2019‐001‐6765 Page1
RFPNumber:2019‐001‐6765
RequestforProposalsforAERIALSPRAYING
Pre‐ProposalConference
MondayNovember5,2018@1:00pm,.(CST)PurchasDepartment–ConferenceRoom,900Jackson,Suite680,Dallas,Texas75202
SubmittalLocationandDueDate/Time
ProposalDueDate:Thursday,November29,2018@2:00pm@2:00p.m.(CST)
DallasCountyPurchasingDepartment
FounderSquare900JacksonSt.Suite680Dallas,Texas75202
2
2019-001-6765
TABLEOFCONTENTS
ProposalSignaturePage....................................................................................................................................3
NoContactNotice...................................................................................................................................................4
Section1:Introduction.......................................................................................................................................5
Section2:DefinitionsofTerms........................................................................................................................5
Section3:Pre‐ProposalConference...............................................................................................................7
Section4:AdministrativeInformation.........................................................................................................8
Section5:EvaluationProcess.........................................................................................................................11
Section6:PreparingandSubmittingaProposal.....................................................................................13
Section7:SmallBusinessEnterpriseProgram.......................................................................................19
Section8:TechnicalRequirementsandScopeofWorkandSpecifications22
MANDATORYSmallBusinessForms.............................................................................................................48
TitleVIAssurances/Compliance–AppendixAForm............................................................................56
TexasGovernmentCodeChapter2270Form……………………………………………………………………….57
ConflictofInterestQuestionnaire.................................................................................................................58
Sample1295Form.............................................................................................................................................60
VoluntaryMoratoriumofCampaignContributionsForm...................................................................61
InsuranceAffidavitForms...............................................................................................................................62
W9Form................................................................................................................................................................64
DallasCountyPurchasingCodeofEthics...................................................................................................65
Reference……………………………………………………………………………………………………………………………….77
3
2019-001-6765
(To be included in the Original Hard Copy Proposal Response) The undersigned firm proposes to furnish and deliver any and all o f t h e d e l i v e r a b l e s a n d s e r v i c e s named in the attached Request for Proposals (“RFP”). It is understood and agreed that this proposal, including the price or prices offered herein, shall be valid and apply for a period One Hundred and Eighty (180) day’s from proposal opening date. The undersigned firm further agrees to strictly abide by all the terms and conditions contained in the RFP and Dallas County (“County”) purchasing policies as modified by any attached special terms and conditions of the County, all of which are made a part hereof. Any exceptions are noted in writing and included with this proposal. It is understood and agreed that this proposal constitutes an offer, which when accepted in writing by the Purchasing Office, Dallas County Commissioner Court, and subject to the terms and conditions of such acceptance, shall constitute a valid and binding contract between the undersigned and the County. It is understood and agreed that authorized representatives of the undersigned firm have read the County specifications shown or referenced in the RFP and that this proposal is made in accordance with the provisions of such specifications. By written signature of an authorized representative on this proposal, the undersigned firm guarantees and certifies that all items included in this proposal meet or exceed any and all such County specifications. The undersigned further agrees, if awarded a contract, to deliver goods and/or services which meet or exceed the specifications. The County reserves the right to reject any or all proposals, waive technicalities, and informalities, and to make an award in the best interest of the County, or to make no award.
PROPOSAL SIGNATURE AND CERTIFICATION I certify that this proposal is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a proposal (“Offeror”) for the same materials, supplies, equipment, or services and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences, and civil damage awards. I agree to abide by all conditions of the proposal and certify that I am authorized to sign this proposal for the firm. Authorized Signature:
Print/Type Name:
Print/Type Firm/Company Name: Date:
4 2019-001-6765
NO‐CONTACTNOTICETOALLPROPOSERS
UponthereleaseofthisRequestforProposal(RFP)andduringtheproposalprocess,vendors,firmsandtheiremployeesofrelatedcompaniesaswellaspaidorunpaidrepresentativeorpersonnelactingontheirbehalfshallnotcontactorparticipateinanytypeofcontactwithCountyemployees,electedofficials,departmentheadsandtheirrespectivesupportstaffonanypartofasolicitationornegotiation.Suchcontactmayresultinthevendorbeingdisqualified.AllquestionsregardingthisRFParetobesubmittedinwritingtoDebraMorris,ContractsSpecialistwiththeDallasCountyPurchasingDepartmentviae‐[email protected] ormailtoDallasCountyPurchasing,900JacksonSt.Suite680,Dallas,Texas75202.DeadlineforquestionsThursday,November8,2018@10:00am.PleasereferencetheRFPnumberonallcorrespondencetoDallasCounty.Allquestions,commentsandrequestsforclarificationmustreferencetheRFPnumberonallcorrespondencetoCounty.Anyoralcommunicationsshallbeconsideredunofficialandnon‐binding.OnlywrittenresponsestowrittencommunicationshallbeconsideredofficialandbindinguponCounty.Countyreservestheright,atitssolediscretion,todetermineappropriateandadequateresponsestothewrittencomments,questions,andrequestsforclarification.All addendums and any other correspondence (general information, questions andresponses) to this RFPwill bemade available exclusively through County’swebsite forretrieval.ItistheProposer'ssoleresponsibilitytoreviewandmonitortheDallasCountyPurchasingDepartment’swebsite:http://www.dallascounty.org/department/purchasing/currentbids.phponaregular(daily)basisduringtheRFPprocessuptotheclosingduedateandtimeforanyupdatesorchanges. DallasCountyPurchasingDepartment’swebsite isourprimarycommunicationtoolforaddendaandupdatedinformationregardingthisRFP.
5 2019-001-6765
1.0 INTRODUCTION
DallasCountyisrequestingproposalsfromqualifiedAerialMosquitoControlfirmsengagedinthescopeofservicescoveredbythisRFPandpossessingthequalifications,experience,andcapacitytoassistandsupporttheDallasCountyHealthandHumanServicesMosquitoControlProgramanditspartneringcities/entitieswithitseffortstomitigatemosquitopopulationsandreducemosquito‐bornediseasetransmission. It is the intentofDallasCountytoenter intoanon‐exclusiveannualcontractforAerialMosquitoControl.
TheobjectiveofthisRFPistoassistinreducingmosquitopopulationsandmosquito‐bornediseasetransmission with Aerial ULV applications. The County wants to employ integrated pestmanagementpracticesandscientificprinciplestocontrolvectorpopulations,whileutilizingpublicfundsresponsibly.
2.0 DEFINITIONOFTERMS
ThefollowingdefinitionsareusedinthisRequestforProposal,thetermssetforthbelow aredefinedasfollows:: Addendum:meansanadditionto,deletionfrom,amaterialchangein,orgeneralinterest explanationoftheRequestforProposal. Auditor:meanstheDallasCountyAuditorordesignee.
BAFO:meanstheBestandFinalOffer
BestandFinalProposal:meansanoptionalstepinthesolicitationprocessinwhichProposersare requestedtoimprovetheirProposalbymethodsincluding,butnotlimitedto,thereductionofcost, clarificationormodificationoftheProposal,ortheprovisionofadditionalinformation
BusinessEntity:any entity recognizedby law throughwhichbusiness is conducted, includinga soleproprietorship,partnership,orcorporation.Businessentity”includesanentitythroughwhich businessisconductedwithagovernmentalentityorstateagency,regardlessofwhethertheentity isafor‐profitornonprofitentity.Thetermdoesnotincludeagovernmentalentityorstateagency.
CommissionersCourt:meansDallasCountyCommissionersCourt. Contact Person/Procurement Coordinator: the Dallas County Purchasing Department person identifiedinaCountySolicitationasthecontactpersonregardingthesolicitationduringthecourse oftheno‐contactperiod.
ContractManagermeanstheCountyemployeefortheuserdepartmentassignedtoadministerthe Contract.
Contractor:meansapersonorbusinesswhichhasacontract(asan"independentcontractor"and notanemployee)toprovidesomeportionoftheworkorservicesonaprojectwhichthecontractor hasagreedtoperform.Contractorsareprivate,notpublic,entitiesandprovidedirectservices. County:meansDallasCounty,Texas,apoliticalsubdivisionoftheStateofTexas.
DueDate:meansthedateandtimespecifiedintheRequestforProposalasthedeadlinefor
submittingProposals. Exhibits:meansthosedocumentswhichareattachedtoandincorporatedaspartoftheRequestfor
Proposal.
6 2019-001-6765
InterestedParty:meansapersonwhohasaControllingInterestinaBusinessEntitywithwhom the County contracts or who actively participates in facilitating the Contract or negotiating the termsoftheContract,includingabroker,intermediary,adviser,orattorneyfortheBusinessEntity. Intermediary:means, a person who actively participates in the facilitation of the contract or negotiatingthecontract,includingabroker,adviser,attorney,orrepresentativeoforagentforthe businessentitywho: (1)receivescompensationfromthebusinessentityfortheperson’sparticipation; (2)communicatesdirectlywiththegovernmentalentityorstateagencyonbehalfofthebusiness entityregardingthecontract;and (3)isnotanemployeeofthebusinessentity
LocalTime:TimeintheCentralTimeZoneasobservedbytheStateofTexas.Unlessotherwise
specified,allstatedtimesshallbeLocalTime,evenifnotexpresslydesignatedassuch.
No‐ContactPeriod:meanstheperiodoftimefromthedateofissuance/releaseoftheSolicitationuntilaContractisexecuted.AllRespondent/Bidder/Offeror/Proposer/Vendor/Contractor/Consultantcommunicationsincluding,butnotlimitedto,questions,comments,requestsforclarification,andgeneralinformationrequests,duringtheNo‐ContactPeriod,regardinganyActiveSolicitation,mustbedirectedsolelytothePurchasingContactPerson.TheContactPersonforanyspecificsolicitationcanbeidentifiedbyvisiting:
http://www.dallascounty.org/department/purchasing/currentbids.phptoviewthe solicitationRespondent/Bidder/Offeror/Proposer/Vendor/Contractor/Consultant(includingany employees,agents,representatives,oranyotherindividualsorentitiesactingontheirbehalf)that arefoundtohaveviolatedtheNo‐ContactPeriodwillbeautomaticallydisqualifiedfromanyActive Solicitationsatthetimeoftheviolation.
PurchasingAgent:meanstheDallasCountyPurchasingAgent. Project:shallmeanthecompleteundertakingbyContractortoprovidethegoodsand/orservices contemplatedbytheAgreementorContract.
