Tulsa Community College

Similar documents
Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

REQUEST FOR PROPOSAL Enterprise Asset Management System

REQUEST FOR QUALIFICATIONS FOR PEER REVIEW AND ON-CALL CONSULTING ENGINEER SERVICES FOR PLANNING & DEVELOPMENT

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

TERMS AND CONDITIONS OF THE INVITATION TO BID

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

SEALED BID - REQUEST FOR PROPOSALS # FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS

SECTION INSTRUCTIONS TO BIDDERS

ATTENTION ALL BIDDERS

Invitation For Bid (IFB) Bid Description: Citrix Presentation Server Enterprise Edition 1 Issued: May 22, 2008 THE CITY OF TULSA, OKLAHOMA

CITY OF GONZALES BANK DEPOSITORY SERVICE RFP

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

INVITATION FOR BID Annual Water Meter Purchase

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR OFFERORS

RFQ-CD Re-Bid Wildfire Underbrush Mowing. Required Submittal Packet

ATTENTION ALL BIDDERS

Sunnyside Valley Irrigation District

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

Request for Proposal. RFP # Non-Profit, Sports Photography

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

BOROUGH OF HOPATCONG REQUEST FOR PROPOSALS PROFESSIONAL SERVICES

REQUEST FOR PROPOSAL Police Department Roof System Renovation

BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA 30458

Request for Proposal 2019 Calendar Year

INVITATION TO BID INSTRUCTIONS TO BIDDERS

SAN ANTONIO WATER SYSTEM SERVICES AGREEMENT AGREEMENT FOR. THIS IS A SERVICE AGREEMENT (this Agreement ) by and between

Saddles for Sale RFSB # N

COUNTY OF OSWEGO PURCHASING DEPARTMENT

ATTENTION ALL BIDDERS

ITB-PW Concrete psi with Fiber Mesh. Required Submittals

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m.

PROFESSIONAL SERVICES CONTRACT GENERAL SERVICES BETWEEN COPPER VALLEY ELECTRIC ASSOCIATION, INC. AND

INVITATION TO BID FOR AIR FILTERS ITB NO: DMS-15/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING

City of Mexico Beach Replacement of Fire Department Roofing Shingles

SERVICE AGREEMENT XX-XXXX-XXX-XX

The Consultant selected by the IDA will perform the following services:

1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB # V

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF SERVICES-BOROUGH RISK MANAGER. ISSUE DATE: October 30, DUE DATE: December 1, 2017

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

REQUEST FOR QUALIFICATIONS (RFQ) FOR LOBBYIST SERVICES

CONTRACT AWARD. Period of Contract: August 1, 2011 through July 31, 2012 (With the option to renew for four additional 12-month periods)

ATTENTION ALL BIDDERS

Mesquite Independent School District

City of Malibu Request for Proposals (RFP) for Government Relations and Lobbying Services

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

INVITATION FOR BID Bid #1012 Ambulance Graphics

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

Mesquite Independent School District

This is NOT AN ORDER, it is an invitation for a competitive sealed proposal.

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

ITB-CD Re-Bid Term Contract for Code Enforcement Mowing and General Clean Up Services. Required Submittal Packet. Revised per Addendum 2

INVITATION TO BID INSTRUCTIONS TO BIDDERS

PROPOSAL SUBMISSION AGREEMENT

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

REQUEST FOR BID 3D PRINTER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2017-B02

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Name: Individual: Business: (mark one)

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

COUNTY OF COLE MISSOURI

Attachment C Federal Clauses & Certifications

LEGAL NOTICE - ADVERTISEMENT FOR BID

ORACLE REFERRAL AGREEMENT

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

REQUEST FOR STATEMENTS OF QUALIFICATIONS TO PROVIDE CERTAIN INFORMATION TECHNOLOGY DESIGN, HOSTING & MAINTENANCE SERVICES (RFQ # ) ISSUED BY

DISTRICT BANK DEPOSITORY SERVICES

State of Iowa, Board of Regents Standard Terms and Conditions

INVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW

GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE. between the City of and

AGREEMENT FOR COMPUTER ACCESS between. MASON COUNTY and

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

Topsfield Water Department Invitation to Bid Potassium Hydroxide June 1, 2007

AGREEMENT Agreement for the Provision of Serial Subscription Services. Made and executed this day of, 2013 by and between

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR

INSTRUCTIONS TO BIDDERS Medical Center

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid

INVITATION FOR BID Chipeta Lake Park Tree Trimming

IT Department Invitation to Bid

REQUEST FOR PROPOSALS FOR INDEPENDENT ENGINEER SERVICES FOR POST CLOSURE CARE AT ORDOT CLOSURE FACILITY PROJECT NO.: RECEIVER-RFP ADDENDUM NO.

