Fort Bend Independent School District (FBISD) RFP Cover Sheet

Fort Bend Independent
School District (FBISD)
RFP Cover Sheet
Job No.:
14-050GT
Due Date:
March 21, 2014
DUE NO LATER THAN 10:00 A.M. CST
LATE BIDS WILL NOT BE ACCEPTED
Request for Proposal (RFP) :
Exchange 2013 Migration
PLEASE NOTE
Carefully read the entire document.
Complete all forms and submit
your response with all appropriate
attachments.
Please submit your hard copy response in a
sealed envelope with Job No., description,
and marked “SEALED PROPOSAL”.
RETURN PROPOSAL PACKET TO:
Attn: Gloria Truskowski, RTSBA– Assistant Director of Materials Management
Fort Bend Independent School District
555 Julie Rivers Drive
Sugar Land, TX 77478
For additional information contact Gloria Truskowski at (281) 634-1803 or by email at
[email protected]
You must sign below in ink and all responses must be typewritten or written in ink
Company Name:
Company Address:
City, State, & Zip
Taxpayer I.D. #
Telephone #
Fax # ______________ e-mail
Print Name
Signature
Your signature attests to your offer to provide the goods and/or services in this
qualification according to the published provisions of this Job. No contract is valid until
the FBISD Board has approved the award.
RETURN THIS DOCUMENT IN BID/PROPOSAL PACKAGE
Page 1 of 21
Exchange 2013 Migration
Background
Fort Bend ISD is the seventh largest school district in the state of Texas with more than 70,000 students
enrolled. Fort Bend ISD is located in Fort Bend County Texas with its administrative offices located in the
municipality of Sugar Land, Texas.
Scope
Fort Bend Independent School District is soliciting proposals from qualified Microsoft Gold Partners for a Turn
Key Microsoft Exchange 2003 SP2 to Exchange 2013 Migration. Vendor will have extensive experience
deploying highly available Exchange Systems in enterprise environments. Vendor will be expected to follow
industry best practices while working closely with FBISD to maximize knowledge transfer. Vendor will make
sure that transition to the new messaging system is smooth without negatively impacting end users’ experience,
functionality and performance of the existing messaging environment
Further information about Fort Bend ISD can be found on the District’s website at www.fortbendisd.com.
For information regarding the proposal process, contact Gloria Truskowski of the Purchasing Department at
(281) 634-1803.
The contract period shall be for one (1) year with the option to renew for an additional 4 years beginning with
Board approval. The renewal will depend upon mutual agreement of both parties.
General Terms, Conditions and Requirements for Solicitations
This solicitation shall be governed by the following documents which are incorporated herein.
A copy may be obtained at http://www.fortbendisd.com/docs/purchasing/general-provisions-for-purchasingsolicitations-and-contracts.pdfor by contacting the Fort Bend ISD Buyer listed on the cover sheet. Any
exception to the terms and conditions must be included in the Proposer’s response.
Texas Education Code 44.031
Purchasing and Acquisition, FBISD Policy CH (Legal)
Purchasing and Acquisition, FBISD Policy CH (Local)
1. Submission of Responses
FBISD will accept proposals either by mail or hand delivery until March 21, 2014 at 10:00
AM CST. Proposals received after the opening date and time will not be accepted and will be
returned unopened.
Firms submissions should include One (1) original, five (5) copies and one (1) electronic (pdf
format on CD or flash drive) copy of the response are required for evaluation purposes.
Page 2 of 21
Submissions should be in binders with a table of contents and tabs identifying each section
listed in section “3. Instructions for Response”
Proposals should be submitted in a sealed envelope/package clearly marked “Exchange 2013
Migration RFP” with the firm's name, return address, opening date and time and be addressed
to:
Fort Bend Independent School District
PURCHASING DEPARTMENT
Attn: Gloria Truskowski
Assistant Director of Materials Management
555 Julie Rivers Drive
Sugar Land, Texas 77478
2.
TIMETABLE
Item
1
Activity
RFP starts to advertise (1st run)
Date
03/06/2014
2
RFP advertises (2nd run)
03/13/2014
3
Q&A due
03/17/2014
4
Proposals are Due at 10:00AM CST
03/21/2014
5
Presentation to the FBISD Board
May 2014
3. INSTRUCTIONS FOR RESPONSE
To respond effectively, firms should prepare a proposal outlining the qualifications and services
offered by the firm. Include all information you deem relevant to the process. Information sought
includes, but is not limited to:
3.1 GENERAL INFORMATION
• Name, business address and business phone & fax and email addresses of principle
employees.
