CITY OF LAREDO FINANCE DEPARTMENT PURCHASING DIVISION REQUEST FOR PROPOSALS

Similar documents
201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

WILLIAMSON COUNTY PURCHASING DEPARTMENT SOLICITATION Utility Coordination and Utility Engineering Services

REQUEST FOR PROPOSALS. Phone# (928)

REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES. June 19, 2017

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

REGISTERED DIETITIAN

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

Clovis Unified School District. REQUEST FOR PROPOSALS ( RFP ) RFP 2720 Billing Services, Medi-Cal LEA Billing Option Program

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

KELLER INDEPENDENT SCHOOL DISTRICT

FORT WORTH HOUSING AUTHORITY REQUEST FOR PROPOSALS FOR LEGAL SERVICES

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

HUD-CPD Programs Consultant

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

BELTON INDEPENDENT SCHOOL DISTRICT

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

Agency of Record for Marketing and Advertising

STATE FUNDS AND FISCAL COMPLIANCE POLICIES

Disadvantaged Business Enterprise Supportive Services Program

Request for Proposals and Specifications for a Community Solar Project

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2075. For. Student Refund and Financial Aid Disbursement Payments

(1) Vendor Acknowledgement (2) Instructions *(3) Scope/Required Information and Documents Outline Including Notarized Certification

City of Gainesville State of Georgia

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

PROPOSAL INSTRUCTIONS AND REQUIREMENTS

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

RFP # Digital Marquee PROPOSAL OPENING DATE: January 10, 2018

City of Malibu Request for Proposal

CITY OF PORT ARANSAS, TEXAS REQUEST FOR PROPOSAL (RFP) FIRE STATION TEMPORARY FACILITY NOTICE TO BIDDERS

Request for Proposals

RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 1

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

Request for Proposal: Merced Community College District CONSULTANT FOR THE DEVELOPMENT OF A DISTRICT FACILITIES MASTER PLAN

Request for Qualifications Construction Manager

REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS

Request for Proposal Youth Motivational and Workshop Speakers

REQUEST FOR PROPOSAL (RFP) FOR LOCAL COUNSEL LEGAL REPRESENTATION FOR LYCOMING COUNTY IN POTENTIAL OPIOID- RELATED LITIGATION

Social Media Management System

ALDINE INDEPENDENT SCHOOL DISTRICT Dr. Wanda Bamberg, Superintendent of Schools

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL

CITY OF MOBILE REQUEST FOR PROPOSAL TRANSIT MANAGEMENT SERVICES

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services

LEGAL NOTICE Request for Proposal for Services

Request for Proposal: NETWORK FIREWALL

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

LIBRARY COOPERATIVE GRANT AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF STATE AND [Governing Body] for and on behalf of [grantee]

SPECIAL ADMINISTRATIVE BOARD OF THE TRANSITIONAL SCHOOL DISTRICT OF THE CITY OF ST. LOUIS RFQ #:

Aberdeen School District No North G St. Aberdeen, WA REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR

REQUEST FOR PROPOSAL DOCUMENTS FOR RFP B CONSULTING SERVICES FOR BRANDING AND MARKETING CAMPAIGN FOR CONTINUING EDUCATION AND WORKFORCE TRAINING

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

Proposals must be received in the Office of the City Manager no later than 2:00 p.m. on March 21, 2018.

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

Copiers. Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

INVITATION TO BID (Request for Proposal)

Request for Proposal PROFESSIONAL AUDIT SERVICES

Multi-Purpose Paper Bid No. PR10-B14

Bids received after the appointed date set for receipt will be returned unopened.

Public Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date:

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER AT RISK SERVICES

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

Poughkeepsie City School District Jane Bolin Administration Building 11 College Avenue Poughkeepsie, NY STAC Services School Year

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL DESIGN BUILD PUBLIC WORKS BUILDING. March 2017

REQUEST FOR PROPOSAL FOR DESIGN-BUILD SERVICES

REQUEST FOR PROPOSALS (RFP) MARKETING AGENCY FOR LANE COUNTY FAIR

Request for Qualifications for Selected San Francisco Public Utilities Commission Construction Projects

CITY OF PORT ARANSAS, TEXAS REQUEST FOR PROPOSAL (RFP) BASEBALL FIELD LIGHTING NOTICE TO BIDDERS

EDGEWOOD INDEPENDENT SCHOOL DISTRICT

Issued: Thursday, October 15, City of Grand Blanc, 203 E. Grand Blanc Road, Grand Blanc, MI 48439, Attn: Bethany Smith, City Clerk

RFP No North Central Florida Regional Planning Council 2009 NW 67th Place Gainesville, FL

REQUEST FOR PROPOSAL Architectural Services

ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT #513 Bid # PR Purchasing Department 815 North Orlando Smith Road Oglesby, Illinois 61348