Butte School District #1 Request for Proposal (RFP)

San Francisco Unified School District CUPCCAA PROJECT <$45K - $175K>

San Francisco Unified School District. CUPCCAA PROJECT <$45K - $175K> 2 nd FLOOR CARPET REPLACEMENT RPA OFFICES PROJECT #12016

ENTERPRISE STATE COMMUNITY COLLEGE

CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE. BID No

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1077 FOR SALE OF ABANDONED/UNCLAIMED PROPERTY

ROCHESTER-GENESEE REGIONAL TRANSPORTATION AUTHORITY BOARD OF COMMISSIONERS AGENDA ITEM COVER SHEET. Board Meeting Date: June 5, 2014

REQUEST FOR PROPOSALS For the Installation and Maintenance of a Backup and Disaster Recovery System

ASSOCIATION EXECUTIVE SECRETARY Request for Proposal. Municipal Treasurers Association of Wisconsin (MTAW)

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY BOROUGH AUDITOR

FIRST INDEMNITY OF AMERICA INSURANCE COMPANY INDEMNITY AGREEMENT

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR PURCHASE OF DISH PANS TO REDUCE INFILTRATION AND INFLOW

September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project

Request for Proposal. Physical Security Professional Review. ASIS Chapter Calgary / Southern Alberta

Transcription:

Tulsa Community College Request for Proposal For Banking Services Project #: RFP-17001-BC RFP Issue Date: October 14, 2016 Proposal Due Date/Time: October 28, 2016 2:00 PM CST Submit Proposals to: Tulsa Community College Attn: Bill Creech 6111 East Skelly Drive, Suite 506 Tulsa, OK 74135-6198

Request for Proposal RFP-17001-BC Banking Services 1) Notice: Notice is hereby given that Tulsa Community College is requesting a sealed response to this Request for Proposal (RFP) from qualified banking institutions for establishing a checking account to be used for deposit of in excess of forty million dollars ($40,000,000) with an annual average balance of twenty four million dollars ($24,000,000) of ad valorem funds, and held for monthly transfer to the State of Oklahoma. 2) Preparation of Proposals: Proposers who submit a proposal in response to this RFP are required to submit the following documents: (a) (b) Appendix A Competitive Bid Affidavit. This document must be signed and notarized, if not, the proposal will not be accepted. The person signing the proposal must have authority to submit the proposal on behalf of their firm. Appendix B Acknowledgment of Receipt of Addenda. If any addendums are issued prior to the opening date, all proposals should include a signed acknowledgement form to indicate their awareness and acceptance of revised specifications. 3) Proprietary Data: If a proposal includes any proprietary data or information that the respondent does not want disclosed to the public, such data or information must be specifically identified by the responding vendor. Proprietary information will be used by the College for the purposes of evaluating the vendor s proposal. 4) Deadline for Response: One (1) hardcopy of the response must be received by Tulsa Community College on or before 2:00 PM CST, Friday, October 28, 2016, at the following address: Tulsa Community College Purchasing Department Attn: Bill Creech 6111 E. Skelly Drive, Suite 506 Tulsa, OK 74135-6198 Responses should be sealed in an envelope or box and identified on the outside as follows: RFP-17001-BC. RFP responses must be fully executed and notarized. Fax proposals will not be accepted. Late responses will not be accepted and shall be returned to the submitting company unopened. Page 2