• Primary contact within the firm and contact information.
3.2 PROFESSIONAL CREDENTIALS AND EXPERIENCE
• Describe the expertise provided by the firm's staff and list all firm staff and their resumes
and qualifications.
• Specify who will be managing our contract agreement and attach his/her resume.
Page 3 of 21
3.3 SCOPE OF SERVICES
Please respond to your firm’s ability to provide the following specific services to the District.
Fort Bend Independent School District is soliciting proposals from qualified Microsoft Gold
Partners for a Turn Key Microsoft Exchange 2003 SP2 to Exchange 2013 Migration. Vendor will
have extensive experience deploying highly available Exchange Systems in enterprise
environments. Vendor will be expected to follow industry best practices while working closely with
FBISD to maximize knowledge transfer. Vendor will make sure that transition to the new
messaging system is smooth without negatively impacting end users’ experience, functionality and
performance of the existing messaging environment
All Exchange mailboxes will reside on premise within the Exchange 2013 infrastructure located in
the FBISD Data Center. In order to future proof the on premise solution the vendor will be
responsible for building out an Exchange on line infrastructure that allows seamless movement of
user mailboxes between on premise and the cloud / cloud and on premise. Exchange On-Line
should stay available during any FBISD datacenter outages that may cause active directory to be
unavailable. Redundancy is required as Exchange is a critical application for the district and applies
to both on premise and cloud.
FBISD has a current EES agreement with Microsoft that entitles the district to move from Exchange
2003 to Exchange 2013.
Public folders are being used at several sites; a plan should be developed to migrate public folders.
If possible the Exchange 2013 environment should not use public folders.
All Legacy Email should be decommissioned at project completion; such as the current Exchange
2003 environment and any interim solutions that may be created to reach Exchange 2013.
Active Directory will be designed to allow segmentation of district accounts if required, while
ensuring security for corporate resources. A directory sync or federation will allow accounts to be
provisioned via one way sync from the On-Premise directory to the Cloud. All ADFS and password
synch services should be highly available and built for redundant operations whenever available.
Vendor should prepare and optimize the districts Active Directory for the installation of Exchange
2013 including but not limited to extending the AD schema.
The solution will provide high availability for all of the server roles deployed as part of the system
and deploy Database Availability groups to support high availability.
Base OS Build and Configurations should be performed by Vendor including but not limited to all
system updates, adding drives to the OS from SAN Storage, Joining to FBISD’s domain etc. Vendor
should utilize FBISD’s internal certificate authority for any needed local certificates and FBISD will
provide any public certificates needed for installation.
The new environment will need to support applications that leverage SMTP to send email directly to
the SMTP enabled devices for the organization. A number of applications may leverage client
Page 4 of 21
connections to the existing Exchange organization, the new environment will need to be configured
to receive these connections.
All Virus protection should be loaded and configured for optimal protection on any and all
Exchange servers that are deployed. Microsoft Best practice for securing Exchange should be
employed ensuring the maximum level of uptime. When System is turned over to FBISD all
Exchange updates should be up to date.
Vendor should configure backups to run in FBISD’s currently implemented Commvault backup
environment. Backups must be successfully running on FBISD’s current schedule and tests
performed to validate restores are possible.
The Exchange 2010/2013 design will need to support various access methods for users to access
their email: Outlook Web App, Outlook Anywhere, and Exchange ActiveSync. Fort Bend ISD
supports users who leverage heavily on Active Sync to connect to the Exchange Server from mobile
devices. It is important to factor the impact of mobility clients into the user profiles when sizing the
Exchange infrastructure. ActiveSync is deployed for mobile end points today and OWA is being
heavily utilized. FBISD will require a comprehensive OWA design that will take into account the
growth of BYOD and mobile devices. Vendor will be responsible for all firewall configurations if
OWA is to reside within the DMZ. OWA should be highly redundant as it is critical to the daily
operations of FBISD
FBISD currently utilizes Microsoft FOPE for malware and antivirus protection. Vendor should
perform any needed configurations in order to keep FOPE operational during and after Exchange
2013. Vendor will also be responsible for adding the use of FOPE for the Exchange On-Line
portion of the implementation.