Request forProposal (RFP): A document requesting an offer from vendors, which allows for negotiations after a proposal has been received and before award of the contract for goods and servicesprocuredincompliancewithTEX.LOC.GOV’TCODEANN.,§§262.030. Respondent/Bidder/Offeror/Proposer/Vendor/Contractor/Consultant:Anyperson, individual,company,firmorbusinessthatsubmitsaProposalinresponsetoaRequestforProposal Responsible:means an entity that demonstrates its ability and capability to perform,meet and deliverinaccordancewiththecontractrequirementsandstandards. Responsive:meansaProposal thathascompliedwithallmaterial respectswith thecriteriaand specificationrequirementsoutlinedintheRequestforProposal. Services:meansthefurnishingoflabor,time,oreffortbyContractorpursuanttothisContract.
Servicesinclude,butarenotlimitedto,alloftheactivities,obligations,deliverable(s)(including supplies,equipment,orcommodities)thatresultfromContractorperformingtheServicespursuant tothisContract.
7 2019-001-6765
Solicitation:applicable,includesInvitationforBid,RequestforProposal,Requestfor Qualifications,StatementofQualifications,RequestforQuotation,RequestforInformation,orsuch otherrequestasdefinedbytheCounty. State:meansStateofTexas
Vendor:meansaperson,firm,orentitythatsellsGoodsand/orServices.3.0 PRE‐PROPOSALCONFERENCE
3.1 Pre‐ProposalConference
AvoluntaryPre‐ProposalConferencewillbeheldonMondayNovember5,2018@1:00pm,.(CST)atPurchasDepartment–ConferenceRoom,900Jackson,Suite680,Dallas,Texas75202AllprospectiveProposersareencouragedtoattendinordertofacilitatebetterpreparationoftheirProposals.
Thepurposeof thisvoluntaryPre‐ProposalConference is toprovidean “Informal” forum for the potentialProposers toaskquestionsandgainclarificationson therequirements identified in the Request forProposal (RFP).TheCountywillentertainquestions,howeverprospectiveProposers mustunderstand that theCounty’soral response toanyquestionat thePre‐ProposalConference shall beunofficial andnon‐binding. ProspectiveProposersmust submit all questions, comments, or other concerns regarding the RFP in writing prior to the submission of questions deadline indicatedbelow. All answers by County Representatives, Staff or Personnel to potential Proposers questions are consideredInformalandnonbindingonDallasCounty.
3.2 SubmissionofQuestions
Proposershavingquestions,inquiriesandrequestsforclarificationconcerningtheRFPdocument mustsubmittheminwritingtoDebraMorrisviaemail.
The deadline for all questions, inquiries or requests for clarification is due on or beforeThursday,November8,2018@10:00am.
Email [email protected] Questionsinquiriesandrequestsforclarificationreceivedafterthesubmissiondeadlinemaynotbe considered or receive a response. If question or inquiry prompts the need for changes to the specifications,theCountywillissueawrittenaddendumtotheoriginalspecification.
QuestionsfromallProposersshallbeansweredwiththeresponsesmadeavailableandpostedexclusivelythroughtheDallasCountyPurchasingDepartment’swebsite:http://www.dallascounty.org/department/purchasing/currentbids.php
Note:ItistheProposer'ssoleresponsibilitytoreviewandmonitortheDallasCounty PurchasingDepartment’swebsiteonaregular(daily)basisduringtheRFPprocessuptothe closingduedateandtimeforanyupdatesorchanges.DallasCountyPurchasingDepartment’s website isourprimarycommunicationtool foraddendaandupdated informationregarding thisRFP. PleasereferencetheRFPSolicitationNumber,CompanyName,RepresentativeNameande‐ mailaddressonallwrittencommunicationandcorrespondencetoDallasCounty.
8 2019-001-6765
4.0 ADMINISTRATIVEINFORMATION
4.1 COUNTYPROCUREMENTCOORDINATOR
Theissuingdepartmentandthesolepointofcontactforthecoordinationanddisseminationofall
informationregardingthisRFPis:DebraMorris,ContractsSpecialistDallasCountyPurchasingDepartmentFoundersPlaza900JacksonSt.Suite680Dallas,Texas75202214653‐6223(office)214653‐7449(fax)[email protected] ThepointofcontactshallhereinafterbereferredtoastheCountyProcurementCoordinator.
4.2 COMMUNICATIONSREGARDINGTHERFP
4.2.1 Upon releaseof thisRFPandduring the entire process, lobbyists, firms and theiremployeesofrelatedcompaniesaswellaspaidorunpaidpersonnelactingontheirbehalfshall not contact any Evaluators, Evaluation Committee Member, County Employees,DepartmentHeads,CountyJudgeorCommissioners,ElectedOfficialsoritsConsultantsformeeting,conferences,ordiscussionsthatarespecificallyrelatedtothisRFP.
UnauthorizedcontactofanytypewithanyindividualassociatedwithDallasCounty,including, but not limited to, Evaluators, Evaluation CommitteeMembers, CountyEmployees,DepartmentHeads,theCountyJudgeorCommissioners,ElectedOfficialsoritsConsultantsmaysubjecttheProposertoimmediatedisqualificationfromfurtherconsiderationinthesolediscretionofDallasCounty.
4.2.2 AllcommunicationshouldbeinwritingtotheCountyProcurementCoordinator.Anyoralcommunication,amendmentorinterpretationthatisnotinwritingshallnotlegallybindDallasCounty.Only informationsuppliedby theDallasCountyPurchasingDepartment inwritingorinthisRFPshouldbeusedinpreparingproposalresponses.
4.2.3 Written Questions, Inquiries and Requests for Clarification: All questions,inquiriesandrequestsforclarificationpertainingtothisRFPmustbesubmittedinwritingno later Thursday , November 8, 2018 @ 10:00 am and must be directed, via e‐[email protected],ContractsSpecialist.asindicatedinSection4.1ofthisRFP.
Questions, inquiries and requests for clarification received after the due date and timedeadlinemaynotbeconsideredorreceivearesponse.Proposersareresponsible for insuringallanswers toquestions, inquiriesandrequest forclarificationarereviewedpriortoproposalsubmittal.Answersprovidedtopostedquestionsaddressminor irregularities and are for clarification purposes only and do not revise ormodifythespecificationrequirements.AnswerstoquestionsthatresultinrevisionstothespecificationswillbeaddressedbyAddendum.Nooralstatementofanypersonshallmodifyorotherwisechange,oraffectthespecifications.PleasereferencetheRFPNumber,CompanyName,RepresentativeNameande‐mailaddressonallwrittencommunicationandcorrespondencetoDallasCounty.
9 2019-001-6765
4.2.4 AddendumandGeneralInformation
OnlydocumentsissuedasWrittenAddendumbyDallasCountyPurchasingDepartmentservetochangetheRequestforProposalinanyway.NootherdirectionreceivedbytheProposer,Writtenorverbal,servestochangetheRequestforProposal.AddendumwillbepublicizedontheDallasCountyPurchasingDepartmentwebsite.ProposersareadvisedtoconsulttheDallas CountyPurchasingDepartmentwebsite prior to submitting a Proposal in order toensurethatallrelevantAddendumshavebeenincorporatedintotheProposal.Proposersareresponsible for obtaining and incorporating any changes made by Addendum into theirProposal.FailuretodosomaymaketheProposalnon‐Responsive,whichinturnmaycausetheProposaltoberejected.
These addendum(s)will benumbered consecutivelybeginningwith1 andwill bepostedexclusively on the Dallas County Purchasing Department’s website:http://www.dallascounty.org/department/purchasing/currentbids.php
EachProposerisrequiredtoacknowledgereceipt,signandreturneachaddendumwiththeproposalresponse.
TheCountyreservestheright,atitssolediscretion,todetermineappropriateandadequateresponsestothewrittencomments,questions,andrequestsforclarification.
Note:Alladdendumsandanyothercorrespondence(generalinformation,questionsand responses)tothisRFPwillbemadeavailableexclusivelythroughCounty’swebsitefor retrieval.ItistheProposer'ssoleresponsibilitytoreviewandmonitortheDallas CountyPurchasingDepartment’swebsite: http://www.dallascounty.org/department/purchasing/currentbids.php onaregular(daily)basisduringtheRFPprocessuptotheclosingduedateandtime foranyupdatesorchanges.DallasCountyPurchasingDepartment’swebsiteisour primarycommunicationtoolforaddendaandupdatedinformationregardingthisRFP.
Download Instruction for rfq, rfps, bids, solicitations, addendums, and generalinformationdocuments:1.Goto:http://www.dallascounty.org2.Onthetopheadersectionclickon“Departments,”scrolldowntolocateandclickonthePurchasingDepartmentlink
3.YouarenowatthePurchasingDepartmentwebsite4.Navigatetothefarlefthandcolumntoclickon“BiddingOpportunities”5. Youcannowdownloadanysolicitation,bid,rfq,rfp,addendums,andgeneralinformationdocumentationavailableonthewebsitebyclickingonthecorrespondinghyperlink.
4.3 PROPOSALERRORSANDOMISSIONS
Duecareanddiligencehasbeenusedinthepreparationofthisinformation,anditisbelievedtobesubstantiallycorrecttosecurecomparableProposals.IfaProposerdiscoversanyambiguity,conflict,discrepancy, omission or other error in the RFP, he/she shall immediately notify the CountyProcurementCoordinatorofsucherrorsinwritingandrequestmodificationorclarificationofthedocument.AnymodificationmadetothisRFPwillbeissuedasanaddendumtothesolicitationandwillbepostedontheDallasCountywebsite:http://www.dallascounty.org/department/purchasing/currentbids.phpAnyandallerrors,omissions,orinconsistenciesinthespecificationsaretobereportednolaterthanMonday,November26,2018@10:00am(cst)
10 2019-001-6765
4.4 PROPOSALWITHDRAWALProposermaywithdrawitsproposalatanytimebeforethedeadlineforsubmittingqualificationsandproposalsbynotifyingtheCountyProcurementCoordinatorinwritingofitswithdrawal.ThenoticemustbesignedbytheProposer.TheProposermaythereaftersubmitanewormodifiedqualificationsandproposals,providedthatitisreceivedattheDallasCountyPurchasingDepartment,900JacksonSt.Suite680Dallas,Texas75202,nolaterthantheproposalduedateandtimelistedinthetimelineoftheRFP.Modificationsofferedinanyothermanner,oralorwritten,willnotbeconsidered.QualificationsandProposalscannotbechangedorwithdrawnaftertheproposalduedateandtimelistedinthetimelineoftheRFP.
