fittings for a particular purpose will apply to all purchases initiated by this document. The bidder will 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.

18. F.O.B. DESTINATION Bids/Proposals Statements must be submitted on a F.O.B. Destination basis with freight prepaid. Freight is to be assumed by bidder. No additional charges will be

Page 15 of 31

accepted. Possessions of goods will not pass to the District until received at the District’s receiving dock.

19. DELIVERY Delivery personnel must provide a current, valid company picture identification card when making deliveries to the District. Deliveries required in this Proposal Statement will be freight prepaid F.O.B. destination and bid price will include all freight and delivery charges. No delivery, no sale.

20. DISTRICT RESERVES THE RIGHT OF THE FOLLOWING: a. Right of Award - The District reserves the right to award as is in its best interest

and may therefore chose items from different vendors. The District may negotiate with the top three proposers. A written Notice of Award letter will be sent to the awarded vendors(s). The District may either enter into a contract with the vendor(s) or the issue an award letter followed by a purchase order to the successful bidder(s) may result in a binding contract without further action by either part.

b. Right to Reject Proposal Statements - The District reserves the right 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 60 days before awarding the contract.

d. Right to Amend RFQ - The District reserves the right to amend the RFQ prior to bid opening date.

e. The District may also consider and accept an alternate Proposal Statement as provided herein when most advantageous to District.

f. Right of Negotiations – The District reserves the right to conduct discussions and negotiate final scope and price.

21. LIST PRICE OR DISCOUNT PERCENT

For list price Proposal Statements, the price will be fixed for the entire contract period.

22. 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 written notice.

23. 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.

24. TERMINATION BY DISTRICT

Page 16 of 31

For Cause- The District will have the right to cancel or default all or part of the undelivered portion of the order if the contractor breaches any of the terms hereof, 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 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 in terminated and the date upon which such termination becomes effective.

25. CERTIFICATION OF PAYMENT Payment by the District will be made in accordance with the terms of the contract and purchase order. No assignment of payment will be allowed.

26. 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.

27. FELONY CONVICTION NOTIFICATION A person or business entity that enters into a contract with the District will 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.

28. 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 an purchase, sale, business, work or contract, the expense, price or consideration of which is paid from school funds of said District, nor will 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 will disclose such interest and refrain from voting. All interested parties will comply with Board Policy BBFA (LEGAL). https://pol.tasb.org/Policy/Code/956?filter=BBFA. Conflict of Interest Disclosures

Page 17 of 31

are found in the Vendor packet. Please refer to The Texas Ethics Commission website at http://www.ethics.state.tx.us/ for more information.

29. 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 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.

30. 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

Page 18 of 31

Statement. Failure to observe this procedure will cause the Proposal Statement to be rejected.

31. 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 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.

32. VENUE It is understood and agreed by both the successful bidder and the District that venue for any litigation from this contract will lie in Nueces County, Texas.

33. 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 Chief Financial Officer and must be received at least five 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, will be emailed to all known prospective bidders and posted on the FBISD Finance website. Failure of any bidder to receive any such addenda or interpretations will not relieve such bidder from any obligation under his bid as submitted. All addenda so issued will become part of the contract document.

34. 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 will 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) 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 Vendor. Additionally, in accordance with TEC 44.031 (c) the state auditor may audit purchases of goods or services by the District.

35. NO ARBITRATION CLAUSE There will be no agreement for binding arbitration in any written contract between District and Respondent relating to a dispute involving the services, products or goods made the subject of the bid.

Page 19 of 31

36. 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.

37. 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.

38. 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 are required to provide criminal background checks for all such individuals. 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 01/01/2008 or after who meet the following criteria, must be fingerprinted: 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 to verify that the fingerprinting has been completed.

39. 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 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, sign it

Page 20 of 31

before a notary, and submit it to the District. Company must complete form using the number of the RFQ, which pertains to the project your company is submitting. The District's identification number for this contract is [RFQ #20-21-0804 Copier/Multi-Functional Device Lease]

c. Flour Bluff 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

Page 21 of 31

RFQ #20-21-0804 DISTRICT-WIDE COPIER/MULTIFUNCTIONAL DEVICES FLEET LEASE SERVICES

TERMS AND CONDITIONS CERTIFICATION

Issuance of this RFQ does not commit the District to award any Copier/Multifunctional Devices or pay any costs incurred in the preparation of a response to this request.

