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

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

Tulsa Community College

RFP # OFFICE SUPPLIES PROPOSAL OPENING DATE: July 16, 2015

Mesquite Independent School District

REQUEST FOR PROPOSAL Enterprise Asset Management System

Mesquite Independent School District

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

Non-Recourse Dealer Agreement

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

AGREEMENT OF SALE BY AND BETWEEN THE PHILADELPHIA PARKING AUTHORITY AND.

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

ATTENTION ALL BIDDERS

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

Lancaster Independent School District

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

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

Sunnyside Valley Irrigation District

ATTENTION ALL BIDDERS

CITY OF APOPKA BID NAME: SURPLUS SALE BID NUMBER: # BID DEPOSIT REQUIRED: BID CLOSING DATE: July 9, 2018 BID CLOSING TIME: 10:00 A.M.

REQUEST FOR INFORMATION First Steps Branding & Logo Laramie County Library System

COLLEGE OF THE SEQUOIAS COMMUNITY COLLEGE DISTRICT Board of Trustees Meeting June 8, 2015

SOUTHERN CALIFORNIA EDISON COMPANY ENERGY SERVICE PROVIDER SERVICE AGREEMENT

Consultant Allies Terms and Conditions

MUNICIPALITY OF NORRISTOWN REQUEST FOR PROPOSALS: To Provide Business Privilege Tax Audit Services for the Municipality of Norristown

SALE OF GRU MILLHOPPER ELECTRIC SYSTEMS CONTROL PROPERTY LOCATED AT 4322 N.W. 53 RD AVENUE, GAINESVILLE, FLORIDA

TERMS AND CONDITIONS OF THE INVITATION TO BID

CONSULTANT AGREEMENT

PROPOSAL SUBMISSION AGREEMENT

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

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

ICB System Standard Terms and Conditions

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

NOTICE TO VENDORS CONTRACT NO IB

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid

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

Saddles for Sale RFSB # N

INVITATION FOR BID Annual Water Meter Purchase

ATTENTION ALL BIDDERS

ASSOCIATION OF UNIVERSITIES FOR RESEARCH IN ASTRONOMY, INC. FIXED PRICE PROFESSIONAL SERVICES AGREEMENT NO. Recitals:

REQUEST FOR PROPOSAL Police Department Roof System Renovation

Standard Terms and Conditions for Sale of Goods

City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520)

PURCHASE CONTRACT , 2015

SAMPLE PROPERTY AND LIABILITY INSURANCE BROKER SERVICES AGREEMENT BETWEEN SPOKANE AIRPORT AND

INDEPENDENT CONTRACTOR AGREEMENT

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL/ENGINEERING SERVICES FOR SHERMAN INDEPENDENT SCHOOL DISTRICT

VERIZON SELECT SERVICES INC. Page 1 SECTION 1 - TELECOMMUNICATIONS SERVICES AGREEMENT

Pines Engineering division Ajax Tocco Magnethermic Corporation. TERMS AND CONDITIONS OF SALE

PROMIS Rapid Electronic Filing System Submitter License Agreement

GAINESVILLE COINS, LLC STORAGE AGREEMENT

STANDARD TERMS AND CONDITIONS ACKNOWLEDGEMENT DELUXE PLASTICS

Affordable Housing Program Direct Subsidy Agreement Homeownership Set-Aside Program

AGREEMENT FOR DEVELOPMENT AND TAX ABATEMENT IN REINVESTMENT ZONE NUMBER ONE (1) FOR COMMERCIAL INDUSTRIAL TAX ABATEMENT, BRAZOS COUNTY, TEXAS

ATTENTION ALL BIDDERS

TENDER AGENCY AGREEMENT

EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ]

AMENDMENT TO SHARED SERVICE CENTER COOPERATIVE OF NORTH TEXAS INTERLOCAL AGREEMENT

PCM Initialization Kit LEASE AGREEMENT

FLORIDA DEPARTMENT OF TRANSPORTATION

ECONOMIC DEVELOPMENT AGREEMENT

INVITATION TO BID INSTRUCTIONS TO BIDDERS

ARTICLES AND DESCRIPTION. specified) from the day set for submission of bids. When no bid is returned, the vendor is removed from our vendor list.