4.5 REJECTIONOFPROPOSALS
4.5.1 County reserves the right, at its sole discretion, to reject any and all proposalsreceivedinresponsetothisRFPortocancelthisRFPinentiretyasdeterminedtobeinthebestinterestsofCounty.
4.5.2 The issuance of this RFP and the acceptance of responses do not constitute anagreementbytheCountythatitwillenterintoacontractwithanyoftheProposerstothisRFP.
4.5.3 Anyproposal receivedwhichdoesnotmeet therequirementsof thisRFP,maybeconsidered tobenon‐responsive, and the statementofqualificationandproposalmayberejected.
4.5.4 County reserves the right, at its sole discretion, towaive any defect, irregularity,informality or technicality in anyproposal provided such action is in the best interest ofCounty. Where County waives minor defect, irregularity, informality or technicality inproposal,suchwaiverdoesnotmodifytheRFPrequirementsorexcusetheProposerfromfullcompliancewiththeRFP.Notwithstandinganyminordefect,irregularity,informalityortechnicality,CountyholdsanyProposertostrictcompliancewiththeRFP.
4.6 DISCLOSUREOFPROPOSALCONTENT
4.6.1 Countywillnotdiscloseanyoftheevaluationandselectionprocessesuntilafterthefinalcontractisexecuted.
4.6.2 Ownership of materials: Any materials submitted to County shall become thepropertyofCountyandwillbesubjecttotheTexasPublicInformationAct.AlldocumentsthatyousendtoCountywillbesubjecttodisclosureifrequestedbyamemberofthepublic.There are a very limited number of narrow exceptions to this disclosure requirement.Therefore, any proposal which contains language purporting to render all or significantportionsoftheirproposal“Confidential”,“TradeSecret”or“Proprietary”,orfailstoprovidetheexemptioninformationrequiredwillbeconsideredapublicrecordinitsentirety.Donotmarkyourentireproposalas“confidential”.
4.6.3 Designationofinformation:Allconfidential,tradesecretorproprietaryinformationmustbeclearlyidentifiedbytheProposerpriortosubmissionoftheproposal.
4.6.4 Confidential information means information that (i) qualifies as trade secret orproprietaryunder the law;and (ii) isdesignatedasconfidential informationasdescribedbelow.
4.6.5 Information:Thestatementofqualificationsandproposalsaredeemed tocontaintwo types of information: (i) confidential information, also known as “proprietaryinformation” or “trade secret information,” which must be specifically designated byProposer in the proposals and statement of qualifications; and (ii) non‐confidentialinformation,whichisinformationnotspecificallydesignatedasconfidentialinformation.”
11 2019-001-6765
4.6.6 Management of Information: (i) All proposal information that is specificallydesignated by Proposer as confidential information, andmeets the standard definition assuch, including detail prices and cost information, shall be held in confidence during theevaluation process and thereafter to the extent authorized by law; (ii) Information notdesignatedasconfidential informationmaybediscussedinopenmeetingsthroughouttheentire RFP procurement process and thereafter andwill bemade available to the publicsubjecttotheTexasPublicInformationAct;and(iii)CountywillupholdtheconfidentiallyofProposertradesecretstotheextentauthorizedbylaw.
4.6.7 DutyofConfidentialityuponProposer(s):AnyinformationdivulgedpubliclybyanyProposer(s)(e.g.,atanopenmeeting)shall,fromthattimeforward,bedeemedinformationthat is not designated as confidential information. During all open meetings with theCommissioners Court, it is the duty of the Proposer(s) to (i) timely assert any claim ofconfidentiality; and (ii) request confidential handling of any materials presented to theCommissionersCourtduringanyopenmeeting.
5.0 EVALUATIONPROCESS
5.1 EVALUATIONPROCEDURESANDPROCESSES
5.1.1 Management and coordination of the evaluation process including all meetings,requests,negotiationanddocumentationwillbehandledbytheDallasCountyPurchasingDepartmentProcurementCoordinator.
5.1.2 Proposals received by the specified deadline will be reviewed and evaluatedconsistentlywiththestatedEvaluationandSelectionFactors.Beforethefinalevaluationandranking of Proposals is complete, County, at its sole discretion, may request interviews,presentations, and/or site visitswith Proposer(s) found to be among themost qualified.Proposals will be ranked based on final evaluation with a recommendation to beginnegotiationswiththeProposer(s)thatreceivedthehighestevaluation.
5.1.3 EvaluationCommitteewillbecomposedofvariousCountyDepartments.
5.1.4 EachproposalandwillbeindependentlyevaluatedbyeachCommitteemember.
5.1.5 AllProposerswillbeaccordedfairandequaltreatment.
5.1.6 Each proposal shall be evaluated for completeness and for compliance with therequirementsofthisRFP.
5.1.7 Proposals which substantially deviate from the basic intent of the RFP will beeliminated.
5.1.8 As part of the evaluation process, the County reserves the right to request theProposer to providewritten clarification ormake a formal, oral presentation. TheDallasCountyPurchasingDepartmentProcurementCoordinatorthepointofcontactasidentifiedwithinthisRFPshallrequestthewrittenclarificationorscheduleanypresentationsrequired.EachProposershouldbepreparedtodiscussandsubstantiateallareasofitsproposal.ThepurposeofthesequestionswillbetoclarifyinformationalreadycontainedinthesubmittalsandwillnotbeanopportunityforProposerstosubmitadditionaldocumentationorchangeexisting documentation. This is a fact finding and explanation session only and does notincludenegotiation.Inconductingdiscussions,thereshallbenodisclosureofanyinformationderived from proposals submitted by competing Proposers. The Proposer shall beresponsible forallof its costsassociatedwith thepresentation.Oralpresentationsareanoption of the County and may or may not be conducted with none, some or all of theProposers.
12 2019-001-6765
5.1.9 Discussions may be conducted only with responsible Proposers who submitproposalsdeterminedtobereasonablysusceptibleofbeingselectedforaward.
5.1.10 Proposalswillbeassessedtodeterminethemostcomprehensive,competitiveandbestvaluesolutionforCounty.
5.1.11 AlthoughpricewillbeafactorinProposalevaluation,itisspecificallyaconsideration ofsecondaryimportancetotheneedsandselectioncriteriaidentifiedintheRFP.
5.1.12 Abestandfinaloffer(BAFO)maybeconductedwithonlythoseproposer(s)whoarereasonablysusceptibleofbeingselectedforaward.Anyproposer(s)deemednotlikelytobeawardedmaybedroppedat thispoint. TheBAFOwillbeevaluatedand rescoredby theevaluationcommittee.
5.1.13 RecommendationmadetoDallasCountyCommissionersCourttothefirmevaluatedto be most qualified, highest rated and offering the best value to County. Upon formalapproval,acontractwillbeformallydraftedandenteredintowiththeselectedfirm.
5.2 EVALUATIONANDSELECTIONFACTORS
TheEvaluationCommitteewillevaluateproposalonthecriterialistedbelow.Theobjective istoenterintoafutureContractwiththebestqualifiedProposer(s)atthebestpriceand value.Eachcategoryshallbeweightedasfollows:
EvaluationCriteria Points
CostofServices (Sealedseparateenvelope) 0‐30Points Typeandusageofequipment. Chemicalsolutionanddilutionlevels. CostoffuelasitrelatestoAerialSpraying(notemaximumfuelcostcap). Utilizationofonstaffexpertpersonnelbyspecialty.
ProgramDesign 0‐15Points Verticalstructureofall‐inclusiveservicesperformedin‐house. Tieredapproachtoservice;surveillance,treatment,control,testing,andconsulting. Equipmentownedvs.leased.
ResponseTime 0‐20Points Emergencyserviceperformedwithin12hoursofrequest. Responsetimetotreatmentrequestwithin48hours. Reportandconsultofsurveillancearea.
Experience 0‐15Points Experiencewithotherpublicentities OfferorQualifications(includingstaff) Yearsofexperience Accreditation(laboratoryandfacility) VendorPerformanceHistory Licenses References
FinancialStability(sealedseparateenvelope) 0‐5Points
SmallBusinessEnterprise(sealedseparateenvelope) 0‐15Points
TOTALPOINTS 100Points
13 2019-001-6765
5.3 AWARDANDNEGOTIATIONPROCESS
5.3.1 ThePurchasingDepartmentAgentwillcoordinateandsupervisesallnegotiations.
5.3.2 TheProposerawardedorchosenpursuanttotheprovisionsofthissectionwillnotbebasedsolelyonprice,butwillincludeandbelimitedtoevaluationcriterialistedintheRFP. Upon completion of the evaluation process, the Evaluation Committeewillmake arecommendation to County Commissioners Court to award to the highest rated firm.Negotiations may or may not be conducted with the finalist(s); therefore, the ProposalsubmittedshouldcontainProposer’smost favorable termsandconditions,sinceselectionandawardmaybemadewithoutfurtherdiscussionorneedforclarification.DuetothesizeofDallasCounty,DallasCountymayawardtomultipleFirm(s)
5.3.3 Theawardof thecontract ismadeto theresponsibleProposer,whoseproposal isdetermined to be the best evaluated offer resulting from negotiation, taking intoconsiderationtherelativeimportanceofpriceandotherevaluationfactorssetforthherein.
5.3.4 Anyoralnegotiationsmustbeconfirmedinwritingpriortoaward.
5.3.5 Inconsideringtheproposals,DallasCountyreservestherighttoselectoneormoreresponsibleProposers.
5.3.6 DallasCountyreservestherighttoawardonlyaportionoftheRFP.
5.3.7 Proposers may be required to submit additional data during the process of anynegotiations.
5.3.8 DallasCountyreservestherighttonegotiatethepriceandanyothertermwiththeProposers.
5.3.9 In the event that County cannot reach agreement with the selected firm bynegotiationofacontract,Countymayformallyendnegotiationsbywrittennotificationtotheselectedfirm.Countyshallhavetheright,butnottheobligation, tosequentiallynegotiatewiththenextmost‐qualifiedfirmandwillcontinueinthismanneruntileitheracontractisawardedorthisRequestforProposaliscanceled.Uponsuccessfulcompletionofnegotiations,theresultswillbereducedtoawrittencontractfortheservicestoberendered.SuchcontractmaycontainadditionalrequirementsfromCounty.
5.3.10 All necessary contract documents will be prepared by the Dallas County DistrictAttorney’sOfficeandwillbetailoredspecificallyforthisRFP.NocontractshallbebindingonCountyuntilithasbeenapprovedastoformbytheDallasCountyDistrictAttorney’sOfficeandexecutedbytheDallasCountyCommissionersCourt.Countywillnotbeliablefor,norwillitpayfor,anyamountofworkcommencedpriortotheapprovalofthecontractbytheDallasCountyCommissionersCourt.