Vendor should configure current Cisco Unity Connection Unified messaging system to connect to
the local Exchange 2013 Environment and any interim solution that may be put in place during the
upgrade process. Cisco Unity Connection should also be configured to provide Voice Mail services
to users that may be moved to Exchange On-Line from the on premise solution. All Voice Mail
related services should remain available except during planned outage windows.
Vendor should configure FBISD’s current FAX to E-Mail solution (Fax Press) to connect with the
local Exchange 2013 environment, Exchange on-line and any interim solution that may be put into
place. All Fax related services should remain available except during planned outage windows.
Vendor’s design should provide Server Hardware required for the on premise Exchange 2013
environment using Cisco UCS B200 M3 blade servers, Cisco UCS Chassis, Fabric Interconnect port
licenses; Cabling to connect into existing pair of 6120 interconnects. UCS blades should be
installed in existing and new chassis in order to provide redundancy in case of chassis failures.
Components inside the chassis and at the Fabric interconnect should all be redundant. Vendor will
be responsible for installation and configuration of all hardware related items. All hardware items
should include five years of maintenance and support.
Vendor’s design should provide SAN Hardware optimized for the Exchange 2013 environment
from HP, EMC or Net APP. Any SAN hardware should provide needed redundancy as Exchange is
a high priority application for FBISD. All cabling/required components for connectivity should be
Page 5 of 21
provided and allow for redundant connectivity paths. FBISD currently has a pair of Cisco MDS
9509 Fiber Channel switches that can be used for connectivity. All SAN related hardware and
software should include five years of maintenance and support. The system must be modular and
allow 5 years of organization capacity growth.
If Vendor design employs the use of virtualization VMware version 5.0 should be used in order to
comply with FBISD’s current virtual environment. Vendor will be responsible for providing a best
practice Exchange virtual design and perform all configurations related to virtualization including
but not limited to; loading bare bone servers with ESXI, implementing needed software updates,
adding hosts to existing V-Sphere infrastructure and adding all needed licensing to environment.
All VM related items should come with five years of maintenance and support.
Vendor’s design should provide all needed load balancers in order to maintain optimal performance
and redundancy for the Exchange environment. This would include both inside the firewall and in
the DMZ if OWA requires. Vendor will perform all needed configurations to load balancers as well
as any needed firewall changes. All load balancer equipment and software should come with five
years of maintenance and support.
Since Exchange 2013 is a new technology for the Fort Bend Independent School District, direct
hands on training / knowledge transfer will take place wherever and whenever possible during the
course of the engagement. Vendor should also leave FBISD with a detailed as built document and
conduct a formal knowledge transfer session.
Vendor should perform one High School site migration of users to Exchange 2010 and then again
over to Exchange 2013. Vendor should provide training in order for FBISD staff to perform the
migration of remaining users into new email environment, any scripts or tools that vendor uses for
migration should be left for FBISD’s use.
Vendor should perform a migration to Exchange online of up to 50 users of FBISD’s choice.
Vendor should provide training in order for FBISD staff to perform the migration of remaining
users into Exchange Online, any scripts or tools that vendor uses for migration should be left for
FBISD’s use.
Current FBISD Environment:
Fort Bend ISD’s existing infrastructure consists of 6 mailbox servers and 4 front end of Exchange
server 2003 SP2 Enterprise on Windows 2003 Enterprise Edition SP2. The servers are located
within a single datacenter in a single geographic region. Fort Bend ISD currently has a single
Active Directory forest with one child domain and a disjoint namespace at Windows Server 2008
level. Fort Bend ISD Exchange environment is authoritative for 2 SMTP domains.
•
•
Page 6 of 21
Public folders are being used in the current Exchange 2003 SP2 environment at several
campuses
The current deployment services approximately 10,421 mail users, with projections of 10%
growth in the near future. See breakdown of users below:
Tier2
Tier 3
Tier 1
(Administrative
users)
(Teaching
Users)
(Services &
Auxilliary
Accounts)
(Power Users)
1907
4367
3670
477
50
50
50
50
139 KB
118 KB
75 KB
139 KB
Mailbox Size Limit
5120 MB
4096 MB
250 MB
7168 MB
Mailbox quota size on
new platform
Deleted Item
Retention
365* days
365* days
14 days
365* days
*To meet Fort Bend
ISD’s 1 year all items
recoverable
requirement
Number of
Mailboxes
No. of messages
per day per
mailbox
Average message
size
•
•
•
•
•
•
•
•
•
•
Tier 4
Notes
Need to specify retention period for deleted items and deleted mailbox
FBISD uses a mixture of Outlook 2007 and 2010 for full client accesses. There is a current
desktop image project that is targeted to have the full user environment standardized on
Windows 7 and Office 2010 in the near future.