EQUIPMENT LEASE ORIGINATION AGREEMENT

CROWNCAB OWNER/OPERATOR AGREEMENT

Southwest Virginia Regional Jail Authority

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

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

CONSIGNMENT AGREEMENT The Golden Closet 7243 Coldwater Canyon Avenue North Hollywood, CA 91605

SUPPLY AGREEMENT TERMS AND CONDITIONS OF PURCHASE (INFLIGHT SERVICES) SELLER IS ADVISED TO READ THESE TERMS & CONDITIONS CAREFULLY

BUSINESS PROPOSAL FORM 1 PROPOSAL TRANSMITTAL LETTER. (To be typed on Proposer s Letterhead)

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

Purchase Agreement TERMS AND CONDITIONS PRICES PAYMENT AND PAYMENT TERMS. Bright Ideas. Better Solutions. Benchmark is Branch Automation.

SUPPLEMENTAL AGREEMENT TO PROVIDE CONSOLIDATED BILLING SERVICE FOR COMPETITIVE ENERGY SUPPLIER

Authorizing the City Manager to execute an Agreement between the City of Columbia and Passport Parking

TAX ABATEMENT AGREEMENT

2 each $ Total Bidder to specify Make/Model/Year of Mower (Z-Turn) 1 each $ Total Bidder to specify Make/Model/Year of Mower (1600 Turbo)

BOND PURCHASE CONTRACT

Request for Proposal

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

TML MultiState IEBP Executive Director EXECUTIVE SEARCH FIRM SERVICES Request for Qualifications

Region 8 TIPS Food Purchasing Cooperative General PROPOSAL DUE: MAY 13, 2014

City of Hyattsville RFP

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

Model Commercial Paper Dealer Agreement

PORTLAND STATE UNIVERSITY REQUEST FOR QUOTATIONS #21841 Avaya Telephone Sets

Town of Templeton, Massachusetts Invitation for Bids Bulk Salt/Rock Salt

PURCHASE ORDER TERMS AND CONDITIONS

INVITATION FOR BID Bid #1012 Ambulance Graphics

BOROUGH OF HOPATCONG REQUEST FOR PROPOSALS PROFESSIONAL SERVICES

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

METER DATA MANAGEMENT SERVICES AGREEMENT BETWEEN AMEREN SERVICES COMPANY AND

Agent/Agency Agreement

SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL. Issued: June 2, 2017

Model Commercial Paper Dealer Agreement

Request for Quotation Q. Steamboat Springs Emergency Solar Tower Phones

Home Foundation Subcontractor Services Agreement

General Terms of Contract

SEI Biobased Participant Agreement

LEASE AGREEMENT. WHEREAS, the Association is a community association serving the community of River Bend (the Community ); and

DEALER AGREEMENT. Dealer-agreement Page 1 of 9 Initial:

Transcription:

DATE: October 25, 2016 SEALED BID - REQUEST FOR PROPOSALS # 11-14-16-01 FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS Website: http://www.dcschools.com CONTACT PERSON: Alan Hagy, at 214-944-4522, or ahagy@dcschools.com Sealed bid submittals are due on or before Monday, November 14, 2016 at 3:00 PM. Sealed bid submittals must be delivered to Alan Hagy, Purchasing Manager, at Dallas County Schools, 5151 Samuell Blvd., Dallas, 75228. Please submit five (5) hard copies, addressed as detailed below. Emailed or faxed copies will not be accepted. Dallas County Schools Attn: Rick D. Sorrells, Ed.D. Superintendent 5151 Samuell Blvd. Dallas, TX 75228 NOTES TO ALL VENDORS/BIDDERS/DEVELOPERS ( BIDDER ): 1. Bidder must keep Dallas County Schools ( DCS ) advised of any changes in status. 2. All questions regarding this Request for Proposals must be in writing and be emailed to Alan Hagy, at ahagy@dcschools.com. Questions by phone or emailed to anyone else will not be considered. 3. Bidder must meet all applicable local, state, and federal rules and regulations. 4. Bidders must make entire submittal as sealed bid, including all attachments, and deliver to Alan Hagy, Purchasing Manager, as instructed above. 5. RFP, Addendums, Diagram(s) and other specifications will be posted on http://www.dcschools.com/departments/purchasing/bidding-opportunities/ 6. The property and land for sale are located at 1710 North Beckley Avenue, Dallas, TX 75203. 7. Proposal from Bidders should include the purchase price, expected timing of purchase, and possible leaseback for a specified amount of time, as well as information responsive to the evaluation criteria set out in section 4 below. All information related to these items should contain extensive details for consideration in the sale of the location. Page 1 of 23