6.0 PREPARINGANDSUBMITTINGAPROPOSAL
6.1 PREPARATIONCOSTS
TheCountyshallnotberesponsibleorliableforanycostsdirectlyorindirectlyassociatedwiththepreparation,submittal,presentation,on‐siteinterviews,demonstration/webpresentationorothercostsincurredbyparticipatinginthisprocurementprocess.AllcostsassociatedwiththepreparationtothisresponseshallbethesoleresponsibilityoftheProposer,includingbutnotlimitedtodocumentpreparation,andanyandalltravelexpenses.
14 2019-001-6765
6.2 SUBMISSION
6.2.1 Allresponsesmustbeinasealedpackageclearlylabeled/markedontheoutsidewiththenameofthefirmsubmittingtheresponseandthefollowinginformation:
RFPNo.2019‐001‐6765RequestforProposal
ForAerialSpraying
MustBeDeliveredTo:DallasCountyPurchasingDepartment
FounderSquare900JacksonSt.Suite680Dallas,Texas75202
DallasCounty isnotresponsible fordelays inthedeliveryofmailbytheU.S.PostalServices,FedEx,UPS,PrivateCouriers,ordeliverybyanyothermeans.ItisthesoleresponsibilityoftheProposertoensurethathis/herproposalreachestheDallasCountyPurchasingDepartment,bythedesignateddateandhourindicatedontheCoverPageand/oraddendum(whenapplicable).LateRFPsubmissionswillnotbeaccepted.Note:PleasereferencetheRFPNumber,RFPTitleandCompanyNameontheoutsideofallsealedenvelopes,packagingandboxesorusedthe labelprovided intheRFP.DallasCountyacceptsnoresponsibilityforlateormisdirectedmail.RFPshouldbesubmittedinsealedpackaging,markedandaddressedasdirected.RFPsresponseswhicharereceivedbytelephone,telegraphic,fax,email,oranyothertypeelectronictransmittalmethod,willnotbeacceptedforconsideration.Proposers should take into accountmailing/delivery times inorder to assure thatproposalsandoffersarereceivedontime.6.2.11 ResponsestothisRequestforProposal(RFP)shallbeformattedandorganizedinthe
followingorderforconsistencyandeasyscreening:• Allproposalsmustbetyped,singlespaced,andprintedsingle‐sidedon8½”
by11”paper,12PointFontinTimeNewRomantheme.• One (1) original, clearly marked “ORIGINAL”, and one (1) copy, clearly
marked“COPY”,mustbesubmittedinseparatethree‐ring,loose‐leafbinderswithidentificationofthevendor,thejobnumberaslocatedontheRFPcoversheet,andtheRFPtitleonthefrontcover.
• Thecompleteproposal responsemustbe sealed inanenvelopeorbox fordelivery to the Office of the Dallas County Purchasing Department perinstructions
• Alldocumentsmustbelabeledwiththevendor’snameandthejobnumber.Any response received by the Office of the Dallas County PurchasingDepartmentthatisnotidentifiedontheoutsidewiththejobnumberwillbeatriskforrejection.
• Eachsectionofthevendor’sresponseshouldstartonanewpage.Atabbeddividerpagemarkedwiththesectionnumbershouldseparateeachsection.
6.2.2 AnyRFPreceivedaftertherequiredduedateandtimeshallbeconsideredlate,void,unacceptableandshallbereturnedunopenedtoProposeruponrequest.
Thetime/datestampclockintheDallasCountyPurchasingDepartmentshallbetheofficialtimeofreceipt.
15 2019-001-6765
6.2.3 EachProposermustprovideatotaloftwo(2)paperhardcopiesoftheentireproposalincludingalldata,CostofServices,ProgramDesign,ResponseTime,Experience,FinancialStabilityandSmallBusinessEnterpriseInformationasoutlinedintheRFP.
Mustbesubmittedinseparatesealedenvelopes:
Envelope1‐CostofServices,
Envelope2FinancialStability
Envelope3SmallBusinessForms
andlabeledwiththeRFPnumberontheoutsideoftheenvelope.
Onecopy(1)oftheprintedhardcopy(original)mustbesignedinblueink.Theoriginalboundcopyoftheproposalistobeclearlymarkedas“original”ontheoutsidecoverandcontainoriginalsignaturesinblueinkofapersonauthorizedtomakeabindingoffer.
Inaddition,theProposermustalsoprovidenine(9)“individuallabeled”electroniccopiesoftheentire/completeproposalandattachments(excludingCostofServices,FinancialStabilityand“SmallBusinessForms”information)onDisc,JumporUSBFlashDrive,formattedin“AdobePDF”.ProposermustmakesurethatthedocumentontheDisc,JumporUSBFlashDrivecanbeopenedandviewed.
6.2.4 BysubmittingaProposal,theProposerrepresentsthatithasthoroughlyexaminedand become familiar with the services required under this RFP and that it is capable ofprovidingtheservicesthatwillachieveCounty’staskandobjectives.
6.2.5 AllProposalsshallbevalidforaperiodofonehundredeighty(180)daysfollowingtheclosingdate(duedate)forsubmissionofProposalsorbestandfinalofferifrequested.Theonehundredeighty(180)daysmaybeextendedbymutualagreementofallparties.
6.2.6 Dallas County reserves the right, at its sole discretion, to reject any and all offersreceivedinresponsetothisRFPortocancelthisRFPinitsentiretyifdeemedbyCountytobeinthebestinterestsofCounty.
6.3 PROPOSALFORMAT
6.3.1 Proposalshouldbespecificandcompleteineverydetail.Itshouldbepracticalandshould be prepared simply and economically, providing a straightforward, concisedelineationofcapabilitiestosatisfactorilyperformtheContractbeingsought.Proposersareadvisedtoorganizetheirsubmissionstobeasbriefandsuccinctaspossiblewhileprovidingrelevant information. The submission of irrelevant and superfluous information isdiscouraged. Emphasis should be placed on conformity to the RFP’s instructions andrequirements,andcompletenessandclarityofcontent.
6.3.2 ProposermustsubmititsProposalinstrictaccordancewithallrequirementsofthisRFP,andanagreementtofullycomplywiththerequirementsmustbestatedintheProposal.Deviations,clarificationsand/orexceptionsmustbeclearlyidentifiedandlistedseparatelyasalternativeitemsforCounty’sconsideration.
6.3.3 Theoriginalproposalandcopiesshallbepreparedonstandard8‐1/2”x11”paperin12ptTimeNewRomanfont.(Narrativeshallnotexceed20pagesfront)Allproposalsshallbe submitted as hard copy documents; each page shall be consecutively numbered andidentifiedsequentiallybysection.Proposalsmustbetabbedandindexedinaccordancewiththeinformationrequested.Expensivebindings,colordisplays,foldoutsthatcontaincharts,spreadsheets, and oversize exhibits are permissible but are not necessary. Tabs or otherseparatorsshallservetodividemajorsectionsoftheproposal.
16 2019-001-6765
6.3.4 Inorder toexpedite theevaluationandcomparisonprocess,Countyrequests thatproposalsbeorganizedinaccordancetheformatoutlinedbelow.Proposalsthatdonotfollowthe specified formal outlined below, or fail to provide the required documentation, mayreceive lowerscores. Atableofcontentsshallbeprovidedthat identifiestheconsecutivepagenumberswheretofindthevarioussectionsincludedintheproposal.
6.3.5 Eachproposalshallorganizedinthemannerdescribebelow.
6.3.5.1 CoverLetter:Thecoverlettershallinclude:
o Identifythesubmittingorganizationandlegalentity;o Identifythename,title,telephoneandfaxnumbers,ande‐mailaddressofthe
person authorized by the organization to contractually obligate theorganization;
o Identifythename,title,telephoneandfaxnumbers,ande‐mailaddressofthepersonauthorizedtonegotiatethecontractonbehalfoftheorganization;
o Identifythenames,titles,telephoneandfaxnumbers,ande‐mailaddressesofpersonstobecontactedforclarification;
o Shouldstate inwritingthatall furnishedinformation, includingprices,willremainvalidforaperiodofnotlessthanonehundredandeighty(180)daysfrom the date set for the opening thereof andwill remain the property ofDallasCounty;
o AcknowledgementofalladdendumstothisRFP;ando Besignedbythepersonauthorizedtocontractuallyobligatetheorganization
6.3.5.2 ClaimofConfidentiality
All documents that are submitted to the County will be subject to disclosure after the award and execution contract, if requested by amember of the public in accordance to the Texas Public Information Act (Texas Government Code, Chapter 552.001, et seq.). Therefore, any proposal which includes confidential, trade secret or proprietary information the Proposer wishes to except from public disclosure must be clearly stamped,markedandidentifiedoneachpagebytheProposer.TheentireProposalshould notbegivenablanketconfidentialitydesignationandpricingisnotconsideredto be confidential,tradesecretorproprietaryinformation.
6.3.5.3 TableofContents
Atableofcontentsshallbeprovidedthatidentifiestheconsecutivepagenumberswhereto findthevarioussectionsincludedintheproposal.
6.3.5.4 ExecutiveSummary
Thissectionshouldbeabrief(limitedtothree‐(3)page)summaryofthekeyaspectsof theProposer’sProposal.Theexecutivesummaryshouldincludeanoverviewofthe Proposerstatementofqualifications,approachtodelivertheservicesdescribedinthe RequestforProposals(RFP),timeframetodelivertheservices,proposedteam,and advantagetoDallasCounty.Thesummaryshouldalsoindicatetheproposer’s commitmenttoacceptthetermsandconditionsintheRFP.
6.3.5.5 AdditionalInformation Provideanyadditional informationdeemednecessarybytheProposerbelievestobepertinentbutspecificallyrequestedelsewhereintheRFPincludinganyvalueaddedservices.
6.3.5.5.1 Small Business Forms
6.3.5.5.2 Signed Addendum(s)
6.3.5.5.3 Proposal Exceptions
17 2019-001-6765
ProposershallidentifyandlistallexceptionstakentoanypartorsectionsoftheRFP.An“exception”isdefinedastheProposer’sinabilityorunwillingnesstomeeta term, condition, specification, or requirement in themanner specified in theRFP.