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

December 1, CTNext 865 Brook St., Rocky Hill, CT tel: web: ctnext.com

Automatic License Plate Recognition System for the Police Department

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for STREET CONSTRUCTION SERVICES. RFP STREET WIDENING and TRAFFIC SIGNAL INSTALLATION

Transcription:

CITY OF LAREDO REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS ELECTRIC SUPPLY REQUIREMENTS AND RELATED SERVICES CITY OF LAREDO The City of Laredo is seeking proposals from qualified Retail Electric Providers (REPs), subject to the terms and conditions and other contract provisions, for fixed price proposals for one, two, three, four, and five year terms or longer. The provision of a safe, reliable and high-quality electricity supply is essential to the City of Laredo. Proposals will be received at the City Secretary s Office, 1110 Houston St., 3 rd floor, Laredo, Texas 78040 until 5:00 P.M. on March 3, 2016 and all proposals received will be opened and publicly acknowledged at 10:00 AM on March 4, 2016. Proposals are to be submitted in a sealed envelope clearly marked: Proposal: RFP Electric Supply Requirements and Related Services FY16-035 Proposals are to be mailed: City of Laredo Acting City Secretary C/O Doanh Zone T. Nguyen City Hall Third Floor PO Box 579 Laredo, Texas 78042-0579 Hand Delivered: City of Laredo Acting City Secretary C/O Doanh Zone T. Nguyen City Hall Third Floor 1110 Houston Laredo, Texas 78040 The City of Laredo reserves the right to reject any and all proposals, and to waive any minor irregularities. Please submit one original signature Proposal document and five copies Page 1 of 22

Table of Contents Section Page 1. Statement of Purpose 3 2. Background 3 3. General Provisions 3 4. Pricing and Terms 5 5. Statement of Qualifications 6 6. Selection Process 7 7. Schedule 8 8. Evaluation Criteria 8 9. Costs Incurred in Responding 8 10. Supplemental Information 8 11. Appendix A 9 Page 2 of 22

1. Statement of Purpose The City of Laredo is seeking proposals from qualified Retail Electric Providers (REPs) for electric service to meet the electricity requirements of all of its accounts. The service shall begin on the first meter reading on or after June 1, 2017. The City of Laredo has approximately 566 Electric Service Identifiers (ESI IDs) on the AEP Texas Central delivery system (AEP). These ESID s are a combination of IDR metered, scalar metered and unmetered locations (as defined by AEP Texas Central). The provision of a safe, reliable and high-quality electricity supply is essential to the City of Laredo. The City of Laredo seeks a REP that is prepared to provide a reliable supply of electricity, associated services and a high level of customer service. The pricing options submitted by REPs to this RFP for these services must be competitively priced and offer ongoing value to the City of Laredo. 2. Background The City of Laredo is located in Webb County, Texas. The municipal government provided by the City of Laredo Charter is a council-manager government. All powers of the city are vested in an elective city council which enacts local legislation, adopts budgets, determines policies and appoints the city manager. The City of Laredo s city manager and city staff are responsible for ensuring that electricity services are provided to all City of Laredo facilities in a safe, reliable, and fiscally responsible manner. Key objectives for the City of Laredo include minimizing energy costs, ensuring no interruption of power at key facilities, and maintaining a close working relationship with energy suppliers. 3. General Provisions Power Supply The REP is expected to supply the included ESI ID s firm, total electricity power supply requirements. The successful REP will have full responsibility for meeting any and all load following requirements and for supplying all line losses and providing all necessary Electric Reliability Council Of Texas (ERCOT) ancillary services. All of the aforementioned responsibilities/services must be included in the pricing proposal. In the event REP fails to properly schedule all of the City of Laredo s electricity requirements with ERCOT, the REP shall be responsible for the full replacement cost of power to serve the City of Laredo s loads. Page 3 of 22

Proposal Submission Date CITY OF LAREDO Proposals must be delivered no later than 5:00 p.m., March 3, 2016. Late proposals will not be accepted. The City of Laredo reserves the right to issue additional instructions or requests for additional information, which may extend this due date, should it be determined by the City of Laredo as being in its best interest. Format of Proposal Five printed copies of proposals must be received by the City of Laredo on or before the submittal deadline and shall be delivered to: City of Laredo Acting City Secretary C/O Doanh Zone T. Nguyen City Hall Third Floor 1110 Houston Laredo, Texas 78040 Only proposals delivered to City of Laredo Purchasing by the Proposal due date and time will be considered. All proposals should contain all the required information in this RFP to allow the City of Laredo to properly evaluate submissions. Inquiries/Contact Information The City of Laredo specifically instructs all interested parties to restrict all contact and questions regarding this Request for Proposal to written communications forwarded to the City of Laredo s contracted energy consultant. Contact information is: Bill Thomas, P.E. Thomas Engineering, Inc. Email: bill@thomasengineering-inc.com Phone: 1 (361) 992-1800 Note that the last day to submit questions is February 22, 2016. All interested retail electric providers that receives this Request for Proposal is responsible for notifying the City of Laredo s energy consultant that it is in receipt of this Request for Proposal package, and shall provide to the City s energy consultant the retailer s name, address, telephone number and fax number, in the event the City of Laredo issues Addenda to this Request for Proposal or provides written answers to questions. Load data will be forwarded via email by Bill Thomas to all REP s that are interested in responding to this RFP. Page 4 of 22