The District may ask respondents to send a representative for an oral interview prior to a formal selection. The District will not be liable for any costs incurred by the proposer in connection with such an interview.

The District reserves the right to waive any formality related hereto.

By submitting a response to this RFQ, each respondent agrees to waive any and all claims it has or may have against the school district and its trustees, employees and officers, including but not limited to, those arising out of or in connection with the administration, evaluation, or recommendation of any response or proposal; waiver of any requirements under this RFQ, or the Contract Documents; acceptance or rejection of any response or proposal; and award of a contract.

By my signature below, I warrant that I am authorized to sign on behalf of my organization, and that I have read, understand, and agree with all the terms of this Request for Proposals.

______________________________________________ Name of Proposer ______________________________________________ Signature of Proposer ______________________________________________ Date

Form W-9(Rev. October 2018)Department of the Treasury Internal Revenue Service

Request for Taxpayer Identification Number and Certification

Go to www.irs.gov/FormW9 for instructions and the latest information.

Give Form to the

requester. Do not

send to the IRS.

Pri

nt

or

typ

e.

See

Sp

ec

ific

In

str

uc

tio

ns o

n p

age

3.

1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank.

2 Business name/disregarded entity name, if different from above

3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the following seven boxes.

Individual/sole proprietor or single-member LLC

C Corporation S Corporation Partnership Trust/estate

Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership)

Note: Check the appropriate box in the line above for the tax classification of the single-member owner. Do not check LLC if the LLC is classified as a single-member LLC that is disregarded from the owner unless the owner of the LLC is another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single-member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner.

Other (see instructions)

4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3):

Exempt payee code (if any)

Exemption from FATCA reporting

code (if any)

(Applies to accounts maintained outside the U.S.)

5 Address (number, street, and apt. or suite no.) See instructions.

6 City, state, and ZIP code

Requester’s name and address (optional)

7 List account number(s) here (optional)

Part I Taxpayer Identification Number (TIN)

Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later.

Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter.

Social security number

– –

orEmployer identification number

Part II Certification

Under penalties of perjury, I certify that:

1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue

Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and

3. I am a U.S. citizen or other U.S. person (defined below); and

4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct.

Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later.

Sign Here

Signature of

U.S. person Date

General InstructionsSection references are to the Internal Revenue Code unless otherwise noted.

Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9.

Purpose of FormAn individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following.

• Form 1099-INT (interest earned or paid)

• Form 1099-DIV (dividends, including those from stocks or mutual funds)

• Form 1099-MISC (various types of income, prizes, awards, or gross proceeds)

• Form 1099-B (stock or mutual fund sales and certain other transactions by brokers)

• Form 1099-S (proceeds from real estate transactions)

• Form 1099-K (merchant card and third party network transactions)

• Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition)

• Form 1099-C (canceled debt)

• Form 1099-A (acquisition or abandonment of secured property)

Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN.

If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later.

Cat. No. 10231X Form W-9 (Rev. 10-2018)

Adopted 06/29/2007

FORM CIQ

OFFICE USE ONLYThis questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session.

This questionnaire is being filed in accordance with Chapter 176, Local Government Codeby a person who has a business relationship as defined by Section 176.001(1-a) with a localgovernmental entity and the person meets requirements under Section 176.006(a).

By law this questionnaire must be filed with the records administrator of the local governmentalentity not later than the 7th business day after the date the person becomes aware of factsthat require the statement to be filed. See Section 176.006, Local Government Code.

A person commits an offense if the person knowingly violates Section 176.006, LocalGovernment Code. An offense under this section is a Class C misdemeanor.

CONFLICT OF INTEREST QUESTIONNAIREFor vendor or other person doing business with local governmental entity

Check this box if you are filing an update to a previously filed questionnaire.

(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.)