Mailbox quota limitations are implemented. (Future quota stated in table above?)
FBISD currently uses Split Brain DNS. All 8 domain controllers run the DNS service and
use Active Directory replication for updates to DNS zones and records. The 2 external
DNS servers have the same zone name but are managed outside of the internal AD forest.
Comm Vault used to backup 5.3TB of Information storage not brick/mailbox level.
PST files are used extensively saved on the network. Would like to do away with PST
going forward
FBISD uses Cisco’s Jabber for Instant Messaging.
Currently FBISD is using Symantec’s Mail Security for Exchange for Spam and antivirus
filtering for Fort Bend’s LAN traffic and FOPE (Microsoft Forefront Online Protection) on
SMTP gateway devices.
Microsoft SCOM is used to capture alerts from the Exchange servers
External Certificates is issued from Entrust, a Third Party Certificate Authority
3.4 REFERENCES
• Provide references of other school districts or education entities with which you have
worked in the last 5 years. (Preferably districts >25,000 student population) Include all
contact information.
• Provide references of government entities with which you have worked in the last 5 years.
Include all contract information.
3.5 CONTRACT SAMPLE
Page 7 of 21
•
In the event your firm requires a contract be signed in order for the District to utilize your
services, a sample copy of the contract must be submitted with your proposal.
3.6 ADDITIONAL INFORMATION
• Provide any additional optional information and comments your firm deems necessary to
clearly communicate your firm's qualifications.
3.7 COST OF SERVICES
• Please provide cost information for services provided by your firm. You may elect to offer
a menu of services or a range of “package” pricing based on the level of services you
believe would be best suited for Fort Bend ISD. Please make sure to separate the pricing
of services and hardware in your proposal.
3.8 REQUIRED DOCUMENTS
• Please sign all required documents in this RFP packet and place in this section
4. PROPOSAL EVALUATION: As required by law, the District will select the firm that represents
the best value and quality to the District, considering the factors listed below:
FACTOR
1. Cost of Product/Services
2. Reputation and references of the firm and its services.
Proposer should have a solid reputation with other ISD’s, Government or
Collegiate entities that show a high level of customer service, a high level of
quality of goods or services. References will be contacted via e-mail
3. Overall quality of the vendor’s goods and services
4. Extent to which the vendor’s goods and services meet the needs of Fort Bend
ISD.
5. Total long-term cost to the district to acquire the vendor’s goods and
services
6. The firm’s past relationship with Fort Bend ISD or other similarly sized
districts or other government entities.
7. Whether the firm’s principal place of business is in the State of Texas, or
alternatively, whether the firm employs at least 500 people in this state.
8. Ability to provide proper insurance as disclosed in this RFP
A copy of the Certificate of Liability Insurance should be in your proposal.
TOTAL
WEIGHT
25 points
10 points
20 points
15 points
10 points
10 points
5 points
5 points
100 points
The Evaluation Committee will review all proposals and reserves the right to create a short list of
firms based on factors listed above. Interviews may be scheduled with short listed firms. The
district reserves the right to use the same weight factors for interviews as listed above OR adapt
new factors. If adapting new factors, such factors will be made public to the short listed firms prior
to the scheduled interviews.
Page 8 of 21
5. DISCLOSURE
Until this process is complete, no employee, agent or representative of any professional services
provider shall make available or discuss its proposal with the media in any form, electronic or printed,
or with any elected or appointed official or officer of the District, or any employee, agent or other
representative of the District unless specifically authorized to do so by the Purchasing Department.
6. SPECIAL TERMS AND CONDITIONS:
6.1.
Any prospective respondent detecting a conflict or ambiguity in this RFP should notify the
Assistant Director of Materials Management, in writing, setting forth the grounds of the
alleged conflict or ambiguity and request the issuance of a clarifying addendum by March
17, 2014. If FBISD believes that clarification is necessary and proper, a clarifying
addendum will be distributed to all prospective vendors. FBISD will not be bound by any
oral or other informal explanation of the requirements of the RFP documents.