3. Pricing and Term CITY OF LAREDO The City of Laredo is interested in receiving fixed price proposals for one, two, three, four, and five year terms or longer. Changes in monthly usage due to facility expansions will be provided prior to seeking best and final pricing and contract execution. All pricing should be based on the historical usage data as provided by AEP Texas. Contract Term: The City of Laredo s existing contract extends through the regularly scheduled meter reads after June 1, 2017. All pricing should be quoted based on this start date. The fixed price proposal should include energy only prices for all generation services and ERCOT/Ancillary Service Charges that include capacity, energy, congestion, UFE, losses, ERCOT Administration Fees, all required ancillary services, renewable energy credits, balancing energy, QSE Fees, and other ERCOT assessments. The Pass Through charges consist of the following: TDSP charges, TDSP discretionary fees, state gross receipts tax, and PUCT assessment fees. The City of Laredo is exempt from state and local sales use taxes. All pass through charges shall be at cost with no mark up. Price quotes must be based on the market close of NYMEX regular trading on Monday, February 29, 2016. Pricing should anticipate net 30 days payment terms. However, if your firm offers any form of early pay discounts, or pre-pay discounts, please indicate those options in your proposal. All invoices must show the purchase order number and invoices shall be legible. Items billed on invoices should be specific as to applicable stock, manufacturer catalog or part number. All items must show unit prices. If prices are based on discounts from list, then list prices must appear on bid schedule. All invoices shall be mailed to the Accounts Payable Office, City Hall, P.O. Box 210, Laredo, Texas 78042. Electronic Funds Transfer (EFT) payments are also available; if electronic payments are preferred, an Electronic Funds Transfer (EFT) Authorization form needs to be completed and returned via e-mail to: jjolly@ci.laredo.tx.us For more information please contact Mr. Jorge Jolly, Accounts Payable Manager at (956) 791-7425. Addition and Deletion of Accounts. The contract should provide for the ability of the City to add or delete accounts if the cumulative net impact of the additions and deletions is 5% or less of the aggregated forecasted usage. In addition to stating whether there is a price impact due to a risk premium for the 5% (and if so, the amount of the price impact), please state whether any such price impact would change if the add/delete tolerance were reduced to 2.5% or increased to 7.5% and if so, the amount of any such price impact. Please also state if there is an add/delete tolerance that would not create any price impact or risk premium. Purchase of Energy from Renewable Resources. The City of Laredo may install renewable generation behind the meter at yet to be specified premises during the contract term. Please state in your RFP response if your REP will purchase excess energy generated from these renewable generation sources and at what price. The City of Laredo requests that individual ESI ID monthly billing data be included in Excel format delivered electronically by email to the City of Laredo and to Thomas Engineering, Inc. when the monthly bill is delivered. Page 5 of 22

4. Statement of Qualifications The qualifications and operational capabilities of prospective energy suppliers are fundamental criteria, which the City of Laredo will assess in selecting a preferred REP. Each proposal should include all of the following information: 1. A short description of the REP s corporate (or other) entity that will be supplying electric power. Include a list of Texas offices and the contact information for the REP s primary representative. 2. A description of the REP s ownership structure and a list of any affiliate companies that do business in Texas, 3. A copy of REP s most recent audited financial statements, and current debt rating for the entity that will be supplying the power (the REP) or for the entity that provides credit assurance to the REP. If the REP is relying on a parent s credit for qualification, a parental guarantee must be included. 4. A general summary of existing electric capacity under contract within ERCOT (location, term and amount under contract). 5. Information on the number of meters currently being served by REP. The number does not have to be exact and can be rounded to the nearest 100 meters. 6. A statement agreeing to the City of Laredo s Contract Terms and Conditions contained in RFP as attachment Appendix A. 7. State how you plan to ensure that all the City of Laredo ESI ID s will be timely switched on the first meter reading date in June 2017. What assurances and financial guarantees will you provide in the event that any of the City s ESI ID s incur charges from their existing supplier or are dropped either to the affiliated REP or the POLR that will keep the City of Laredo financially whole? 8. Please provide a mock up of your firm s proposed invoice under your billing system. The City of Laredo prefers that they receive only one summary bill package per month. Invoices must be delivered in one envelope. The City also requests that monthly billing data be delivered electronically on an Excel spreadsheet that corresponds to the ESI ID s in ascending order. 9. Reference list of current electric customers in Texas (preferably in AEP Texas Central service area). This list should contain no less than three (3) clients which may be contacted as a reference, and should preferably include at least one (1) public agency. Page 6 of 22