5) Signature and Affidavit Requirements: The RFP response must be signed by an authorized official or agent of the bidding firm and all affidavits be fully executed and/or notarized as required before the proposal can be considered. If the affidavit noted as Appendix A is not fully executed and notarized, the response will be invalid. Submission of a fully-executed Appendix B requires signature and date. 6) Point of Contact: The College s point of contact for this solicitation will be Bill Creech at phone (918) 595-7888, or email bill.creech@tulsacc.edu. All questions concerning the language of this RFP should only be addressed in writing to the College s point of contact. Account specific questions may be addressed to Mark McMullen, CFO at (918) 595-7810, or email mark.mcmullen@tulsacc.edu. 7) Awarding of Contract: After the proposals have been reviewed and evaluated, College representatives may contact company representatives. The award of the contract(s) will be subject to approval by the TCC Board of Regents. 8) College s Right to Reject and Modify: Tulsa Community College reserves the right to reject or negotiate at its sole discretion, any and all proposals resulting from this request for proposals. The College reserves the right to reject, as non-responsive, any response that does not contain the information requested in this RFP. TCC also reserves the right to waive any irregularities, errors or omissions in the RFP or responses received. TCC reserves the right to purchase any or all items bid by vendor 9) No Reimbursement: The College will not reimburse a vendor or other firm for the cost of preparing a response to the solicitation. 10) Calendar of Events: Date October 14, 2016 October 28, 2016 October 28, 2016 November 15, 2016 Activity RFP Issue Date Proposal Due Date Opening Date for Proposals Estimated Award Page 3

Section 1 Scope of Services 1.1 Overview All responses should document the specifics of the account proposed, including all fees, interest basis points, benefits, etc. 1.2 Collateral Requirements All responses should document compliance with the Oklahoma Security for Local Public Deposits Act, which requires that all deposits in financial institutions be secured by collateral securities in a restricted account at a Federal Reserve Bank which serves Oklahoma, a Federal Home Loan bank which serves Oklahoma or with another financial institution located in this state that is not owned or controlled by the same institution or holding company. The amount of collateral securities shall not be less than the amount of the deposit secured, less the amount insured. The financial institution depositing collateral securities shall deliver to the CFO of the College a power of attorney authorizing the College to transfer or liquidate the securities in the event of a default, financial failure or insolvency. The State Treasurer must approve any forms or pledge agreements securing public deposits of the College. Page 4

Section 2 General Terms and Conditions 2.0 Overview: The terms and conditions as listed below will govern in the submission and evaluation of offers and assist in the awarding of a contract. Bidders are requested to carefully review all terms and conditions before submitting a proposal. 2.1 Contract Status: The response to this RFP will be considered as an offer to contract. Final negotiations on the highest evaluated offer will be conducted to resolve any minor differences and informalities. After final negotiations, the College shall issue the award. * The College reserves the right to award as a Multiple Award Contract as defined in Attorney General Opinion No. 78-228, dated July 31, 1978. Agreements may be established with all responsive bidders meeting all Specifications and offering acceptable rates. The College reserves the right to award base proposal and options in and of their own to the lowest and best bidder(s). 2.2 Contract Modification: After award and signing of a contract, the TCC Purchasing Department must approve any and all changes/notifications in writing. 2.21 All notices, required, permitted or given pursuant to the Agreement shall be in writing and shall be considered as properly given or made when personally delivered or when received through the United States mail, first class, postage prepaid, by the party to whom notice is intended to be given. 2.22 This document and acceptance of your response thereto, will constitute the entire agreement between the parties. No waiver, modification, or amendment to this document shall be valid unless made in writing and signed by both parties. 2.23 Anything in the agreement to the contrary notwithstanding, the parties may at any time amend the terms of the Agreement by mutual written agreement. Any such agreement that will change the terms of the Agreement in any way shall be valid only if the change is made in writing and approved by mutual agreement of authorized representatives of both parties. 2.3 Contract Assignment or Sub-Contract: The resulting contract shall not be assigned, transferred, or subject in whole or in part without prior written approval of the College. 2.31 The services to be provided by the Agency are personal to the College and the agency shall not, without the College s prior written consent, assign or subcontract its rights, duties, or obligations under the agreement, in whole or in part, regardless of whether such assignment or subcontract is by Page 5