8. The purpose of this (sealed bid) RFP is to entertain the sale of the property listed above. Dallas County Schools, a County School District, owns this property and is considering the sale of said property. Sale may or may not include a leaseback term. All details of the sale, possible leaseback, or other terms and conditions will be negotiated between Dallas County Schools and the selected Bidder. Submission of this proposal shall serve as evidence that the Bidder understands and agrees to all conditions of the Request for Proposals. Emailed or faxed proposals will not be considered. All Bidders must complete all attached forms. Failure to submit all required forms may result in disqualification of your proposal. NAME OF BIDDER PRINTED NAME OF REPRESENTATIVE PHYSICAL ADDRESS MAILING ADDRESS, IF DIFFERENT PHONE, CELL PHONE, & E-MAIL ADDRESS SIGNATURE OF REPRESENTATIVE DATE Page 2 of 23

1. Contract Documents: INSTRUCTIONS/GENERAL INFORMATION a. DCS expectations with respect to the performance by Bidder in connection with this sale of property are set out in the Contract Documents, which consist of this RFP, any subsequent related written correspondence, award letter(s), and any final contract negotiated by the parties. Bidders who fail to examine the Contract Documents do so at their own risk. 2. Preparation and Submission of Sealed Bid Proposal to Purchase Property: a. Any explanation desired by a Bidder regarding the meaning or interpretation of any portion of the Contract Documents must be requested in writing to the Purchasing Manager in a timely manner to allow for a reply to reach Bidder before the submission of their proposal. Oral explanations or instructions given before the award of the contracted sale will not be binding. Any information given to one Bidder will be furnished to all Bidders as an Addendum to the RFP, if such information is necessary to Bidders in submitting their proposals or if the lack of such information would be prejudicial to an uninformed Bidder. b. Submittals must be delivered in sealed bid packages to Alan Hagy, Purchasing Manager, at Dallas County Schools, 5151 Samuell Blvd., Dallas, 75228. Please submit five (5) sealed hard copies, addressed as follows: Dallas County Schools Attn: Rick D. Sorrells, Ed.D. Superintendent 5151 Samuell Blvd. Dallas, TX 75228 Sealed Bids are due on or before: Monday, November 14, 2016 at 3:00 PM. Emailed or faxed copies will not be accepted. Packages received after the time and date of the opening may not be considered and may be returned to Bidder. 3. Bidder Information: a. Each Bidder shall furnish the information required by the Contract Documents. b. The Bidder shall sign the proposal, all addenda, and the proposal sheet. The person signing the proposal must initial any erasures or other changes. Proposals signed by an agent must be accompanied by evidence of the agent s authority unless such evidence has been previously furnished to DCS. Page 3 of 23

c. Proposals submitted on forms other than the DCS forms or with different terms or provisions may be considered as non-responsive proposals. d. DCS expects that all proposals will remain valid for the term of this proposal. e. Reservations - DCS expressly reserves the right to: 4. Evaluation Criteria: i. Waive minor deviations from the specifications when it is determined that the benefit to DCS of the deviating proposal is a more favorable offer which meets all aspects of the specifications, and the overall proposal for sale of the property, and the overall deviation(s) are equal or greater than that of the conforming proposal. ii. Waive any defect, irregularity or informality in any proposal (sale) procedure. iii. Reject any or all offers. iv. Amend the RFP, via an addendum, prior to proposal opening date to extend or make changes to specification(s). v. Consider and accept an alternate proposal as provided herein when most advantageous to DCS. DCS shall evaluate responsive proposals as follows: 40% -- Price The minimum bid for the property is $2.0 million (appraised value of property determined by independent appraisers). 20% -- Bidder s experience and track record for developing and holding similar projects based on current City of Dallas zoning requirements. 20% -- Use of Site Development should be in keeping with the current zoning and usages approved by the City of Dallas. 10% -- Sale Date The intent is to sell the property for redevelopment; sale terms may revert to Dallas County Schools if development does not occur in a reasonable, negotiated period of time. 7% -- Other criteria and relevant factors, including responsiveness of proposal. 3% -- HUB Certification. Upon selection of Bidder and subsequent agreement of terms and conditions, the successful Bidder will submit a minimum deposit of ten (10%) percent of the total purchase price. Page 4 of 23