10. Describe a specific plan to address the City of Laredo s needs for reliable delivery services, including protocols for reporting outages to the TDSP, restoring power following an outage, arranging for construction services, resolving billing disputes, and other reliability issues. Respondents should provide evidence demonstrating that they have established good working relationships with AEP Texas. 11. Respondent must be a Registered Retail Electric Provider by the Public Utility Commission of Texas or have legislative authority to sell Electricity in Texas. No responses will be accepted through brokers or consultants. Please provide your Certification number, if applicable, in your response. 12. Provide a hard copy of and an unprotected electronic copy of your company s electric contract in Microsoft Word format (including any attachments, confirmation sheets and related documents). 5. Selection Process This RFP contemplates a multi-step selection process, commencing after receipt of proposals and concluding, if it is in the best interest of the City of Laredo, with the signing of a power supply contract(s) to serve the City s ESI ID s. It is the City s intent to determine the best value offer for the City. 1. Step one will consist of a thorough review of the respondent s qualifications utilizing economic and noneconomic criteria. 2. Step two will allow for the City of Laredo to request and receive clarifications of the REPs proposals, if necessary. 3. Step three will be to shortlist the REPs based upon the evaluation criteria in section 7. 4. Step four will consist of negotiations with one or more of the finalists. 5. Step five consists of requesting final, transactional offers from one or more finalists. 6. Step Six will be the awarding and execution of a contract with the respondent which is deemed most advantageous to the City of Laredo. The City of Laredo reserves the right to accept any Proposal, reject any or all Proposals, re-solicit other Proposals, and to issue a new RFP in the event that all Proposals are rejected, or that the City of Laredo deems otherwise appropriate. Such a determination will be based solely on the judgment of the City of Laredo. The City of Laredo has no obligation to inform any Respondent of the factors the City of Laredo may consider in reaching such judgments. The City of Laredo reserves the right to revise this RFP, including the desired specifications and requirements for Proposals, at any time. The City of Laredo further reserves the right to accept Proposals other than the lowest cost Proposal. REPs should recognize that factors other than cost, as previously mentioned, will be considered during the Proposal evaluation process. Page 7 of 22

6. Schedule Release of RFP: February 11, 2016 Deadline for Questions: February 22, 2016 RFP due: March 3, 2016 Commence Contract Negotiations With Selected Respondents: TBD Best and final offers: TBD The City of Laredo reserves the right to modify this schedule if in its sole opinion believes such modifications are necessary. 7. Evaluation Criteria The City of Laredo is seeking an energy supplier that will assist the City of Laredo in developing an appropriate energy strategy to maximize cost reduction aligned with the City of Laredo s energy budget. A City of Laredo selection committee will evaluate and short list the responses to this Request for Proposal. Respondents will be assessed against the following with the relative weights in parenthesis: Financial Robustness and Experience (20%) Customer Care (20%) Pricing (60%) The City of Laredo will assess the: Level of experience in retailing electricity sales within the State of Texas. Capabilities relating to the management of operations including corporate assets and customer base. Pricing flexibility and options over the proposed energy services period. Approach to and demonstrable performance in customer care and customer commitment. The City of Laredo reserves the right to consider any other factors that may be relevant to its power and energy needs. 8. Costs incurred in responding All costs directly or indirectly related to the preparation of a Proposal in response to this RFP, and any oral presentation required to supplement and/or clarify a Proposal which may be required by the City of Laredo, shall be the sole responsibility of and borne by REP incurring such costs. The City of Laredo, or its Consultants, will not reimburse any REP for any cost incurred in the preparation or submission of a Proposal and/or in negotiating an agreement resulting from a Proposal. 9. Supplemental Information The City of Laredo reserves the right to request additional information from individual REPs, or to request all REP s to submit supplemental materials in fulfillment of the content requirements of this RFP, or to meet additional information needs of the City of Laredo. The City of Laredo also reserves the right to unilaterally waive any technical or format requirements contained in the RFP. Page 8 of 22