Name of person who has a business relationship with local governmental entity.1

2

3

Date Received

Name of local government officer with whom filer has employment or business relationship.

Name of Officer

This section (item 3 including subparts A, B, C & D) must be completed for each officer with whom the filer has anemployment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additionalpages to this Form CIQ as necessary.

A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investmentincome, from the filer of the questionnaire?

Yes No

B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at thedirection of the local government officer named in this section AND the taxable income is not received from the localgovernmental entity?

Yes No

C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the localgovernment officer serves as an officer or director, or holds an ownership of 10 percent or more?

Yes No

D. Describe each employment or business relationship with the local government officer named in this section.

Signature of person doing business with the governmental entity Date

4

Page 24 of 31

NON-COLLUSIVE BIDDING CERTIFICATE

Vendors shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, or national origin. Bidder must certify that the company complies with Executive Order 11246, entitled “Equal Employment Opportunity,” as amended by Executive Order 11375 and as supplemented in Department of Labor Regulations.

By submission of this bid, the bidder certifies that:

1. This bid has been independently arrived at without collusion with any other bidder or with any competitor.

2. This bid has not been knowingly disclosed and will not be knowingly disclosed, prior to the opening of the bids for this project to any other bidder or potential competitor.

3. No attempt has been or will be made to induce any other person, partnership or corporation to submit or not to submit a bid.

4. The person signing this bid certified that he has bully informed himself regarding the accuracy of the statements contained in this certification, and under the penalties being applicable to the bidder as well as to the person signing in its behalf.

_______________________________________ _______________________________________ AUTHORIZED SIGNATURE NAME OF COMPANY

_______________________________________ _______________________________________ PRINTED NAME TITLE OF AUTHORIZED PERSON

_______________________________________ _______________________________________ TELEPHONE NUMBER ADDRESS

_______________________________________ _______________________________________ DATE CITY, STATE ZIP CODE

FLOUR BLUFF INDEPENDENT SCHOOL DISTRICT

FELONY CONVICTION NOTIFICATION

The Texas Education Code, Section 44.034(a) states that a person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of the felony. Furthermore, Section 44.034(b) states that a school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract. Lastly, Section 44.034 (c) states that this section does not apply to a publicly held corporation. ( ) My firm is a publicly held corporation, therefore this requirement is not applicable. ( ) My firm is not owned nor operated by anyone who has been convicted of a felony. ( ) My firm is owned or operated by the following individual(s) who has/have been convicted of a felony: Name: ___________________________________________________________________ Description of conduct resulting in a felony: _____________________________________ _________________________________________________________________________ Name: ___________________________________________________________________ Description of conduct resulting in a felony: _____________________________________ _________________________________________________________________________ Name: ___________________________________________________________________ Description of conduct resulting in a felony: _____________________________________ _________________________________________________________________________ I, the undersigned agent for the firm named below, certify that the information concerning notification of felony conviction has been received by me and that the information furnished above is true to the best of my knowledge. Vendor’s Name: _______________________________________________________________ Authorized Company Official’s Name: _____________________________________________ Authorized Company Official’s Title: ______________________________________________ _____________________________ ___________________________________ Date Signature

Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 12/22/2017

FORM 1295CERTIFICATE OF INTERESTED PARTIES

OFFICE USE ONLOFFICE USE ONLOFFICE USE ONLOFFICE USE ONLOFFICE USE ONLYYYYY

6 UNSWORN DECLARATION

My name is _______________________________________________________, and my date of birth is _______________________________.

My address is ________________________________________________, ___________________, _______, __________, ______________.

(street) (city) (state) (zip code) (country)

I declare under penalty of perjury that the foregoing is true and correct.

Executed in ___________________ County, State of ______________ , on the _______ day of _______________, 20______.

(month) (year)

Signature of authorized agent of contracting business entity(Declarant)

ADD ADDITIONAL PAGES AS NECESSARY

Name of Interested PartyNature of Interest (check applicable)City, State, Country

(place of business)Controlling Intermediary

4

Name of governmental entity or state agency that is a party to the contract forwhich the form is being filed.