voluntary act, involuntary act, by operation of law or otherwise. Any attempted assignment not in conformity with this paragraph shall be null and void. 2.4 RFP Status and Submission Information: 2.41 RFP Acceptance/Rejection: The College reserves the right to reject any or all proposals, and is not bound to accept any offer if that offer is contrary to the best interests of the College. Proposals will be considered irregular if they show omissions, alterations of form, additions not called for, conditions, limitations, unauthorized alternate proposals, or other irregularities of any kind. Proposals considered irregular might be rejected by TCC. 2.42 Effective period of Proposal: The offers submitted must remain in effect for a period of 120 days after the closing date. 2.43 Required Signatures: All signatures must be affixed and notarized on the form provided in this RFP. 2.44 Minor Informalities: The College reserves the right to waive minor informalities in the proposal. 2.45 Withdrawal of Proposal: Offers may be withdrawn at any time prior to the closing date, but no respondent may withdraw a proposal after that date. 2.46 Proposal Acceptance Period: All offers will remain in effect for a period of 120 days following the RFP opening date in order to allow time for evaluation, approval, and issuance of the contract. All offers will remain firm for the duration of any resulting award. 2.47 Proposal Submittal: Any exceptions and/or alternates must be stated on the RFP form or an additional sheet attached to the proposal form. Failure to provide required data to allow for evaluation of the RFP or failure to complete the RFP form and accompanying documents will be grounds for rejecting the offer. 2.5 Standard Terms and Conditions: 2.51 Non-Collusion Affidavit: Oklahoma laws require each bidder submitting a competitive offer to the State of Oklahoma for goods or services to furnish a notarized sworn Statement of Non-Collusion. The affidavit is included on the signature sheet of the RFP form. 2.52 Equal Employment Opportunity Requirements: In entering into any contract resulting from this RFP, the provider agrees to comply with Equal Employment Opportunity and Affirmative Action requirements as stipulated in Executive Order 11246 and Executive Order 11375 and all subsequent amendments thereto and superseding orders. 2.53 Federal, State and Local Taxes, Licenses and Permits: The successful bidder will comply with all laws and regulations on taxes, licenses and permits. Page 6

2.54 Waiver of Rights: No delay or failure to enforce any provision of this agreement shall constitute a waiver or limitation of the College s rights under any resulting contract. 2.55 Prior Course of Dealings: The parties hereby agree that no trade usage, prior course of dealing or course of performance under other contracts shall be a part of this Agreement or shall be used in the interpretation or construction of the Agreement. 2.56 Contract Provisions: It is mutually agreed by and between the College and the Bidder that the College s acceptance of the Bidder s offer, and the issuance and acceptance through signature of a contract shall create a legally binding agreement between the parties thereto containing all specifications, terms and conditions in the RFP and the RFP form. Any exception taken by the Bidder which is not included in the contract will not be part of the legally binding agreement. Therefore, in the event of a conflict between the terms and conditions of the contract and information submitted by a bidder, the terms and conditions of this contract will govern. 2.57 Observing Laws and Regulations: The bidder shall keep fully informed of and shall faithfully observe all laws, national and state, and all ordinances and regulations affecting the rights of his employees, and he shall protect and indemnify the College, its officers, and end agents, against any claims of liability arising from or based on any violation thereof. 2.58 Venue: The parties recognize that this agreement has, at least in part, been negotiated in Oklahoma and will, at least in part, be performed in Oklahoma. The validity and enforceability of this agreement shall be governed by and construed in accordance with the laws of the State of Oklahoma. Any action arising out of or relating to this agreement or to its breach shall be brought only in the Federal or State courts sitting in Tulsa County, Oklahoma, and both parties hereby submit to the exclusive jurisdiction of such courts. Nothing contained herein shall constitute a waiver of sovereign immunity or of immunity or benefits afforded by the Eleventh Amendment to the Constitution of the United States of America. 2.59 Indemnification: Agency agrees to indemnify, defend, and hold the College, its Board of Regents, officers, members, agents, and employees harmless of and from any and all liability for all claims, demands, actions, causes of action, complaints, suits, judgments, damages, liability, loss, expenses, and costs, including attorney fees, arising out of or stemming from its performance of the Agreement. 2.6 Proposal Evaluation: 2.61 Proposal Evaluation Criteria: The evaluation of this proposal will be based on the following: 2.611 Experience and past performance of the vendor as determined by company background and reputation. Page 7