Appendix A TERMS AND CONDITIONS OF INVITATIONS FOR PROPOSALS These Terms and Conditions are considered standard language for all City of Laredo solicitation documents. If any specific proposal requirements differ from the general terms listed here, the specific proposal requirements shall prevail. GENERAL CONDITIONS Vendors are required to submit Proposals upon the following expressed conditions: (a) Vendors shall thoroughly examine the specifications, schedule instructions and other contract documents. Once the award has been made, failure to read all specifications, instructions, and the contract documents, of the City shall not be cause to alter the original contract or for a vendor to request additional compensation. (b) Vendors shall make all investigations necessary to thoroughly inform themselves regarding facilities and locations for delivery of materials and equipment as required by the Proposal conditions. No pleas of ignorance by the vendor of conditions that exist or that may hereafter exist as a result of failure or omission on the part of the vendor to make the necessary examinations and investigations, or failure to fulfill in every detail the requirements of the contract documents, will be accepted as a basis for varying the requirements of the City or the compensation to the vendor. (c) Vendors are advised that City contracts are subject to all legal requirements provided for in the City Charter and/or applicable City Ordinances, State and Federal Statutes. 1. 0 PREPARATION OF PROPOSALS Proposals will be prepared in accordance with the following: (a) All information required by the proposal form shall be furnished. The vendor shall print or type the business name and manually sign the schedule. (b) Unit prices shall be shown and where there is an error in extension of price, the unit price shall govern. (c) Alternate Proposals will not be considered unless authorized by the invitation for proposals or any applicable addendum. (d) Proposed delivery time must be shown and shall include business days. (e) Vendors will not include Federal taxes or State of Texas limited sales tax in proposal prices since the City of Laredo is exempt from payment of such taxes. An exemption certificate will be furnished upon request. 2.0 DESCRIPTION OF SPECIFICATIONS & SUBSTITUTIONS It is the responsibility of the prospective proposer to review the entire invitation to proposal packet and to notify the City of Laredo if the specifications are formulated in a manner that would restrict competition. Any such protest regarding the specifications or proposal procedures must be received by City of Laredo no less than seventy-two hours prior to the time set for proposal opening. Vendors are required to state exactly what they intend to furnish. Otherwise, when applicable, vendors will be required to furnish the items as specified. 3.0 SUBMISSION OF PROPOSALS (a) Proposals and changes thereto shall be enclosed in sealed envelopes, properly addressed and to include the date and hour of the Proposal opening and the material or services. Proposal shall be typed or written on the face of the envelope. Page 9 of 22

(b) Unless otherwise noted on the Notice to Vendors cover sheet, all Proposals must be submitted to the City of Laredo, City Secretary s Office, City Hall Third Floor, 1110 Houston Street, Laredo, Texas 78040. The mailing address is Office of the City Secretary, P.O. Box 579, Laredo, Texas 78042-0579. (c) Proposals must be submitted on the forms furnished. Facsimile proposals will not be considered. (d) Samples, when required, must be submitted within the time specified, at no expense to the City of Laredo. If not destroyed or used up during testing, samples will be returned upon request at the Vendors expense. (e) Proposals must be valid for a period of ninety days. An extension to hold proposal pricing for actual quantity bids may be requested by the City. (f) The City shall pay no costs or other amounts incurred by any entity in responding to this RFP, or as a result of issuance of this RFP. 4.0 REJECTION OF PROPOSALS The City may reject a proposal if: (a) Vendor misstates or conceals any material fact in the proposal. (b) Proposal does not strictly conform to the law or the requirements of the proposal. (c) Vendor is in arrears on existing contracts or taxes with the City of Laredo. (d) If proposals are conditional. Vendor may qualify their Proposal for acceptance by the City on an "ALL OR NONE" basis. An "ALL OR NONE basis proposal must include all items in the specifications. (e) In the event that a vendor is delinquent in the payment of City of Laredo taxes on the day the proposals are opened, including state and local taxes, such fact may constitute grounds for rejection of the proposal or cancellation of the contract. A vendor is considered delinquent, regardless of any contract or agreed judgments to pay such delinquent taxes. (f) No proposal submitted herein shall be considered, unless the vendor warrants that, upon execution of a contract with the City of Laredo, vendor will not engage in employment practices such as discriminating against employees because of race, color, sex, creed, or national origin. Vendor will submit such reports as the City may therefore require assuring compliance with said practices. (g) The City may reject all proposals or any part of a proposal whenever it is deemed necessary. (h) The City may waive any minor informalities or irregularities in any proposal. 5.0 WITHDRAWAL OF PROPOSALS Proposals may not be withdrawn after they have been publicly opened, unless approved by the City Council. 6.0 LATE PROPOSALS OR MODIFICATIONS Proposals and modifications received after the time set for the proposal opening will not be considered. Late proposals will be returned to the vendor unopened. 7.0 CLARIFICATION AND PROTEST PROCEDURE (a) It is the responsibility of the prospective proposer to review the entire invitation to proposal packet and to notify the City of Laredo If the specifications are formulated in a manner that appears ambiguous. Any request for clarification or additional information must be submitted in writing no later than ten (10) days prior to the scheduled date for opening to: CITY OF LAREDO PURCHASING AGENT Miguel A. Pescador 5512 Tomas Avenue Laredo Texas 78043 mpescador@ci.laredo.tx.us Page 10 of 22