Allexceptionstakenmustbeidentifiedandexplainedinwritinginyourproposalresponseandmustspecificallyreferencetherelevantsection(s)ofthisRFP.Otherthanexceptions that are stated in compliancewith thisSection, eachproposalshallbedeemedtoagreetocomplywithallterms,conditions,specifications,andrequirementsof thisRFP. If theProposerprovidesanalternatesolutionwhentakinganexceptiontoarequirement,thebenefitsofthisalternativesolutionandimpact,ifany,onanypartoftheremainderoftheProposer’ssolution,mustbedescribedindetail.
However, any exceptions submitted may render the submission as non‐responsivetotherequirementslisted.TheCountywillbesoledetermineroftheacceptabilityofanyexception.
IftheProposerhastakennoexceptionstotherequirementsofthisRFP,pleasestateno“exception”inthesection.
**Please Note** upon identification of the highest ranked vendor andnegotiationsthefollowingformswillneedtobesubmittedpriortocontracting
6.3.6 ConflictofInterestForm
Chapter176oftheTexasLocalGovernmentCoderequiresthatanyproposerorpersonconsideringdoingbusinesswithalocalgovernmententitydiscloseintheQuestionnaire Form CIQ, the proposer or person's affiliation or businessrelationshipthatmightcauseaconflictofinterestwithalocalgovernmententity.Bylaw,thisquestionnairemustbefiledwiththerecordsadministratorofCountynolaterthanthe7thbusinessdayafterthedatethepersonbecomesawareoffactsthatrequirethestatementtobefiledasdefinedinSection178.006oftheTexasLocalGovernmentCode.ApersoncommitsanoffenseifthepersonviolatesSection 178.006 of the Texas Local Government Code. An offense under thissection is a Class C misdemeanor. A copy of the law is available at:http://www.statutes.legis.state.tx.us/Docs/LG/htm/LG.178.htm
By submitting a response to this request, the proposer represents that it is incompliancewiththerequirementsofChapter176oftheTexasLocalGovernmentCode.
6.3.7 ProposalSubmissionDeadline
Proposals shall be submitted no later than the Proposal Deadline time and date. Offerors shall respond to the written RFP and any exhibits, attachments, or amendments. An Offeror’s failure to submit a proposal as required before the deadline shall cause their proposal to be disqualified and returned to the bidder upon request. Dallas County will not be held responsible for unmarked proposals, improperly marked proposals or proposals delivered to the wrong location. Offerors mailing proposals should allow sufficient mail delivery period to insure timely receipt of their proposals by the Dallas County Purchasing Department. Proposals may not be delivered orally, by facsimile transmission or e-mail, or other telecommunication means. All proposals must be delivered in sealed packages or containers no later than Thursday, November 29, 2018 @ 2:00 pm @ 2:00 P.M. Central Standard Time.
18 2019-001-6765
6.3.8 Pre‐ProposalConference
The County will hold one Pre-Proposal Conference on Monday November 5, 2018 @ 1:00 pm. (CST) at location Purchas Department – Conference Room, 900 Jackson, Suite 680, Dallas, Texas 75202. Attendance for the Pre-Proposal Conference is voluntary and not a prerequisite to submitting a Proposal, however Dallas County strongly encourage all potential Proposers to attend.
6.3.9 AdministrativeInformation
Incorporation of Proposal into the contract:
The contents of this proposal and the selected Offerors response cost and any negotiated changes are to be incorporated, in its entirety, into the Contract.
RFP Coordinator: The only point of contact for this RFP Debra Morris, Purchasing Contract Specialist Dallas County Purchasing Department, 900 Jackson Street, Suite 680 Dallas, Texas 75202 214-653-7933 / 214-653-7449 Fax [email protected]
The main point of contact shall hereinafter be referred to as the RFP Coordinator.
6.3.10 Communications Regarding the RFP
6.3.10.1 Communications Paragraph / Restrictive During the proposal process, firms shall not contact County staff. Additionally, firms and their employees of related companies as well as paid or unpaid personnel acting on their behalf shall not contact or participate in any type of contact outside the County offices with County employees, including elected officials. Such contact may result in the vendor being disqualified. All contact must be coordinated through Debra Morris , RFP Coordinator, for this procurement.
6.3.10.2 Upon release of this RFP, all offeror communications concerning this
procurement must be directed to the RFP Coordinator.
6.3.10.3 All communication should be in writing to the RFP Coordinator. Any oral communications shall be considered unofficial and non-binding. Written comments, including questions and requests for clarification, must reference the RFP number and should be submitted no later than Thursday , November 8, 2018 @ 10:00 am .
6.3.10.4 The County shall respond in writing to written communications. Such
response shall constitute an addendum to the RFP. Only written responses to written communication shall be considered official and binding upon the County. The County reserves the right, at its sole discretion, to determine appropriate and adequate responses to the written comments, questions, and requests for clarification.
NOTE: All Addendums and any additional applicable correspondence (questions/responses) to this RFP will be made available “exclusively” through the Dallas County website for viewing/retrieval. Vendors are solely responsible for frequently checking the website for updates to the solicitation. Addendums to this solicitation can be located at the following website: http://www.dallascounty.org/html/departments/purchasing/currentbids.html or go to the applicable Bid # and click on the associated addendum or general information hyperlink.
19 2019-001-6765
7.0 SMALLBUSINESSENTERPRISE(SBE)PROGRAM
7.1 Definitions.
7.1.1 Theterm“CommerciallyUsefulFunction”isdefinedasabusinessthatisdirectlyresponsible
forprovidingthesuppliesorservicestoDallasCountyasrequiredbythesolicitationorrequestquotes,bidsorproposals.Afirmisconsideredtoperformacommerciallyusefulfunctionwhenresponsiblefortheexecutionofadistinctelementoftheworkofacontractandcarriesoutitsresponsibilities by actually performing, managing and supervising the work involved. Abusinessthatstockssufficientquantitiesofsuppliesindirectinventory,heldforsaleorresale,to cover anticipated future demands for the suppliers is preforming a commercially usefulfunction.
7.1.2 A“Contractor”isdefinedasonewhoparticipates,throughacontractoranyothercontractualagreement in a County funded contract opportunity for work, labor, services, supplies,equipment,materials,goodsoranycombinationoftheforegoing.ForpurposesofthisSection,aContractorisanyindividual,company,orotherentityseekingtodoworkforDallasCountyregardless of the method used to procure the services or products, including by bid orsolicitation.AContractorincludesbutisnotlimitedtoacontractor,consultant,orvendor.
7.1.3 Theterm“DirectorofSmallBusinessEnterprises”shallmeantheDirectoroftheCounty’s
OfficeofSmallBusinessEnterprisesandincludehisorherdesignee.7.1.4 Theterm“ContractAdministration”shallmeantheCountyPurchasingDepartment.
7.1.5 The“ContractAdministrationSupervisor”shallmeanthePurchasingDirectorand/orhisor
herdesignee.7.1.6 EqualEmploymentOpportunityRequirements.ItisthepolicyofDallasCountytoensure
non‐discrimination in the award and administration of contracts. The Contractor orSubcontractor shall not discriminate on the basis of race, color, national origin, disability,veteranstatus,religion,orsexintheperformanceofthiscontract.
7.1.7 GoodFaithEffortPlan.TheplansubmittedwithaSubmittaldetailingtheRespondent’stoachievethesetaspirationalgoalordocumentingitGoodFaithEffortstomeetthegoalsforallelementstheSolicitation.AGoodFaithEffortPlanmustbesubmittedwithaSubmittalforanyDallas
7.1.8 MetropolitanStatisticalArea(MSA).TheDallasCountyMSAincludesthefollowingcounties:Dallas,Tarrant,DentonandCollin.
7.1.9 Small Business Enterprises. It is the policy of the County to support the growth anddevelopment of Small Business Enterprises (“SBEs”) and ensure that SBEs have an equalopportunity to compete for andparticipate inDallasCounty contracts. Thus,DallasCountyCommissioners Court has created the Office of Small Business Enterprise to establish andoverseeaDiversityProgramtoensurethatSBEshaveanequalopportunitytocompeteforandparticipateinDallasCountycontracts.ItisDallasCounty’sintentto: EnsurenondiscriminationintheawardandadministrationofDallasCountycontracts;
20 2019-001-6765
CreatealevelplayingfieldonwhichsmallbusinessescancompetefairlyforDallasCountycontracts;and
EnsurethatonlyfirmsthatattempttomeettheSBEgoodfaitheffortsareconsideredforapplicablecontractawards.
Consequently,thecontractorshallcarryoutapplicablerequirementsofthegoodfaitheffortinitsproposal/bidhereunderand,ifawardedthecontract,theawardandadministrationoftheContract.
7.2 SBEGoals,GoodFaithEffortsandEligibility.
TheDirectorofSmallBusinessEnterprises(“Director”)andtheContractAdministrationSupervisorsetstheannualSBEparticipationcontracting/subcontractingaspirationalSBEgoalsforeachcontract.Thecontracting/subcontractinggoalsforthiscontractwillbebasedonmeetingorexceedingtheminimumaspirational SBE goal of 40%, unless good cause exists for failing to meet the goal. The SBEaspirationalgoalisbasedonthetotalcontractvalue.
NOTE:On January 1, 2018, Dallas County moved from an M/WBE Program to a Small BusinessEnterprise Program. The County will accept Minority Women Owned Business (M/WBE) andDisadvantageBusinessEnterprise(DBE)certificationsforaone(1)yearperiodendingDecember31,2018. For M/WBE/DBE certification to quality for SBE recognition, between January 1, 2018 andDecember31,2018,thefirmmustbecertifiedbyoneoftheentitieslistedinsubsection(a)andsatisfytherequirementsinsubsection(b)‐(f)below.ThefirmmustalsocompeteandsignanSBAThresholdAffidavitaffirmingthefirmmeetsalloftheafore‐mentionedrequirementstoqualifyandberecognizedasaSBEbyDallasCounty.
Themaximumnumberofpointstobeearnedis15points.Self‐performanceandsubcontractingmaybeusedtoachievetheaspirationalgoalsandearnpoints.