5. Specifications: Bidders are responsible for reviewing all documentation, for negotiations with the City of Dallas, as applicable, and for any other specifications required or requested for their purposes in the purchase and redevelopment of the property offered for sale by DCS. Bidders are expected to submit a proposal that considers and is responsive to the conditions, specifications, etc., as well as the evaluation criteria set out in the previous section. Any other factors that may be advantageous to the Bidder are to be negotiated by said Bidder and are not the responsibility of DCS. 6. Sale Term(s): Terms of sale to be negotiated with successful Bidder. 7. Price Increases: Price for the sale of the property is firm and any changes that may occur shall do so only through the negotiation process with both DCS and Bidder. 8. Purchase Price: Proposals must include the specific purchase price being offered for the DCS property. 9. General Information: Name of company: Address of principal location: Phone: Fax: Form of Business Organization: Responsible contact personnel: Name Phone: Email: Name Phone: Email: Name Phone: Email: How many years has your company been in business in its current capacity? How many years has your organization been in business under its present name? Under what other or former names has your company operated? Page 5 of 23

10. Claims and lawsuits (if answer is yes to any questions below, please attach details) Has your company ever failed to complete any work awarded to it? Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your management or company? Has your company filed any lawsuits or requested arbitration or mediation with regard to contracts or awards within the last fifteen years? Within the last fifteen years, has any manager or principal of your company ever been a manager or principal of another organization when it failed to complete a contract or award? Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your company? 11. Experience: Bidder shall provide a list of three (3) projects of similar type, size and complexity based on current City of Dallas zoning requirements. Provide the project/customer name, description of work, dollar value, public entity status, and the date(s) of the project below. Projects listed must have been performed within the last five (5) years. Please include additional information with proposal if available. Project Name Description of Work Dollar Value Public Entity (Yes or No) Date 12. References: Proposal shall provide up to six (6) references from company owners or management personnel from projects listed above. There must be at least one (1) reference for each project listed. 13. Certifications: Employees certifications pertaining to work are to be included in submittal. Page 6 of 23

14. Background information and Objectives: DCS has one of the largest transportation fleets in the United States. With a fleet of approximately 2,200 buses, DCS transports over 75,000 students to and from school every day, as well as providing transportation for school events, field trips, and special programs. In addition, DCS provides support services ranging from technology services to purchasing co-op opportunities to school districts and government agencies throughout the State of Texas. DCS desires to solicit bids for the purchase of the property located at 1710 North Beckley Avenue, Dallas, TX 75203. DCS is interested in a proposal that would not only secure the sale of the property, but that would be in keeping with the City of Dallas s current zoning requirements. DCS may require a leaseback option for a certain amount of time in order to secure office space for the administrative or functional offices and work/service areas currently located at the property. Page 7 of 23

STANDARD TERMS AND CONDITIONS These standard terms and conditions are requirements that are binding upon the Bidder submitting the sealed bid that is selected, based on the stated criteria, by Dallas County Schools Board of Trustees with the recommendation from the Dallas County Schools Superintendent. These standard terms and conditions form a part of all contract documents for the property sold. They communicate Dallas County Schools ( DCS or DCS ) expectations in regards to the Bidder s performance in connection with sale which will be considered through the sealed bid process. To the extent any terms and conditions in this sealed bid RFP conflict with DCS Policy Chapter 25 - Sale or Lease of Real Property, or state or federal law, including but not limited to Texas Education Code Chapter 11 and Texas Government Code Chapter 272, DCS Policy Chapter 25 and state and federal law supersedes these terms and conditions. I. CONTRACT 1. Final Contract: The final terms and conditions for this shall be set forth in a contract signed by the successful Bidder and the DCS Superintendent. Such contract expressly incorporates all terms and conditions set forth in this RFP. Any deviation(s) must be in a writing signed by the DCS Superintendent. 2. Payments: a. Successful Bidder shall submit payment(s) as specified in the final contract. All payments shall be due as agreed upon, and/or specified in the sale documents. b. If payment is permitted by mail, mail payment to: Dallas County Schools, Attn: Accounts Receivable, P.O. Box 227177, Dallas, Texas 75222. Payment shall be due as specified in the final sale documents/instruments. II. BIDDER REQUIREMENTS 3. Purchase Price: a. The price to be paid by the Bidder shall be that contained in the sealed bid proposal, unless otherwise agreed to in writing by DCS. In the event Bidder breaches this warranty, DCS may, at its sole discretion, cancel this contract and Bidder shall forfeit any payment or down payment that has been submitted for consideration in the purchase negotiations. b. The Bidder warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for commission, percentage, brokerage, or contingent fee excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Bidder for the purpose of securing business. For breach or violation of this Page 8 of 23