Any vendor submitting questions shall make reference to a specific bid number, section, page and item of this solicitation. Questions untimely submitted may not elicit a response. It is the bidder s responsibility to follow up and make certain that the request was received. Should any clarification of the solicitation be deemed necessary by the Purchasing Agent, Any interpretation of the proposal will be made only by an addendum necessary by the Purchasing Agent, a copy of an addendum will be mailed or delivered to each vendor having received of proposal documents. The City will not be responsible for any other interpretations of the proposal During the bid process, bidder, or any persons acting on their behalf, shall not contact any City official or employee staff except those specifically designated in this or another subsequent solicitation document. Pursuant to 4.03 of the City Ethics, non-compliance with this provision may result in disqualification of the offer involved. (b) For solicitations for goods and non-professional services valued at more than $50,000, bidders will have ten (10) calendar days prior to the time that the City Council formally considers the contract to submit a written protest relating to advertising of bid notices, deadlines, bid opening, and all other related procedures under the Local Government Code, as well as any protests relating to alleged improprieties or ambiguities in the specifications. If the vendor does not file a written protest within this time, the vendor will have waived all rights to formally protest the intent to award. All protests regarding the bid solicitation process must be submitted in writing by certified mail to: CITY OF LAREDO PURCHASING AGENT Miguel A. Pescador 5512 Tomas Avenue Laredo Texas 78043 mpescador@ci.laredo.tx.us Within five (5) business days of receiving a timely protest, the Purchasing Agent shall provide written response to the protesting vendor of the decision following a review of the legitimacy and procedural correctness of the procurement documents. A protesting vendor may appeal to the Laredo City Manager if dissatisfied with the decision of the Purchasing Agent. Only after exhausting all administrative procedures through the City Manager is a protesting vendor then entitled to appeal the award of the contract to the Laredo City Council. 8.0 VENDOR DISCOUNTS (a) Percentage discounts within a certain period of time will be accepted. The period of the discount offered should be sufficient to permit payments within such period in the regular course of business by the City of Laredo. (b) In connection with any discounts offered, time will be computed from the date of receipt of supplies or service or from the date a correct invoice is received, whichever is the later date. Payment is deemed to be made on the date the check is mailed. 9.0 INTENT OF CONTRACT (a) ANNUAL SERVICE CONTRACT: The services are based on the best available information. The purpose of this contract is to establish prices for the commodities or services needed, should the City need to purchase these commodities or services. Since the quantities are estimates, the City may purchase more than the estimated quantities, less than the estimated quantities, or not purchase any quantities at all. The needs of the City shall govern the amount that is purchased and change orders shall not be applicable. The City's obligation for performance of an annual service contract beyond the current fiscal year is contingent upon the availability of appropriated funds from which payments for the contract purchases can be made. If no funds are appropriated and budgeted during the next fiscal year, this contract becomes null and void. Page 11 of 22

10.0 AWARD OF CONTRACT The contract will be awarded based on best value criteria. The City of Laredo shall award the contract to the most responsible and responsive based on the evaluation factors listed in the request for proposal document, and in accordance with the provisions of 252.043 of the Texas Local Government Code. If the awarded responder is unable to meet the requirements of the City, services/products may be purchased from the next best available Vendor until a Vendor is found that can complete the requirements of the City. This RFP shall not to be construed by any party as an agreement of any kind between the City and such party. The award of a contract shall be subject to the approval of the City Council. Following an award, City in its sole option may elect to negotiate a formal agreement with Vendor that will include by reference the terms of the RFP and related responses. In the event an Agreement cannot be reached with the selected Vendor, the City reserves the right to select and negotiate with an alternate Vendor. The City reserves the right to accept any item or group of items in the proposal specifications, unless the Vendor qualifies its proposal by specific limitation. The Vendor shall bear the burden of proof of compliance with the City of Laredo specifications. When applicable, prices must be quoted F.O.B. Destination, Laredo, Texas, unless otherwise specified in the invitation to proposal. The place of delivery shall be set forth in the purchase order and/or formal contract agreement when applicable. The City shall give written notice to the Vendor if any of the following conditions exist: (1) Vendor does not provide materials in compliance with specifications and/or within the time schedule specified in proposal; (2) Vendor neglects or refuses to remove materials or equipment which have been rejected by the City of Laredo if found not to comply with the specifications; or, (3) Vendor makes an unauthorized assignment. Upon receiving written notification from the City that one of the above conditions has occurred, the Vendor must remedy the problem within ten business days, to the complete satisfaction of the City, or the contract will be immediately canceled. 11.0 PAYMENT & INVOICING (a) All invoices to the City of Laredo have a 30 day term from receipt of supplies or completion of services. (b) Discount terms will be computed from the date of receipt and acceptance of supplies or services. Payment shall be deemed to be made from that date. (c) All invoices must show the purchase order number and invoices shall be legible. Items billed on invoices should be specific as to applicable stock, manufacturer catalog or part number. All items must show unit prices. If prices are based on discounts from list, then list prices must appear on bid schedule. All invoices shall be mailed to the Accounts Payable Office, City Hall, P.O. Box 210, Laredo, Texas 78042. (d) Electronic Funds Transfer (EFT) payments are also available; if electronic payments are preferred, an Electronic Funds Transfer (EFT) Authorization form needs to be completed and returned via e-mail to: jjolly@ci.laredo.tx.us For more information please contact Mr. Jorge Jolly, Accounts Payable Manager at (956) 791-7425. 12.0 INSURANCE REQUIREMENTS The vendor shall maintain a $ 1,000,000.00 Professional Liability Policy naming the City as an additional insured during the duration of the contract term. 12.1 Right to Monitor and Audit Access To Records. During all phases of the work and services to be provided hereunder the Contractor agrees to permit duly authorized agents and employees of the City, to review and audit medical files during normal working hours. Reviews may also be accomplished at meetings that are arranged at mutually agreeable times and places. The Contractor will maintain all books, documents, papers, accounting records, and other Page 12 of 22