2.612 Ability to meet requirements as specified in the RFP. 2.613 Quality and advantages of the proposed solution. 2.614 Responsiveness to terms and conditions. 2.615 Price structure. 2.616 Organization and completeness of proposal. 2.617 Agency presentation (If required). 2.62 Information Required: Bidders will ensure that all information required herein be submitted with proposal. Failure to provide this information may result in rejection of the offer. 2.7 Vendor Qualifications: Vendors shall furnish Tulsa Community College copies of their current certificates of authority and license to do business in the State of Oklahoma, Tulsa County, and the City of Tulsa. Also, bidders shall furnish Tulsa Community College the most recent credit rating information available. 2.8 Sales Tax Exemption: Tulsa Community College is exempt from State Sales Tax and Federal Excise Tax and will furnish an exemption certificate upon request. All prices quoted are to be exclusive of city, state, federal and any duty or import tax. The exemption authority is Oklahoma State Tax Code, Title 68, OS 1991, Section 1356(A) and Internal Revenue Code No. 73 73 0163K. 2.9 Pricing: Pricing of hardware, software and related services should reflect any and all discounts given to public, higher education institutions. TCC is a member of Western States Contracting Alliance ( WSCA, through the State of Oklahoma Department of Central Services), the Educational and Institutional Cooperative Service, Inc. ( E&I ), U.S. Communities Government Purchasing Alliance, The Cooperative Purchasing Network ( TCPN ), and the Horizon Resource Group. Prices are to be guaranteed firm for a period of 120 days from the date of proposal opening, subject to the Tulsa Community College Board of Regents approval of order. 2.10 Tulsa Community College Policy: It is one part of the operational policy of Tulsa Community College to practice nondiscrimination in employment. Tulsa Community College also complies with Title VI of the Civil Rights Act of 1964, Executive Order 11246 as amended, Title IX of the Educational Amendments of 1972 and other appropriate federal laws and regulations. It is against the policy of the College to discriminate against or exclude from participation in benefits or activities either on the staff or in the student body, by a person on the grounds of race, color, religion, age, sex, disability, national origin, or status as a Veteran. Vendors must comply with Executive Order 11246, as amended by Order 11375 (Tab A). The requirements of the Executive Order are implemented by the Regulations of the Department of Labor (41 Code of Federal Regulations Chapter 60) Part 60-1 Obligations of Contractor and Subcontractors (Tab B). This material covers nondiscrimination against applicant or employee for employment Page 8

and it will take affirmative action to ensure that employees are treated during employment without regard to these factors. 2.11 Basis of Proposal Evaluation: The award shall be made to the vendor that is considered to be in the best interest of the College. From the total information required, determination shall be made by Tulsa Community College of the vendor s demonstrated financial, managerial and operational ability, and resources to serve the College. Only contracts from financially responsible organizations or individuals, as determined by the College, presently engaged in the business of information management and systems implementation shall be considered. 2.15 Contents of the RFP Response: Proposals should include concise, accurate information as outlined in this section. Copies of responses must be sealed and delivered as stated herein. Any questions related to contract issues should be directed in writing to Bill Creech, Director of Purchasing at bill.creech@tulsacc.edu and not to any other person at the College. Questions will be answered directly and in writing and may be included in Frequently Asked Questions. After assessing the content and complexity of the question and any related issues, the College will have the sole authority to determine whether an addendum should be issued to all potential bidders in order to maintain equity and fairness throughout the bid process. 2.16 Contract Administration: The contract shall be between Tulsa Community College and the company awarded the contract. Mark McMullen, CFO, is the representative of the College responsible for the administration of the contract. The relationship of the successful vendor to the College shall be that of independent contractor. All RFP responses shall remain firm for a minimum of 120 days from the date of the opening. In the event of any proceedings by or against either party, voluntary or involuntary, in bankruptcy or insolvency, or for the appointment of a receiver or trustees, or for the benefit of creditors of the property of the contract, the College may cancel the contract immediately. The contract shall be construed according to the laws of the State of Oklahoma and any rights, obligations or duties hereunder may not be, in whole or any part, assigned or transferred directly or indirectly by the successful vendor without the written consent of Tulsa Community College. The RFP specifications and the vendor s proposal thereto shall be incorporated into the contract, and if there are any variances or conflicts, the RFP specifications will control and determine the settlement of such variances or conflicts. 2.17 Safety: For all operations requiring the placing and movement of equipment, Contractor shall observe and exercise, and compel its employees to observe and exercise all necessary caution and discretion, so as to avoid injury to persons, damage to property of any and all kinds, and annoyance to or undue interference with the movement and activities of the students, faculty, visitors and employees of TCC. All placement, movement, activities, operation and performance of work will be done in a safe manner. 2.18 Alcohol and Narcotics: Contractor covenants and agrees that it will not bring or permit to be brought onto campus any beer, wine, or spirits; narcotic, Page 9

hallucinogenic, or dangerous drugs: or cannabis. Contractor will take disciplinary action commensurate with the circumstances against any employee who brings onto or uses on the Campus any of these substances. Page 10