To be recognized and qualify as an SBE (contractors and/or their subcontractors):
a) MUST be certified as an SBE by one of the following three County approved entities: North Texas Regional Certification Agency (NCTRCA), DFW Minority Supplier Development Council and/or the Women’s Business Council of Southwest, at the time of the proposal/bid submission. All other certifications, including Historically Underutilized Businesses (HUB), will not be accepted.
b) The firm’s gross revenues or number of employees over the past three years MUST be equal to or
below 20% of the Small Business Administrations (SBA) standards; c) The SBE firm owner’s personal net worth (PNW) MUST not exceed $3.2 million; d) All SBE eligible firms MUST also perform a commercially-useful function on the project and have a
local presence in Dallas County Metropolitan Statistical Area (MSA) in order to be counted for SBE points. The MSA includes the following counties: Dallas, Tarrant, Denton and Collin.
e) The firm MUST submit proof of a current and valid certification (i.e. copy of certification certificate); f) All SBE firms (contractors and/or sub-contractors) MUST compete, sign and notarize the Small
Business Threshold Affidavit affirming the firm meets all of the above mentioned requirements to qualify and be recognized as a SBE by Dallas County; and
7.3 UtilizationScoring
21 2019-001-6765
a) SBEorcertifiedPrimeContractor:5pointsb) SBEor certified Sub‐Contractor ScoringMethod:Up to10Points (bypercentage)40%
AspirationalGoal
ParticipationPercentagebetween1%and9.99%=2points ParticipationPercentagebetween10%and19.99%=4points ParticipationPercentagebetween20%and29.99%=6points ParticipationPercentagebetween30%and49.99%=8points ParticipationPercentagemeetingorexceeding40.00%=10Points
TheaspirationalSBEorcertifiedsub‐contractorgoal isexpressedasapercentageof thetotaldollaramountofthecontractgoingtoSBEorcertifiedSub‐ContractorforthoseareaswhichtheContractorhassub‐contractedoranticipatessub‐contracting. Theaspirationalgoalshallalsoapply tocontractamendments that requirework beyond the scope of services originally required to accomplish theproject.TheRespondentagrees toemploygood faitheffortsthroughtheawardofsubcontractorstoeligibleSBEsandcertifiedfirmstothefullestextentpossible.
DallasCounty’sGoodFaithEffortPlan(GEFP)willbeusedforscoringpurposesbaseduponSBEandother eligible certified firm’s participation. However, all subcontractors and/or supplier, whethercertifiedornot,mustbelistedintheGFEP.TheinformationprovidedintheGFEPFormwillbeutilizedinthedevelopmentofthefinalcontract/agreement.TheGFEPFormcanbefoundonpage46.ThisformisrequiredandconsideredpartoftheresponsetotheRFP.ShouldtheGoodFaithEffortPlanoranyofthespecifieddocuments listedbelowbe incomplete,notsigned,and/ornotsubmitted,theproposal/bidmaybedeemnon‐responsive.
7.4 EachContractormustincludewithitsproposal/bid,thefollowingdocuments:
A fully completed and signed Good Faith Effort Plan Form, executed by an authorized
representative; Completed and signed Good Faith Effort Affirmation, executed by an authorized representative; Proof of certification from one of the County recognized certification agencies listed in 7.2(a).
If submitting as an SBE, a completed, signed and notarized SBE Threshold Affidavit, executed
by an authorized representative; and A signed and executed form or letter from each subcontractor identified in the Contractor’s
Good Faith Effort Plan of their intent to perform as a subcontractor.
Note:AllformsMUSTbecompleteintheirentiretyandsubmittedaspartofaRespondent’sProposal.
22 2019-001-6765
TheCountyreservestherighttoacceptorrejectanycertifiedfirmandinitssolediscretionisnotboundbythecertifyingbodies’determinationiftheCountyhasaconcernregardingtheeligibilityofthefirmtomeetSBEguidelinesorstandards.AContractorwhoseproposedcertifiedfirmisrejectedmaycontestinwritingtotheOfficeofSmallBusinessEnterprises,inaccordancewiththeSBEPolicy.ThedenialofSBEcertification by Business Enterprise is excluded from the Dallas County Purchasing Code of EthicsProtestsProcedureandisexclusivelygovernedbytheappealprocesssetforthintheSBEPolicy.
SBE Reporting. The Contractor and its subcontractors are required to electronically submitsubcontractor payment information using the County’s Subcontractor Payment Compliance System(SPCS),accessedthroughalinkontheDallasCountySBEwebpage.TheContractorandallsubcontractorswillbeprovidedauniquelog‐incredentialandpasswordtoaccessSubcontractorPaymentComplianceSystem.TrainingontheuseofthesystemwillbeprovidedbyDallasCounty’sOfficeforSmallBusinessEnterprises.
1.1. Contracting.Ifawardedthecontract,theContractoragreestobeboundtothepoliciesandguidelines
setforthintheCounty’sSBEPolicy,whichmaybeincorporatedintothecontract. IfaconflictexistsbetweentheSBEsectionofthesolicitationandtheCountySBEPolicy,thelanguageinthesolicitationgoverns.
8 TechnicalRequirements(ScopeofWorkandSpecifications)CONTRACTTERM
8.1 Selected offeror(s) will be awarded a twelve (12) month contract. Dallas County, at their option
and upon mutual consent of all parties involved, may choose to extend this contract for four (4) additional twelve (12) month periods based on existing terms, conditions and prices set forth in the original RFP. All prices must remain firm during the duration of this contract and any extensions. Services provided will be paid for from the appropriate fiscal year funds provided by Dallas County Commissioners Courts. Contracts are subject to availability of funds from Dallas County Commissioners Court. All representations made by any departments are subject to the fiscal year funding and/or appropriations and do not represent an obligation on the part of the Dallas County, and State of Texas.
8.2 Scope of Work.
Contractor will be given aWork Order in the event that Dallas County, Texas, requiresthecontrol ofmosquitopopulation byaerialapplicationofchemicals. SuchWorkOrder,ashereinafter provided, will give the geographical boundaryof each areato be treated,thecalculated number of acres to be sprayed, any specialprovisions, the date ofcommencement, dateofcompletion oftheservices,and theextended compensation tobepaid.NoWorkOrdershallbeissuedfor lessthan12,000 acres.Contractorw i l l furnish all equipment, services andchemicals tobeutilized inaccordancewiththetennsandconditions ofthisContractandWork Order(s). Suchchemicalswillhavean approvedlabel and registration number fromthe Federal Environmental ProtectionAgency ("EPA")fortheuseofaerial spraying inrelation tomosquito control inanurbancongested area.Contractor will be solely responsible forthe determination of theoperationand routeofallAircraftrequiredforl00% coverageof the treatmentarea.Contractor will be solelyresponsiblefornotification and co‐ordinationof all operationwith the FederalAviationAdministration,initially for approval and thereafter on dailybasis.Contractor must fullycomply with all Federal Aviation Administration("FAA")rulesandregulation including,butnot limited to,CFR 14,Part 137oftheFAArules andregulation.At thetermination ofthesprayingactivity Contractor will certify to County,inwriting, executed by apersonauthorized to bind the Company, (1) that the chemicalwassprayedovertheareadesignated andnoother;(2)theamountofchemical dispersedandthatsuchamountwasin
23 2019-001-6765
conformitywiththeamountauthorizedtobeutilized; (3)thename, registration numberand total amount ofthe chemicals used; (4)the flightpath,dateandtimesthateachapplicationwasmade;(5)andreportasummaryincludingamapoftreatmentareasandapplicabledatacollectedfromtheapplication.
8.3 Countywill notify the Federal Aviation Administration that aerial spraying isnecessary
andthatcontractorwill beresponsible fortheapplicationofchemicals.
SPECIFICATIONS.
8.4 AIRCRAFT.Contractor shallberesponsible under this Contract to furnish oneormoremulti
engine fixed winged aircraft equipped for ultra‐low volume ("ULV") dispersal ofinsecticides(hereinafter "Aircraft") to control mosquitoeswithin the confines of DallasCounty.Such aircraftmustbe capableof treating(spraying)30,000 acresin oneevening.Aircraft shallbecapable of,and shallbe operated ataspeedandaltitudecommensuratewith safety forthistypeofwork. Equipment intheAircraft used to spraytheinsecticideshallbeof thetypeandconditionandshalldispenseailchemicalinconformity withchemicallabelrequirementsand instrictconformitywithallrequirements of the EPA, FAA, TexasCommission on EnvironmentalQuality (TCEQ),TexasDepartmentof State Health Services(DSHS), DallasCountyand ail municipalrequirements.
8.5 AIRCRAFTAND AIRPORTCOST. Contractor,at its sole cost and expense,shallprovide
pilot(s), gas, oil,maintenance, Aircraft certification and insurance asrequired toinsure thesafeoperations oftheAircraft at all timesunder ail conditions. Contractor, atits sole costand expense, shall furnish airport space in an airport in the Dallas‐ FortWorthMetroplexor adjacentcounty. Allairportcost, including,butnotlimited to,landingandtiedownfees, loadingorunloadingofinsecticides, orchemicals necessarytoperform theworkorcomplywith allprovisions ofthisContract arethe responsibilityoftheContractorandwillbefurnishedwithout costorexpensetoCounty.
8.6 PILOTS ‐COPILOTS. Contractor shall provide fully licensed and experienced pilot(s) and,
copilot(s) for the operation of the Aircraft for ULV flights. The pilots and copilotsshall beproperlytrained, licensed,and certified.They shallmeet all requirementsasspecifiedin theFAA, EPA,TNRCC or other Federal or State requirement f o r ULV flights for dispersal ofinsecticides or other chemicals forcontrol ofmosquito population,including, butnotlimitedto, certificationas a pesticideapplicatorin the commercialcategory ofaerialapplication.
8.7 PILOT TRAINING‐ MINIMUMS.All pilotsin commandshall haveaminimumof1,000
documented flighthours in theAircraft being operated. All pilots incommand orotherwisemust have aminimum of 100documentedhoursofaerial insectcontrolinvolvingULVflights.Allpilotsmust complywithFederalDrugFreeWorkPlacePoliciesandFAA regulationsregarding operationoftheAircraft.
8.8 PILOT ANDCO‐PILOTLICENSINGAND CERTIFICATIONS. The pilot, co‐pilotsandallother
personnel shallbeproperlytrained, certified,andshallmeetallrequirementsasspecifiedintheFAA regulations. TheContractor shallbeabletoprovide anylicense/certifications thatarerequired by either local, StateofTexas orFederal agenciesfortheaerialapplication ofinsecticides.