Questions
and
answers
can
be
emailed
to
Gloria
Truskowski
[email protected] no later than March 17, 2014
6.2.
Provide detailed explanations of any exceptions the respondent has with any requirement or
term specified in this RFP and thoroughly explain any alternate service offered.
6.3.
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.
6.4.
FBISD is not responsible for any costs incurred by the firm for the preparation or
distribution of the response to this RFP, or any oral presentations required to supplement
and/or clarify a proposal that may be required by the District.
6.5.
Respondent or other authorized representatives are expected to fully inform themselves as
to all conditions, requirements, and specifications before submitting proposals. Failure to do
so will be at the respondent’s own risk.
6.6.
The contract will be governed and construed according to the laws of the State of Texas.
Any disputes or conflicts involving damages or claimed remedies shall be referred to a
court of competent jurisdiction in Fort Bend County, Texas.
6.7.
Each original proposal shall be signed by a company representative duly authorized to bind
the firm for the obligations stated herein.
7. PROPRIETARY INFORMATION:
Proprietary information, if submitted to FBISD in response to this RFP, should be identified as
such. Any information identified as proprietary will be handled in accordance with the provisions
of the Texas Open Records Public Information Act as it applies to such information.
Page 9 of 21
HUB OR MINORITY OWNED BUSINESS (Tracking purposes only)
1. Is your company owned (51% or more) by an individual or individuals designated as minority, womanowned or handicapped? YES___NO___
2. If you answered yes to question number (1), please submit a copy of the applicable certification with
your proposal document.
Fort Bend Independent School District does not currently maintain set-asides or give preference to HUB
proposals. The above information is solicited for the purpose of statistical tracking only.
The Fort Bend Independent School District’s Supplier Diversity Program ensures that the District will use its
best efforts to inform small, women-owned, and minority businesses of current and future purchasing activities.
The District encourages the participation of these businesses in purchasing of all goods and services. This
information can be found at:http://www.fortbendisd.com/departments/business-and-finance/purchasing/supplierdiversity-program
FORT BEND INDEPENDENT SCHOOL DISTRICT
Affidavit of Non-Discriminatory Employment
This company, Contractor, or Subcontractor agrees to refrain from discrimination in terms and conditions of
employment on the basis of race, color, religion, sex, or national origin, and agrees to take affirmative action as
required by Federal Statutes and rules and regulations issued pursuant thereto in order to maintain and insure
non-discriminatory employment practices.
_____________________________________
Signature
_____________________________________
Printed Name & Title
_____________________________________
Company Name
RETURN THIS DOCUMENT IN BID/PROPOSAL PACKAGE
Page 10 of 21
MWBE REGISTRATION APPLICATION
(Tracking purpose only)
Fort Bend Independent School District
Purchasing Department
555 Julie Rivers Drive
Sugar Land, TX 77478
(281) 634-1801 Fax: (281) 634-1829
Instructions: To become registered with FBISD as a certified minority and/or woman owned business enterprise
(MWBE) firm, complete this application, and attach a copy of your MWBE certificate. Mail or fax to the
Purchasing Office at the above address.
Name of Company:
Mailing Address:
City/State:
Telephone Number:
Remit to Address (if different from above):
Mailing Address:
City/State:
Federal I.D. No:
E-mail Address:
Owner’s Name:
Please  Check the Block That Applies
Business Code:
10
Sole Proprietorship
30
Corporation
MWBE Ownership:
100
African-American
300
Asian
500
Native American
Gender:
100
Male
Business Location:
100
Houston
300
Out of State (HQ)
 Houston Minority Business Council
 City of Houston
20
40
Partnership
Joint Venture
200
400
600
Hispanic
Asian Indian
White Female
200
Female
200
400
Texas
Fort Bend County
 Women’s Business Enterprise Alliance
 HUB (State of Texas) Historically Underutilized Businesses
Signature of Authorized Agent:
Title:
Date:
RETURN THIS DOCUMENT IN BID/PROPOSAL PACKAGE
Page 11 of 21
FELONY CONVICTION NOTIFICATION
State of Texas Legislative Senate Bill No. 1, Section 44.034, Notification of Criminal History, Subsection (a),
states “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 a felony”.
Subsection (b) states “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”.
This Notice is Not Required of a Publicly-Held Corporation.
I, the undersigned agent for the firm named below, certify that the information concerning notification of felony
convictions has been reviewed by me and the following information furnished is true to the best of my
knowledge.