warranty, DCS shall have the right in addition to any other right or rights to cancel this contract without liability and to deduct from the contract price, or otherwise recover the full amount of such commission, percentage, and brokerage or contingent fee. 4. Advertising: Bidder shall not advertise or publish, without DCS s prior written consent, the fact that Bidder has entered into this contract, except to the extent necessary to comply with proper requests for information from an authorized representative of the federal, state or local government. Written requests from Bidder must be sent to the DCS Purchasing Department for approval or disapproval. 5. Indemnity: The Bidder shall, in connection with any contract awarded under this Request for Proposal and all purchases thereunder, hold harmless and indemnify DCS, its Board of Trustee officers, employees, and agents from and against any and all claims, liabilities, losses, judgments, expenses, and/or damages resulting from or attributable to any act or omission of the Bidder and its agents and employees, including for any acts constituting negligence. 6. Compliance with Law: Bidder shall, and shall cause its representatives and agents to, follow and abide by all applicable federal, state and local ordinances and laws relating to or regulating the sale of the property addressed under this Request for Proposal. 7. Warranty: Bidder warrants that no gifts or gratuities were or will be given to any of DCS s employees either directly or indirectly to obtain this contract. 8. Bidder Qualifications: Bidders shall be required to prove their qualifications concerning the following criteria: a. Financial capabilities. b. Bonding status. c. Ability to fulfill and abide by the terms and specifications. d. Quality and stability of product and sources. e. Bidder must provide copies of current certification and/or licenses, when applicable with proposal. 9. Proposal Evaluations: Proposals shall be evaluated in accordance with the weighted factors set forth in section 4 of the Instructions/General Information above. 10. Proposal Forms: a. Proposals included in this packet must be completed in their entirety and returned along with any and all other information requested. Page 9 of 23

b. Proposals must show the full name and address of the Bidder. Failure to manually sign proposal will disqualify it. III. TERMINATION & DEFAULT 11. Gratuities: DCS may, by written notice to the Bidder, cancel this contract without liability if it is determined by DCS that gratuities, in the form of entertainment, gifts, economic opportunity, future employment, loan, gratuity, special discount, trip, favor, service or otherwise, were offered or given by the Bidder, or any agent, or representative of the Bidder, to any officer or employee of DCS with a view toward securing a contract or securing favorable treatment with respect to the awarding or amending or the making or any determinations with respect to the performing of such a contract. 12. Cancellation: DCS shall have the right to cancel for default, all or any part of the undelivered portion of the contract if Bidder breaches any of the terms hereof, including warranties of Bidder or if the Bidder becomes insolvent or commits acts of bankruptcy. Such right of cancellation is in addition to and not in lieu of any other remedies, which DCS may have in law or equity. 13. Termination: The agreed upon contract of sale may be terminated in whole or in part by DCS for any reason upon thirty (30) days advance notice. Such right of termination is in addition to and not in lieu of DCS s other rights of cancellation set forth herein. 14. Force Majeure: Neither party shall be deemed in violation of the contract if either is prevented from performing any of the obligations hereunder by reason of, for or through strikes, stoppage of labor, riot, flood, storm, invasion, insurrection, accident, order of court, judge or civil authority, government regulation, an act of God, or any cause reasonably beyond the party s control and not attributable to its neglect. In the event of such an occurrence, the time for performance of such obligations or duty shall be suspended until such time that such disability to perform, for which the party is not responsible or circumstance beyond its control, shall be removed. The party claiming the suspension shall give written notice of such impediment or delay in performance to the other party within ten (10) days of the knowledge of such occurrence. Each party shall make all reasonable efforts to mitigate the effects of any suspension. 15. Penalties for Non-Performance: If, at any time, the Bidder fails to fulfill or abide by the terms, conditions, or specifications of the contract, DCS reserves the right to: a. Cancel the contract within thirty (30) days written notification of intent; or b. Re-propose the contract due to change in price or any variation from specifications. Page 10 of 23