8.9 Thepilot andco‐pilot shallmeettheFederal Environmental Protection Agency andStateof
Texas Standard for Certification asan insecticide applicator in the commercialcategory ofaerial application.All pilots shall beproperly licensed and certified by theFAA.Contractorandit pilots, co‐pilotsorotherpersonnel engaged inthesprayingoperation, subsequentto
24 2019-001-6765
receipt ofanotice toproceed under theWork orderandpriortobeginning the first sprayoperations, shall visit the local FAA office.The FAA will beinformed oftheaerial sprayingtooccur,presented withthecurrentlicenses,certification(s) andalldocumentsor informationregardingtheflightstooccur.Contractor shallrequestthatFAAverify inwritingthatallrequirements andcertificationshave beenmet forthe flights, or alternatively astatementfromtheFAA explainingwhyFAAcannot issue such verification. Such FAA certification,oralternativestatement,shallbedelivered toCountyprior tothecommencement ofthefirstflight.
8.10 STAFF.
Pricingshallincludeallrequiredstaff;PublicRelationsManager/PublicInformationOfficer,Entomologist,Manager,Technician
(Certified/Registered),laborers,mobilizationcosts,staffingchemical,equipment,fuel,andanyservicesneededtodeliverthepropertreatmenttotherightareas.Additionally,providermustcoordinateanyTPDESpermittingorregulatoryprocessesthatneedstobeinplaceinordertoserviceDallasCounty.
8.11 CHEMICALS.
DallasCountywilldeterminetheproducts/insecticides thatwillbeused andshallbelistedintheWorkOrder.Environmental concernsshallbeafactorinchoosingtheproduct tobeused.Allproducts shallbehandledandappliedbyContractor instrictaccordancewithlabelinstructions,andmustmeetalllocal,StateandFederalregulations.TheContractorwillapplytheproductataratespecifiedbyDallasCounty.TherateperacreswillbedeterminedbyDallasCounty.Noapplicationswillbemadeoutsideofthelabelrecommendations.
Itisanticipated thatoneormoreofthefollowingchemicalswillbeutilized fortheaerialspraying.
CommonName
Naled
Sumethrin
SumethrinandPrallethrin
8.12 EQUIPMENT AND HANDLING. The Contractor shall furnish all equipment including the
insecticides to be sprayed. The Contractor shall be responsible for storing, transporting, and loading the insecticide into the Aircraft. Storage, transportation, and loading of insecticides shall be in accordance with local, Federal and State law, rules and regulations. All empty insecticide containers shall be disposed of according to the label instructions and local, State a n d Federal regulations.
The Contractor shall provide documentation that the aircraft using during the operation with Dallas County have been Calibrated to deliver the correct amount of insecticides at the proper droplet size as determined by the insecticide label and based on the operation parameters defined by Dallas County.
Dallas County reserves the right to request additional droplet size tests and recalibration of equipment. The service will be at no additional cost to Dallas County.
25 2019-001-6765
8.13 INSECTICIDES MANAGEMENT. Insecticides shall be handled in accordance will all appropriate
local, Federal and State regulations. Insecticides selected for use must be registered for the intended use by the U.S. Environmental Protection Agency and must be used in a manner consistent with label instructions and precautions. Specifically, at a minimum, the following laws must be adhered to:
8.14 Public Law 95-296, Federal Insecticide, Fungicide and Rodenticide Act, as amended
(92 Stat. 819).
8.15 Public Law 91-596, Occupational Safety and Health Act of 1970, (84 Stat. 1609, USC 668) 29 December 1970.
8.16 INSECTICIDES TRAINING. All personnel involved in pest control shall be properly trained
in the safe application of insecticides. The Contractor shall provide evidence that persmmel utilized are properly certified by the State of Texas in the handling and commercial application of insecticides.
8.17 SPRAY. Contractor warrants, covenants and agrees that the equipment in the Aircraft will be
of the type and kind necessary for the deployment of chemicals in an amount that is in strict accordance with the label and all directions provided by the manufacture that is required by any law, regulation, rule, direction or requirement of the federal government, including but not limited to the EPA, State of Texas, including, but not limited to the TCEQ, trade organization regulating the spraying of the chemical or other safety or environmental regulation or requirement. Contractor further warrants, covenants and agrees that it is solely responsible for the mixture, handling, determination and actions necessary for the application of the spray and the selection, regulation, maintenance and control of the equipment utilized.
8.18 AREA TO BE SPRAYED. Area to be sprayed, estimated to be up to 600,000 acres, shall be
identified by County in the Work Order furnished to Contractor as hereinafter provided. Contractor shall be solely responsible for the determination of the flight path(s) of the Aircraft, and as required to provide spray coverage within the boundary of the area(s) identified. The Contractor shall without any expense to the County, be responsible for determining any restricted flight areas or corridors or other requirements and obtaining all necessary clearance, licenses and permits required for provision of the services herein in a timely manner. Contractor shall fully comply with all such requirements and limitations and with any applicable local, Federal, State, and municipal laws, codes and regulations, in connection with the execution of the work.
8.19 SPRAY SCHEDULE. Spraying shall be accomplished at the earliest practical time. Contractor
shall notify County of the flight(s) schedule and path(s) prior to conducting the flight. Contractor shall furnish an electronic map to County, showing the flight path(s) and treatment area. To maximize abatement, spraying shall be done at peak mosquito activity and when environmental conditions exist that are in accordance to label instructions. Contractor will be solely responsible for the determination of all conditions and will make all detenninations and take all necessary actions to determine the spray schedule and shall maintain the spray within the boundary of the treatment area as shown in the Work Order.
8.20 RESPONSETONOTICEOFNEEDFORAERIALSPRAYING
No spraying shall be accomplished until notice to proceed has been given to Contractor by the Director of the Dallas County Health and Human Services (DCHHS"). All necessary actions to comply with the requirements of this Contract shall be completed and spraying commenced within forty-eight (48) hours of notice. This schedule can be modified by agreement between the Contractor and County as necessary to reflect actual requirements at the time the Work Order is issued.
26 2019-001-6765
8.21 If the Contractor shall neglect/fail or refuse to provide services within required time frames specified by Dallas County, the Contractor shall, within twenty-four (24) Hours from the beginning of such delay, notify the County, or the Director of DCHHS in writing of the cause(s) of delay.
8.22 If the Contractor shall be delayed in the completion of his work due to unforeseeable cause which is beyond his/her control and without fault or negligence, including, but not restricted to, acts of God or neglect of any other Contractor, the period herein above specified for the completion of delivery shall be extended by such time as shall be approved by the Director of DCHHS.
8.23 ORIENTATION CONFERENCE. An orientation conference shall be arranged by the Director of DCHHS, or h i s / h e r d e signated employee, after issuance of the Work Order and before notice to proceed is given by the County to commence of work. The Contractor shall inform the Director of DCHHS, or his/her designated employee, of the time and date of Contractors arrival. The meeting shall be scheduled for a date and time reflecting the availability of the parties and the commencement of work. At this conference, the Contractor shall be oriented with respect to procedures, lines of authority, contractual, administrative, and constructive matters. Representatives from the District Attorney's Office, Purchasing, Risk Management and DCHHS shall be in attendance.
8.24 WORKORDER/PURCHASEORDER(S)
a. Work performed by the Contractor will be authorized by the County by written P u r c h a s e Order issued prior to work being performed. Each such Purchase Order shall be incorporated into and made a part of this Contract.
b. Each Purchase Order shall be prepared by the County and shall list the boundary of the area to be sprayed, the chemical(s) to be used, a calculation of the number of acres of land contained within the boundary of the treatment area, an extension of the fixed unit prices times the number of acres to be treated and any other authorized cost, if any, for the total fixed price of the application. Additionally the Work Order shall specify any items to be furnished by the County, any special provision, and the commencement and a completion date for the work.
c. Such Purchase Order may be delivered to Contractor by any electronic means (Fax, email, etc.), U.S. Mail or other method, including courier. Notice of the declaration of an emergency, and the terms of the Work Order may be transmitted to Contractor by telephone.
d. Upon receipt of the proposed P u r c h a s e Order, the Contractor shall acknowledge acceptance of and agreement to the terms, conditions and total amount of compensation to be paid under the P u r c h a s e Order by the signature of a person authorized to bind the Contractor and return such executed copy by the same manner in which it was delivered.
e. Contractor shall furnish to the County the location of the airport from which the Aircraft will be operating out of, a list of the personnel assigned to the work by name, address, telephone number and duty, and a list of the Aircraft to be assigned to the work by identification number, manufacturer and model. Additionally, the Contractor shall furnish a sworn certification that the Aircraft to be used has received all required modifications and maintenance as required by the FAA, EPA, and other entities having regulatory control over the Aircraft or spray equipment.
f. Purchase Orders will be issued at the sole discretion of the County. There is no limit,
on the number of P u r c h a s e Orders that may be issued. There is no guarantee of the issuance of any Purchase Order(s) or any amount of work under this contract.
27 2019-001-6765
g. Concurrent with the issuance of a Purchase Order by County, Contractor shall execute an affidavit certifying that there has been no material change in the qualifications of the Contractor(s), the Aircraft(s), or Personnel and Contractor remains fully qualified to perform the services as the date on which this Contract was executed.
h. Time is of the essence as to the commencement and completion date in each
P u r c h a s e Order. Any P u r c h a s e Order issued during the effective term of this Contract and not completed within that period shall be completed by Contractor within the time specified in the P u r c h a s e Order. This Contract shall survive the termination date as to such Purchase Orders and shall govern the County and Contractor's rights and obligations with respect to that P u r c h a s e Order to the same extent as if the P u r c h a s e Order was completed during the Term of the Contract, specifically including all insurance and indemnification provisions contain herein. Such continuation of the Contract shall terminate when either the Dallas County Commissioners Court shall accept the project as substantially complete or written notice is given to Contractor by the Director of DCHHS that Contractors services are no longer required under the P u r c h a s e Order, whichever shall first occur.
8.25 AMENDMENTS/MODIFICATIONOFWORK
a. Either the Contractor or the County may initiate a written request for a Modification
of Purchase Order regarding the area to be treated, chemicals to be used, or commencement of application when, in the opinion of the requesting party, the needs and conditions of the project warrant a modification. Upon receipt of a request by either party, the Contractor and the County shall review the conditions associated with the request and determine the necessity of a modification. When both parties agree that a modification is warranted, the Contractor and the County shall negotiate the specific modification(s) and any changes in the Cost, total not-to-exceed amount for the Contract, unit prices for any item not previously agreed upon, or completion dates resulting from the modification. Modifications shall be in the form of a written Modification of Work Order, which clearly defines the changes to the previously approved Work Order/Purchase Order. NO MODIFICATION MAY BE MADE THAT WILL INCREASE THE COST OF ANY ITEM PREVIOUSLY AGREED UPON. In the event that a dispute shall arise regarding and modification, it will be mediated by the Director of DCHHS. In the event an agreement cannot be reached the dispute shall be submitted to the Commissioners Court for resolution and its decision shall be final.
b. In all instances County reserves the unconditional right to add to, reduce from, or cancel
that area to be sprayed or any part thereof in any Work Order.
c. In the event that County gives written notice of a cancellation or suspension of any work contained in the P u r c h a s e Order, Contractor agrees that all work or action shall immediately cease and the County will be notified as to the current status of the work.
d. In all instances County reserves the unconditional right to add, reduce, suspend, or cancel
all or part of any P u r c h a s e Order in the event that the cost, in whole or part, exceeds, by item or in total, the dollar amount of any funding used or intended to be used to pay for such service.
e. Any other provision of this Contract notwithstanding, it is specifically understood and agreed
that the Contractor shall not be authorized to undertake any services or acquire any good or services not listed in the Work Order or any modification thereof without having first obtained specific authorization from the County in the form of a formal order of the Commissioners Court and a written Authorization To Proceed from the DCHHS Director.