evidence pertaining to the fee paid under this Contract. Said medical records must be made available at their offices at all reasonable times during the period of this Contract and for three (3) years from the date of payment under this Contract for inspection by the City or by any other governmental entity or agency participating in the funding of this Contract, or any authorized agents thereof; copies of said records to be furnished if requested. 13.0 CONTRACT REQUIREMENTS 13.1 CODE OF ETHICS ORDINANCE 2012-0-126 Vendors doing business with the City of Laredo shall comply with all provisions of the City of Laredo s Code of Ethics. 13.2 NON-COLLUSIVE AFFIDAVIT The City will require that vendors submit a Non-Collusive Affidavit. (See attached form) 13.3 CERTIFICATE OF INTERESTED PARTIES (Form 1295) The City will require that vendors submit a 1295 form. (See attached form) 13.4 DISCRETIONARY CONTRACTS DISCLOSURE The City will require that vendors submit a Discretionary Contracts Disclosure (See attached form) I HAVE READ AND AGREE TO THE CITY OF LAREDO-TERMS AND CONDITIONS. SIGNATURE Page 13 of 22

Bidder Information Questionnaire Bidder Information/Business Questionnaire: Please complete all information requested below and submit with your bid package "The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this bid in collusion with any other bidder, and that the contents of this bid as to prices, terms or conditions of said bid 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 request. By submitting this bid the vendor agrees to the City of Laredo specifications and all terms and conditions stipulated in the proposed document. That I, individually and on behalf of the business named in this Business Questionnaire, do by my signature below, certify that the information provided in the questionnaire is true and correct ". Name of Business Signature Date of person authorized to sign bid Print Name of person authorized to sign bid Title: Business Address: City, State, Zip Code: Telephone Number: Fax Number: Contact Person Email Address: Federal Tax ID Number: Bidders Principal/Corporate Place of Business Address: Indicated Status of Business: Corporation Partnership Sole Proprietorship Other: If other state business status: State how long under its present business name: If applicable, list all other names under which the Business identified above operated in the last five years. Will bidder/proposer provide a copy of its financial statements for the last two years, if requested by the City of Laredo? Yes / No Page 14 of 22

Has the business, or any officer or partner thereof, failed to complete a contract? Yes / No. Is any litigation pending against the Business? Yes / No. Is business currently for sale or involved in any transaction to expand or to become acquired by another business entity? Yes / No. If yes, explain the expected impact both in organizational and directional terms. Has the Business ever been declared not responsive for the purpose of any governmental agency contract award? Yes / No. Has the Business been suspended, declared ineligible, voluntarily excluded, or otherwise disqualified from bidding, proposing, or contracting? Yes / No Are there any proceedings, pending relating to the Business responsibility, suspension, voluntary exclusion, or qualification to receive a public contract? Yes / No. Has the federal government or other public entity requested or required enforcement of any of its rights under a surety agreement on the basis of default or in lieu of declaring the Business in default? Yes / No Is the Business in arrears in any contract or debt? Yes / No Has the Business been a defaulter, as a principal, surety, or otherwise? Yes / No Have liquidated damages or penalty provisions been assessed against the Business for failure to complete work on time or for any other reason? Yes / No. State if company is a certified minority business enterprise: Historically Underutilized Business (HUB): Yes No Disadvantaged Business Enterprise (DBE): Yes No Small Disadvantaged Business Enterprise (SDBC) Yes No Other: Please specify This company is not a certified minority business: Page 15 of 22