2

3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services, goods, or other property to be provided under the contract.

Complete Nos. 1 - 4 and 6 if there are interested parties.Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.

1 Name of business entity filing form, and the city, state and country of the businessentity's place of business.

5Check only if there is NO Interested Party.

Must fi

le on

line a

t www.et

hics.s

tate.t

x.us/F

ile

Page 27 of 31

Submission of this certification is a prerequisite for making or entering into this transaction and is imposed by section 1352, Title 31, U.S. Code. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

The undersigned certifies, to the best of his or her knowledge and belief, that:

1. No Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with the awarding of a Federal contract, the making of a Federal grant, the making of a Federal loan, the entering into a cooperative agreement, and the extension, continuation, renewal, amendment, or modification of a Federal contract, grant, loan, or cooperative agreement.

2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with this Federal grant or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “disclosure Form to Report Lobbying,” in accordance with its instructions.

3. The undersigned shall require that the language of this certification be included in the award documents for all covered subawards exceeding $100,000 in Federal funds at all appropriate tiers and that all subrecipients shall certify and disclose accordingly.

_______________________________________ Name of Organization

_______________________________________ Address of Organization

_______________________________________ Name/Title of Submitting Official

_______________________________________ Signature

_______________________________________ Date

SUSPENSION OR DEBARMENT CERTIFICATE

Page 28 of 31

Non-Federal entities are prohibited from contracting with or making sub-awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement for goods or services equal to or in excess of $100,000.00. Contractors receiving individual awards for $100,000.00 or more and all sub-recipients must certify that the organization and its principals are not suspended or debarred.

By submitting this offer and signing this certificate, this bidder:

Certifies that no suspension or disbarment is in place which would preclude receiving a federally funded contract under the Federal OMB, A-102, common rules.

_______________________________________ _______________________________________ AUTHORIZED SIGNATURE NAME OF COMPANY

_______________________________________ _______________________________________ PRINTED NAME TITLE OF AUTHORIZED PERSON

_______________________________________ _______________________________________ TELEPHONE NUMBER ADDRESS

_______________________________________ _______________________________________ DATE CITY, STATE ZIP CODE

RESIDENT/NONRESIDENT BIDDER CERTIFICATION

Page 29 of 31

FAILURE TO COMPLETE THE FOLLOWING INFORMATION WILL RESULT IN BID DISQUALIFICATION

As defined by Texas House Bill 620, a "nonresident bidder" means a bidder whose principal place of business is not in Texas, but excludes contractor whose ultimate parent company or majority owner has its principal place of business in Texas.

Please complete either item 1 or 2 as it applies to your company along with the bottom section.

1. I certify that my company, ________________________________, is a “resident bidder.” (Company Name)

Signature____________________________________ Date: ___________________

OR

2. If you qualify as a “nonresident bidder,” you must furnish the following information.

What is your resident state? (The state your principal place of business is located)

______________________________________ _______________ ____________ City State Zip Code

______________________________________

Company Name

a. Does your “residence state” require bidders whose principal place of business is in Texas to under bid bidder who residence state is the same as yours by a prescribed amount or percentage to receive a comparable contract? “Residence state” means the state in which the principal place of business is located.

YES_____________ NO____________

ALL VENDORS MUST COMPLETE THE FOLLOWING:

I certify that the above information is correct.

____________________________________ _______________________________ Type Name Position

____________________________________ _______________________________ Signature Date

HOUSE BILL 89 VERIFICATION

Page 30 of 31

I, ______________________________________, the undersigned representative of

________________________________________ Company or Business name

(hereafter referred to as company) being an adult over the age of eighteen (18) years of age, verify that the company named-above, under the provisions of Subtitle F, Title 10, Government Code Chapter 2270:

1. Does not boycott Israel currently; and

2. Will not boycott Israel during the term of the contract the above-named Company, business or individual with the Flour Bluff Independent School District.

Pursuant to Section 2270.001, Texas Government Code: 1. “Boycott Israel” means refusing to deal with, terminating business activities with, or

otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes; and

2. “Company” means a for-profit sole proprietorship, organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or any limited liability company, including a wholly owned subsidiary, majority-owned subsidiary, parent company or affiliate of those entities or business associations that exist to make a profit.