Vendor’s Name:
Authorized Company Official’s Name (Printed):
A.
My firm is a publicly held corporation; therefore, this reporting requirement is not applicable.
Signature of Company Official:
B.
My firm is not owned or operated by anyone who has been convicted of a felony.
Signature of Company Official:
C.
My firm is owned or operated by the following individual(s) who has/have been convicted of a felony:
Name of Felon(s):
Details of Conviction(s):
Signature of Company Official:
RETURN THIS DOCUMENT IN BID/PROPOSAL PACKAGE
Page 12 of 21
CONFLICT OF INTEREST QUESTIONNAIRE
PLEASE COMPLETE AND SIGN EVEN IF NO CONFLICT EXISTS
For vendor or other person doing business with local governmental entity
FORM CIQ
This 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 Code by a person
who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and
the person meets requirements under Section 176.006(a).
OFFICE
USE
ONLY
Date Received
By law this questionnaire must be filed with the records administrator of the local governmental entity not
later than the 7th business day after the date the person becomes aware of facts that 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, Local Government Code.
An offense under this section is a Class C misdemeanor.
1
Name of person who has a business relationship with local governmental entity.
2 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.)
3 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 an employment or other
business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages 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 investment
income, 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
the direction of the local government officer named in this section AND the taxable income is not received from the
local governmental entity?
Yes
No
C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local
government 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
Name of Business/Company
RETURN THIS DOCUMENT IN BID/PROPOSAL PACKAGE
Page 13 of 21
CERTIFICATION REGARDING LOBBYING
CERTIFICATION FOR CONTRACTS, GRANTS, LOANS, AND COOPERATIVE AGREEMENTS
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 Congress, or an employee of
a Member of Congress in connection with the awarding of a Federal loan, the entering into of any
cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any
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 contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit
Standard Form-LLL, “Disclosure Form to Report Lobbying”, in accordance with its instruction.
3) The undersigned shall require that the language of this certification be included in the award documents
for all sub awards at all tiers (including subcontracts, sub grants and contracts under grants, loans, and
cooperative agreements) and that all sub recipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this certification is a
prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, US Code. 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.
__________________________________
Company
___________________________________
Authorized Representative (Print)
__________________________________
Signature
____________________________________
Date
RETURN THIS DOCUMENT IN BID/PROPOSAL PACKAGE
Page 14 of 21
VENDOR DEBARMENT STATEMENT
I have read the conditions and specifications provided in the bid document attached.
I affirm, to the best of my knowledge, the company I represent has not been debarred or suspended from
conducting business with school districts in the State of Texas. This certification is required by the
regulations implementing Executive Order 12549, Debarment and Suspension, 7 CFR Part 3017, Section
3017.510, Participants’ responsibilities. The regulations were published as Part IV of the January 30, 1989,
Federal Register (pages 4722-4733). Copies of the regulation may be obtained by contacting the
Department of Agriculture Agency with which this transaction originated.
______________________________________________________________________
NAME OF COMPANY (Please Type)
____________________________________________________________________
MAILING ADDRESS
CITY
STATE
ZIP
______________________________________________________________________
PREPARED BY (Please Type)
________________________ ___________________________________________
SIGNATURE
TITLE
____________________
TELEPHONE NUMBER
____________________________________________
FAX NUMBER
DATE
Check here if you have an address or telephone number change: Yes____ No____
RETURN THIS DOCUMENT IN BID/PROPOSAL PACKAGE
Page 15 of 21
NO RESPONSE FORM
RETURN ONLY IF YOU CHOOSE NOT TO SUBMIT A RESPONSE TO THIS SOLICITATION
RFP 14-050GT
Exchange 2013 Migration
Please Print
Whereas on the ___________ day of ____________________, 2014 (print name of company)
__________________________________________________________________________
has reviewed FBISD’s solicitation RFP No.14-050GT and elects not to submit a proposal:
State the reason(s) for not submitting a proposal:
_____________________________________________________________________________________
_____________________________________________________________________________________
______________________________________________
Street Address
______________________________________________
City, State, Zip Code
______________________________________________
Telephone/Fax Number
______________________________________________
Name of Authorized Individual
___________________________________________
Signature of Authorized Individual
Page 16 of 21
PROPOSAL SUBMISSION FORM
RFP 14-050GT
Exchange 2013 Migration
Please Print
Whereas on the _____________ day of _____________________________, 2014 (print name of company)
___________________________________________________________________________ has reviewed
RFP No.14-050GT and has responded in accordance with the terms and conditions which are incorporated
herein.