Chapter 176: Conflict of Interest Disclosures (H.B. 1491) CITY OF LAREDO Conflict of Interest Disclosure House Bill 914 was enacted by the Texas legislature which added Chapter 176 to the Texas Local Government Code. Chapter 176 requires certain local government officers and those doing business or seeking to do business with local governmental entities to publicly disclose specified relationships. Conflicts Disclosure Statement If a local government entity enters into or is considering entering into a contract for the sale or purchase of real property, goods or services with a person (including an agent of a person), an officer of the local government is required to file a Conflicts Disclosure Statement if the officer or a family member of the officer: (a) is receiving taxable income from an employment or other business relationship with the person, other than investment income, that exceeds $2,500 during the 12-month period preceding the officer s awareness of the contract or consideration of the person; or (b) has received gifts with an aggregate value of more than $250 in the 12 month period before the officer became aware of the contract or consideration of the person (with some exclusions discussed below). Conflict of Interest Questionnaire Any person (or their agent) who enters or seeks to enter into a contract with a local government entity for the sale or purchase of real property, goods or services, and has a business relationship with the local government entity must file a Texas Ethics Commission (TEC) Form CIQ, Conflict of Interest Questionnaire if they: (1) have an employment or other business relationship with an officer of the local governmental entity or an officer s family member as described in (a) above; or (2) have given an officer of the local governmental entity or an officer s family member on or more gifts with the aggregate value specified in (b) above. An explanation of the requirements of Chapter 176, applicable forms and complete text of the law can be found on the Texas Ethics Commission website www.ethics.state.tx.us. Officers of the Local Government Entity. Under Section 176.001(3) of Chapter 176, local government officer includes any member of the governmental body and the director, administrator, or other executive officer of the entity. For a city, this would include: The Mayors and City Council Members; The City Manager or administrator; Local Government Board, Commission, and Authority Members; Economic development corporation board members; An Executive Director of an Economic Development Corporation; and Any other person who is designated as an executive officer of a local government entity. If additional information is needed please contact Miguel A. Pescador, Purchasing Agent at 956-794-1730. City of Laredo Purchasing Division, 5512 Thomas Ave., Laredo, Texas 78041 (956) 794-1730 Fax (956) 790-1805 or E-mail mpescador@ci.laredo.tx.us Page 16 of 22

I HAVE READ THIS FORM AND ATTEST THAT THERE IS NO CONFLICT OF INTEREST THUS NO VIOLATION OF SECTION 176.006, LOCAL GOVERNMENT CODE EXISTS. (check box if applicable) INITIALS CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity 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). Date Received FORM CIQ OFFICE USE ONLY 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 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 pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, 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 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 City of Laredo Purchasing Division, 5512 Thomas Ave., Laredo, Texas 78041 (956) 794-1730 Fax (956) 790-1805 or E-mail mpescador@ci.laredo.tx.us Page 17 of 22

AFFIDAVIT Project: Form of Non-Collusive Affidavit STATE OF TEXAS {} COUNTY OF WEBB {} AFFIDAVIT Being first duly sworn, deposes and says: That he/she is (a Partner of officer of the firm of, etc.) The party making the foregoing proposal or bid, that such proposal or bid is genuine and not collusive or shame; that said Bidder has not colluded, conspired, connived or agreed directly or indirectly, with any Bidder or Person, to put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference, with any person, to fix the bid price or affiant or of any other Bidder or to fix any overhead, profit or cost element of said bid price, or of that of any other Bidder, or to secure any advantage against the City of Laredo or any person interested in the proposed Contract; and that all statements in said proposal or bid are true. Signature of: Bidder, if the Bidder is an individual Partner, if the Bidder is a Partnership Officer, if the Bidder is a Corporation Subscribed and sworn before me this day of 20. My commission expires: Notary Public City of Laredo Purchasing Division, 5512 Thomas Ave., Laredo, Texas 78041 (956) 794-1730 Fax (956) 790-1805 or E-mail mpescador@ci.laredo.tx.us Page 18 of 22

City of Laredo Purchasing Division, 5512 Thomas Ave., Laredo, Texas 78041 (956) 794-1730 Fax (956) 790-1805 or E-mail mpescador@ci.laredo.tx.us Page 19 of 22

City of Laredo Purchasing Division, 5512 Thomas Ave., Laredo, Texas 78041 (956) 794-1730 Fax (956) 790-1805 or E-mail mpescador@ci.laredo.tx.us Page 20 of 22

City of Laredo Purchasing Division, 5512 Thomas Ave., Laredo, Texas 78041 (956) 794-1730 Fax (956) 790-1805 or E-mail mpescador@ci.laredo.tx.us Page 21 of 22

City of Laredo Purchasing Division, 5512 Thomas Ave., Laredo, Texas 78041 (956) 794-1730 Fax (956) 790-1805 or E-mail mpescador@ci.laredo.tx.us Page 22 of 22