Appendix A Competitive Bid Affidavit Proposal # RFP-17001-BC Banking Services Proposal Issue Date: October 14, 2016 Proposal Due Date: October 28, 2016 2:00 PM CST - P l e a s e R e a d C a r e f u l l y - Vendor is to supply Federal I.D. No. or Social Security No. on this line: Please make sure all spaces marked (X) are properly completed and/or signed. Reference: OSL Title 74 Section 85.22 This bid is invalid if not signed and notarized (X) State of ) (X) County of ) (X) oath says:, of lawful age, being first duly sworn, on 1) (s)he is the duly authorized agent of (X), the bidder submitting the competitive bid which is attached to this statement, for the purpose of certifying the facts pertaining to the existence of collusion among bidders and between bidders and state officials or employees, as well as facts pertaining to the giving of offering of things of value to government personnel in return for special consideration in the letting of any contract pursuant to the bid to which this statement is attached; 2) (s)he is fully aware of the facts and circumstances surrounding the making of the bid to which this statement is attached and has been personally and directly involved in the proceedings leading to the submission of such bid; and 3) neither the bidder nor anyone subject to the bidder s direction or control has been a party: A. to any collusion among bidders in restraint of freedom of competition by agreement to bid at a fixed price or to refrain from bidding, nor B. to any collusion with any state official or employees as to quantity, quality, or price in the prospective contract, or as to any other terms of such prospective contract, nor C. in any discussions between bidders and any state official concerning exchange of money or other thing of value for special consideration in the letting of a contract; and Page 11

Appendix A (Continued) 4) Title 74 Section 85.42: each contract entered into by any person or firm with the State of Oklahoma shall include an affidavit certifying that no person who has been involved in any manner in the development of that contract while employed by the State of Oklahoma shall be employed to fulfill any of the services provided for under said contract. Company Signed (X) Signer s Printed Name and Title Address City State Zip Phone ( ) Fax ( ) Email Subscribed & sworn before me on this day of, 2015. (X) My commission expires Notary Public (or Clerk or Judge) Page 12

A p p e n d i x B A c k n o w l e d g m e n t o f R e c e i p t o f A d d e n d a Proposal # RFP-17001-BC Banking Services Proposal Issue Date: October 14, 2016 Proposal Due Date: October 28, 2016 2:00 PM CST Addendum Number Issue Date Acknowledging Signature Addendum 1 Addendum 2 Addendum 3 Company: Printed Name & Title: SUBMISSION OF THIS EXECUTED APPENDIX WILL BE REQUIRED ONLY IN THE EVENT ANY ADDENDUM IS ISSUED FOR THIS RFP SOLICITATION. FAILURE TO ACKNOWLEDGE ADDENDA ISSUED FOR THIS RFP MAY RESULT IN REJECTION OF VENDOR S PROPOSAL. Page 13

A p p e n d i x C P r i c i n g P r o p o s a l Proposal # RFP-17001-BC Banking Services Proposal Issue Date: October 14, 2016 Proposal Due Date: October 28, 2016 2:00 PM CST The pricing provided below must include all costs associated with the service. Please provide Unit Price for the following and include any additional fees not listed: Basis points (related to interest):... $ Contract Fee:...... $ Monthly Minimum Charge:... $ Setup Fee:... $ Annual Assessment/Compliance Fee:... $ Monthly Service Fee:...$ Per Transaction Fee:...$ (list separately if there is a dollar and % transaction charge):... $ Terminal Fee per month or year:... $ Chargeback Fee:...$ Batch Settlement Fee:...$ Other Fees (describe) :... $ Unit Cost of Proposed Equipment (If necessary):... $ I certify that the certifications required by this solicitation are attached hereto, completed, and signed by an authorized official of the company. NAME OF COMPANY: ADDRESS: CITY/STATE/ZIP: TELEPHONE: AUTHORIZED SIGNATURE: DATE: Page 14