IV. MISCELLANEOUS CONTRACT TERMS 16. Assignment & Binding Effect: No right or interest in this contract shall be assigned or delegation of any obligation made by Bidder without the written permission of the DCS. Any attempted assignment or delegation by Bidder shall be wholly void and totally ineffective for all purposes unless made in conformity with this paragraph. Bidder understands and agrees that in the event that all or substantially all of its assets are acquired by another entity, that it or its successor in interest will remain obligated to fulfill the terms and conditions of this RFP. 17. Waiver: By submitting a proposal, each Bidder agrees to waive any claim it has or may have against DCS arising out of or in connection with the administration, evaluation, or recommendation of any proposal, including: waiver of any requirements under the proposal or Contract Documents; acceptance or rejection of any proposal(s); and award of the contract. 18. Modifications: This contract can be modified or rescinded only by a writing signed by both parties to the contract or their duly authorized agents. Any and/or all contract changes must be made through the Purchasing Department and signed by the DCS Superintendent. 19. Interpretation Parole Evidence: This writing is intended by the parties as a final expression of their agreement and is intended also as a complete and exclusive statement of the terms of their agreement. No course of prior dealings between the parties and no usage of the trade shall be relevant to supplement or explain any term used in this RFP. Acceptance or acquiescence in a course of performance rendered under this RFP shall not be relevant to determine the meaning of this RFP even though the accepting or acquiescing party has knowledge of the performance and opportunity for objection. 20. Applicable Law: This RFP shall be governed by Texas law. 21. Venue: Both parties agree that venue for any litigation arising from this contract shall lie in a state or federal court in Dallas County, Texas. 22. Prohibition Against Personal Interest in Contracts: Bidder and applicable DCS officials and employees shall comply with Texas Local Government Code Chapters 171 and 176, as applicable. 23. Governmental Immunity: This RFP and all transactions hereunder are expressly made subject to DCS s governmental immunity under the Texas Civil Practice and Remedies Code and all applicable state and federal law. The parties hereto expressly agree that no provision of this agreement is in any way intended to constitute a waiver of any immunities from suit or from liability that DCS has by operation of law. Page 11 of 23

PROPOSAL FORMS MUST BE RETURNED TO DCS WITH PROPOSAL TO BE CONSIDERED. PROPOSALS SUBMITTED WITHOUT THIS FORM WILL BE CONSIDERED NULL AND VOID, AND THEREFORE UNACCEPTABLE PROPOSAL ACKNOWLEDGMENT FORM: "The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this proposal in collusion with any other Bidder or developer, and that the contents of this proposal as to prices, terms or conditions of said proposal 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." Bidder Street Address City, State, ZIP Phone Fax Number Signature of Company Official Authorizing This Purchase of Property Name of Company Official (Please Print) Title Date Page 12 of 23

MUST BE RETURNED TO DCS WITH PROPOSAL TO BE CONSIDERED. PROPOSALS SUBMITTED WITHOUT THIS FORM WILL BE CONSIDERED NULL AND VOID AND THEREFORE UNACCEPTABLE. 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. Bidder Name Authorized Company Official s Name (Printed) Signature of Company Official Select One: My firm is a publicly held corporation; therefore, this reporting requirement is not applicable. My firm is not owned or 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 of Felon(s): Page 13 of 23

Details of Conviction(s): (additional sheets may be attached) Signature of Company Official: Page 14 of 23

NON-COLLUSION DISCLOSURE I am an authorized agent or officer of the Bidder submitting this proposal, and I have full knowledge of the relations of the Bidder with the other firms in this same line of business, and the Bidder is not a member of any trust, pool, or combination to control the price of supplies, materials and/or services bid on, or to influence any person to bid or not to bid thereon. I further affirm that the Bidder has not given, offered to give, nor intends to give at any time hereafter any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor, or service to a public servant in connection with the submitted proposal. Bidder s Name Authorized Company Official s Name and Title (Printed) Signature of Company Official Date: Page 15 of 23

Page 16 of 23

Page 17 of 23

Page 18 of 23

Page 19 of 23

Page 20 of 23

Page 21 of 23

Page 22 of 23

Page 23 of 23