A copy may be obtained athttp://www.fortbendisd.com/docs/purchasing/general-provisions-for-purchasingsolicitations-and-contracts.pdfor by contacting the Fort Bend ISD Buyer listed on the cover sheet. Any
exception to the terms and conditions must be included in the firm’s response.
Texas Education Code 44.031
Purchasing and Acquisition, FBISD Policy CH (Legal)
Purchasing and Acquisition, FBISD Policy CH (Local):
______________________________________
_____________________________________
Street Address
City, State, Zip Code
______________________________________
_____________________________________
Telephone Number
Fax Number
______________________________________
______________________________________
Name of Authorized Individual
Signature of Authorized Individual
RETURN THIS DOCUMENT IN BID/PROPOSAL PACKAGE
Page 17 of 21
CONTRACTOR CERTIFICATION
Introduction: Texas Education Code Chapter 22 requires entities that contract with school districts
to obtain criminal history records on covered employees. Covered employees with disqualifying criminal
histories are prohibited from serving at a school district. Contractors must certify to the district that they have
complied and must obtain similar certifications from their subcontractors.
Definitions:
Covered individuals: Individual who have or will have continuing duties related to the service to be performed
and have or will have direct contact with students. The District will be the final arbiter of what constitutes direct
contact with students.
Disqualifying criminal history: (1) a conviction or other criminal history information designated by the District;
(2) a felony or misdemeanor offense that would prevent a person from obtaining certification as an educator
under Texas Education Code § 21.060, including 19 Tex. Admin. Code §249.16; or (3) one of the following
offenses, if at the time of the offense, the victim was under 18 or enrolled in a public school: (a) a felony offense
under Title 5, Texas Penal Code; (b) an offense for which a defendant is required to register as a sex offender
under Chapter 62, Texas Code of Criminal Procedure; or (c) an equivalent offense under federal law or the laws
of another state.
____
On behalf of _________________________________________________ (“Contractor”), I certify that
[check one]:
[ ] None of Contractor’s employees are covered individuals, as defined above. If this box
is checked, I further certify that Contractor has taken precautions or imposed conditions to
ensure that Contractor’s employee will not become covered individuals. Contractor will
maintain these precautions or conditions throughout the time the contracted services are
provided.
Or
[ ] Some or all of Contractor’s employees are covered individuals. If this box is checked, I
further certify that:
1. Contractor has obtained all required criminal history record information regarding its covered individuals.
None of the covered individuals has a disqualifying criminal history.
2. If Contractor receives information that a covered individual subsequently has a reported criminal history,
Contractor will immediately remove the covered individual from contract duties and notify the District in
writing within three business days.
3. Upon request, Contractor will provide the District with the name and any other requested information of
covered individuals so that the District may obtain criminal history record information on the covered
individuals.
4. If the District objects to the assignment of a covered individual on the basis of the covered individual’s
criminal history record information, Contractor agrees to discontinue using the covered individual to
provide services at the District.
Noncompliance or misrepresentation regarding this certification may be grounds for contract termination.
________________________________________
Signature
____________________________
Date
RETURN THIS DOCUMENT AS PART OF YOUR RFQ
Page 18 of 21
FORT BEND I.S.D. INSURANCE REQUIREMENTS
Contractor shall maintain insurance coverage in the amounts specified below and furnish to District. If any
work provided for or to be performed under any Specifications is sub-let (as otherwise permitted by the terms of
such Specifications), the contractor shall require the subcontractor to maintain and furnish him with satisfactory
evidence of Workers Compensation, Employer’s Liability and such other forms and amounts of insurance which
the contractor deems reasonably adequate. Certificates of Insurance on the current ACORD form shall be
issued to District showing all required insurance coverage.
Insurance Required
Limit Required
Automobile Liability insurance covering Any
$1,000,000 Combined Single Limit
Auto
Comprehensive (Commercial) General
Liability insurance including Products,
Completed Operations, Independent
Contractors, Broad Form Property Damage,
Pollution and Blanket Contractual Liability
coverage. XCU exclusions to be removed
when underground work is performed.