______________________________________ _______________________ SIGNATURE OF COMPANY REPRESENTATIVE DATE

SB 252

Page 31 of 31

CHAPTER 2252 CERTIFICATION

I, ______________________________________________, the undersigned representative of ________________________________________________ (Company or business name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152 and Section 2252.153, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153.

I further certify that should the above-named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the Flour Bluff Independent School District’s Business Office.

____________________________________

Name of Company Representative (Print)

____________________________________

Signature of Company Representative

____________________________________

Date

Cam

pus

Loca

tion

Mac

hine

NIC or WirelessFax Board# of Paper TraysAuto-Doc FeederStapleHole PunchLarge Capacity Tray

Your

Rec

omm

enda

tion

(Nee

ds C

opy/

Fax/

Scan

to n

etw

ork

fold

er. S

can

to e

mai

l)Co

op C

ontr

act U

sed

Athl

etic

sO

ffice

Tosh

iba

457

XX

4X

XX

Band

Hal

lO

ffice

Tosh

iba

457

XX

4X

XX

Cent

ral O

ffice

Cur

ricul

umTo

shib

a 65

7X

X4

XX

XX

need

s to

be c

olor

Cent

ral O

ffice

Fina

nce

Tosh

iba

507

XX

4X

XX

XEC

CO

ffice

Tosh

iba

457

XX

4X

XX

ECC

Teac

h W

kRm

Tosh

iba

557

X4

XX

XX

Elem

enta

ryO

ffice

Tosh

iba

457

XX

4X

XX

Elem

enta

ryTe

ach

WkR

mR

iso

EZ22

1X

4X

XX

XEl

emen

tary

Teac

h W

kRm

Tosh

iba

657

X4

XX

XX

High

Sch

ool

Cou

nsel

orTo

shib

a 45

7X

X4

XX

X

High

Sch

ool

HSB

ack4

0 50

0/80

0Xe

rox

5955

X4

XX

XX

High

Sch

ool

Med

ia C

ente

rR

iso

EZ22

1X

4X

XX

XHi

gh S

choo

lM

edia

Cen

ter

Ris

o EZ

221

X4

XX

XX

High

Sch

ool

Med

ia C

ente

rXe

rox

5865

X4

XX

XX

High

Sch

ool

Offi

ceTo

shib

a 50

7X

X4

XX

XHi

gh S

choo

lR

egis

trar

Tosh

iba

457

XX

4X

XX

High

Sch

ool

Teac

her L

oung

eXe

rox

5865

X4

XX

XX

Inte

rmed

iate

Offi

ceTo

shib

a 45

6X

X4

XX

XIn

term

edia

teTe

ach

WkR

mR

iso

EZ22

1X

4X

XX

XIn

term

edia

teTe

ach

WkR

mXe

rox

5865

X4

XX

XX

Juni

or H

igh

Offi

ceTo

shib

a 45

6X

X4

XX

XJu

nior

Hig

hTe

ach

WkR

mR

iso

EZ22

1X

4X

XX

XJu

nior

Hig

hTe

ach

WkR

mXe

rox

5865

X4

XX

XX

Mai

nten

ance

Mai

ntTo

shib

a 45

7X

X4

XX

XNu

triti

on D

ept.

Offi

ceTo

shib

a 45

6X

X4

XX

XPr

imar

yO

ffice

Tosh

iba

457

XX

4X

XX

Prim

ary

Teac

h W

kRm

Ris

o EZ

221

X4

XX

XX

Prim

ary

Teac

h W

kRm

Xero

x 58

65X

4X

XX

XSD

GC

Offi

ceXe

rox

5955

XX

4X

XX

Spec

ial E

d.O

ffice

Tosh

iba

657

XX

4X

XX

Spec

ial E

d.R

ecor

d R

mTo

shib

a 65

7X

X4

XX

XX

High

Vol

ume

Copi

esN

ot n

eede

d

Dist

rict C

opie

rs 4

-7-2

021