Professional Errors & Omissions Liability
insurance may be required from all contractors
and licensed or certified as professionals; e.g.,
engineers, architects, insurance agents,
physicians, attorneys, banks, financial
consultants, etc.
$2,000,000 Aggregate, Occurrence
and Personal Injury
$ 500,000 Fire Damage
$
5,000 Medical Payments
Per Project Aggregate
Evidence of coverage must be shown on
certificates of insurance.
Consultant on a limited basis with the district in
the area of student support and staff development;
$1,000,000
One time project limit all other consulting services;
$2,000,000 Occurrence & Aggregate minimum,
$5,000,000 Maximum Limit
$50,000 Deductible
Retroactive Date preceding date of contract must
be shown
Extended Reporting Period three years past
completion of contract
Workers Compensation insurance with limits
to comply with the requirements of the Texas
Workers' Compensation Act.
Statutory Limits
Employers Liability insurance
Umbrella or Excess Liability insurance
(excess of primary General Liability,
Automobile Liability and WC Coverage B)
$1,000,000
One time contract amount for all contracts
exceeding:
Contract
Limit
$100,000 - $2,000,000 total limit
$500,000 - $10,000,000 total limit
$1,000,000 (plus)- $25,000,000 total limit
Page 19 of 21
Limits for primary policies may differ from those shown when Umbrella or Excess Liability insurance is
provided.
Insurance Conditions
All insurance coverage shall be issued on an Occurrence basis (except Professional Liability) by companies
acceptable to District and licensed to do business in the State of Texas by the Texas Department of
Insurance. Such companies shall have a Best's Key rating of at least "A- X".
All certificates must include:
1. The location or description and the bid number, CSP number or Purchase Order number
2. A 60 day notice of cancellation of any non-renewal, cancellation or material change to any of the
policies
3. "Additional Insured" on the Property, General Liability, Automobile Liability and Umbrella (Excess)
Liability policies naming the District.
4. A "Waiver of Subrogation" clause in favor of the District will be attached to the Workers
Compensation, General Liability, Automobile Liability, Umbrella Liability and the Property insurance
policies.
5. In addition to certificates of insurance, copies of policy endorsements must be provided (a) listing the
District as Additional Insured, and (b) showing waivers of subrogation in favor of the District: CG2010,
CG2037, CG2404, CA0070, CA0032, WC0003 or their equivalents.
All insurance must be maintained for one year following substantial completion with Certificates of
Insurance provided.
Contractor shall be responsible for payment of all deductibles; the District shall approve the deductibles
selected.
If any policy has aggregate limits, a statement of claims against the aggregate limits is required.
The District reserves the right to review the insurance requirements during the effective period of any
contract to make reasonable adjustments to insurance coverage and limits when deemed reasonably prudent
by District based upon changes in statutory laws, court decisions or potential increase in exposure to loss.
Fort Bend Independent School District
555 Julie Rivers Drive
Sugar Land, TX 77479
Page 20 of 21
Map to FBISD Distribution Center
The Fort Bend ISD Distribution Center is located at 555 Julie Rivers Drive in Sugar Land. Not all mapping
services and GPS services have the location correct, but we have found Google Maps to be most accurate.
The link to the Google Maps directions to the Distribution Center is:
https://maps.google.com/maps?q=555+Julie+Rivers+Drive,+Sugar+Land,+TX&ie=UTF8&hq=&hnear=0x8640e7a9b4f0db83:0xdaaa49b5ced8406a,555+Julie+Rivers+Dr,+Sugar+Land,+TX+77478&
gl=us&daddr=555+Julie+Rivers+Dr,+Sugar+Land,+TX+77478&ei=oQguUpaPLbK2AXz8YCgCQ&ved=0CCsQwwUwAA
When traveling from Houston on HWY 59 S., take the Corporate Dr/US-90/Stafford/Sugar Land exit. Stay
right on the frontage, turn right onto Corporate Drive. At the intersection of Corporate Drive and Julie Rivers
Drive, proceed straight into Sugar Land Center. Drive all the way the back. The FBISD Distribution Center is
the last warehouse on the right and faces a railroad track.
From 90A, turn onto North over the railroad tracks onto Dairy Ashford Blvd. Take the first left onto Julie
Rivers Dr. and proceed to the 4-way stop at Corporate Drive. Make a left into Sugar Land Center and the
FBISD Distribution Center will be the last warehouse on the right facing the railroad tracks.
Page 21 of 21