28 2019-001-6765
8.26SUSPENSIONOFWORK.
8.26.1 ShouldtheCountydesireto suspend theworkbutnot terminate thecontract, theCounty
willissue a writtenorder tostop worksetting out the termsof the suspension. TheContractorwill stopallworkandceasetoincurcostsduringthetermofthesuspension.
8.26.2 The Contractorwillresumeworkwhennotified to do so by theCountyin a written
authorizationto proceed.Suspension of workdoes not extend the contract period. Ifadditional time is requiredto complete the workbecause of the suspension, anamendmentwillbeexecuted inaccordancewithAmendments provisionsherein.
8.26.3 If Contractor is delayed by the County due to a suspension ofwork, or otherwise, the
Contractor soleand exclusive remedy fordelay shall have the right to a time extensionforcompletionofthePurchaseOrderandnotdamages.
8.7COMPENSATIONFORSERVICESBYCATEGORY(AERIALSPRAYING)
8.7.1 Thefixedpriceper acre isbased on Jet‐A fuel costnottoexceed$5.00per gallon.
Shouldsuchfuel costsexceed$5.00per gallon,thedifferencebetweenthe $5.00pergallonandtheactualfuel cost pergallon willbe passedthroughto the County withnoother markup.Contractorshallprovidereceiptsanddocumentstosupportthehigherfuelcost.Note:JetFuelpricingisbench‐markedbasedontheCommodityIndex.
For spraying 12,000 to 600,000 acres of land the following unit prices will be charged:
MATERIAL MAX RATE CHEMICAL PRICE APPLICATION
PRICE TOTAL COST
Dibrom Naled $ _____________ /
oz. per acre
$_______per acre $______per acre $_______per acre
Sumethrin $ _____________ / oz. per acre
$_______per acre $______per acre $_______per acre
Sumethrin/ Prallethrin
$ _____________ / oz. per acre
$_______per acre $______per acre $_______per acre
8.8 STANDARDTERMSANDCONDITIONS
8.8.1 INCORPORATIONOFPROPOSALINTOTHECONTRACTThecontentsoftheRFP,andtheselectedProposer’sProposal,cost,exhibits,andnegotiatedchangesandanyother attachmentswill be incorporated, in entirety, into the future formalContract.TheContract constitutes the entire agreement between the parties hereto and supersedes any otheragreementconcerningthesubjectmatterofthistransaction,whetheroralorwritten.
29 2019-001-6765
8.8.2 FORMALREQUIREMENTSCONTRACTNECESSARY
ProposeragreesthatanyContractresultingfromthisRFPandawardwillbetheformal requirementsAgreementbetweenContractorandCounty. TheRFPoranyresultingawarddoesnotguaranteeanyacceptanceofproductsorservicesand doesnotguaranteethatanypurchasesofproductsorserviceswillbemade.
8.8.3 BINDINGEFFECT ThisAgreementandtherespectiverightsandobligationsofthePartiesheretoshallinure tothebenefitandbebindinguponthesuccessorsandassignsofthePartieshereto,aswellasthe Partiesthemselves.
8.8.4 ACCEPTANCE–REJECTION Countyreservestherighttoacceptorrejectanyorallproposals,towaiveanydefect,irregularity, informalityortechnicalityinanyproposalsubmitted,andtoacceptanypartofaproposalas deemedtobeinthebestinterestsofCounty.
8.8.5 COLLUSION ContractorexpresslywarrantsandcertifiesthatneithertheContractor/Proposernoritsemployees orassociateshasdirectlyorindirectlyenteredintoanyagreement,participatedinanycollusionor otherwisetakenanyactioninrestraintoffreecompetitioninconjunctionwiththeProposalor Contract.Thisparagraphdoesnothowever,precludetwoormoresupplierofcertainpartsofthe requirementsfrompresentingacombinedorjointproposalforthepurposeofprovidinga completeProposal.
8.8.6 FISCALFUNDING Notwithstandinganyprovisionscontainedherein,theobligationsoftheCountyunderthis Agreementareexpresslycontingentupontheavailabilityoffundingforeachitemandobligation containedhereinfortheTermoftheAgreementandanyextensionsthereto.Contractorshallhave norightofactionagainstCountyintheeventCountyisunabletofulfillitsobligationsunderthis Agreementasaresultoflackofsufficientfundingforanyitemorobligationfromanysource utilizedtofundthisAgreementorfailuretobudgetorauthorizefundingforthisAgreementduring thecurrentorfuturefiscalyears.IntheeventthatCountyisunabletofulfillitsobligationsunder thisAgreementasaresultoflackofsufficientfunding,oriffundsbecomeunavailable,County,atits solediscretion,mayprovidefundsfromaseparatesourceormayterminatethisAgreementby writtennoticetoContractorattheearliestpossibletimepursuanttoSection13.19.
8.8.7 FEDERALFUNDEDPROJECT IfthisAgreementisfundedinpartbyeithertheStateofTexasorthefederalgovernment, Contractoragreestotimelycomply,withoutadditionalcostorexpensetoCounty,unlessotherwise specifiedherein,withanystatute,rule,regulation,grant,contractprovisionorotherstateorfederal law,rule,regulation,orothersimilarrestrictionthatimposesadditionalorgreaterrequirements thanstatedhereinandthatisdirectlyapplicabletotheworkorservicesrenderedundertheterms ofthisAgreement.
30 2019-001-6765
8.8.8 FEDERALDEBARRED
NoproductsorservicesutilizingFederalfundsmaybeprocuredfromContractorsthatarelisted (debarredorotherwisesuspended)onSystemforAwardManagement(SAM)formerlyknownas theFederalExcludedPartiesList.Governmentrequirementsfornon‐procurementsuspensionand debarmentarecontainedintheOBMguidance2CFR,part180thatimplementsExecutiveOrders 12549and12689DebarmentandSuspension.Countyreservestherighttorejectfromaward considerationand/orterminateanyAgreementwithanyContractorfoundtobesuspended, ineligibleordebarredasoutlinedherein.
8.8.9 PREVENTIONOFFRAUDANDABUSE Contractorshallestablish,maintainandutilizeinternalmanagementproceduressufficientto providefortheproper,effectivemanagementofallactivitiesfundedunderthisAgreement.Any knownorsuspectedincidentoffraudorprogramabuseinvolvingContractor’semployeesoragents shallbereportedimmediatelytotheCountybyContractor.Moreover,Contractorwarrantstobe notlistedonalocal,county,stateorfederalconsolidatedlistofdebarred,suspendedandineligible contractorsandgrantees.ContractorandCountyagreethateverypersonwho,aspartoftheir employment,receives,disburses,handlesorhasaccesstofundscollectedpursuanttothis Agreementdoesnotparticipateinaccountingoroperatingfunctionsthatwouldpermitthemto concealaccountingrecordsandthemisuseofsaidfunds.Contractorshall,uponnoticebyCounty, refundexpendituresoftheContractorthatarecontrarytothisAgreementanddeemed inappropriatebytheCounty.
8.8.10 FORCEMAJEURE Neitherpartyheretoshallbeheldresponsibleforanylossordamageorforanydelaysorfailureto performduetocausesbeyonditsreasonablecontrolincludingactsofGod,strikes,epidemics,war, riots,flood,fire,sabotage,oranyothercircumstancesoflikecharacter(“forcemajeure occurrence”).Contractorshallmakeallreasonableeffortstoremoveoreliminatesuchacauseof delayordefaultandshall,uponthecessationofthecause,diligentlypursueperformanceofits obligationsunderthisAgreement.
8.8.11 FAIRLABORSTANDARDS
CONTRACTORSHALLCOMPLYWITHALLAPPLICABLEPROVISIONSOFTHEFEDERALFAIRLABOR STANDARDS ACT AND SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THECOUNTY AND ITS AGENTS, OFFICERS, AND EMPLOYEES FROM ANY AND ALL LIABILITY,INCLUDING, BUT NOT LIMITED TO, WAGES, OVERTIME PAY, LIQUIDATED DAMAGES,PENALTIES,COURTCOSTS,ANDATTORNEYS'FEESARISINGUNDERANYWAGEANDHOURLAW,INCLUDING,BUTNOTLIMITEDTO,THEFEDERALFAIRLABORSTANDARDSACT,FORWORK PERFORMED BY CONTRACTOR’S EMPLOYEES FORWHICH THE COUNTY MAY BEFOUNDJOINTLYORSOLELYLIABLE.
8.8.12 DEFAULT/CUMULATIVERIGHTS/MITIGATION
Itisnotawaiverofdefaultifthenon‐defaultingPartyfailstoimmediatelydeclareadefaultordelays
intakinganyaction.TherightsandremediesprovidedbythisAgreementarecumulative,andeitherParty’suseofanyrightorremedywillnotprecludeorwaiveitsrighttouseanyotherremedyatlaworinequity.TheserightsandremediesareinadditiontoanyotherrightsthePartiesmayhavebylaw,statute,ordinanceorotherwise.Contractorhasadutytomitigatedamages.
31 2019-001-6765
8.8.13 PERMITSANDLICENSES
Contractorshallsecureandpayforallfeesforallnecessarystatutoryandregulatory authorizations,permits,approvals,certifications,licenses,andinsurancerequiredbythelawsof Federal,State,County,andmunicipallaws,ordinances,rulesandregulationsthatarerequiredin ordertoperformtheworkorservicesstatedinAgreement.Contractorshallmaintaintheselicenses andpermitsineffectfortheTermofthisAgreementandanyrenewals.Contractorwillnotify Countyimmediatelyoflossorsuspensionofanysuchlicensesandpermits.Failuretomaintaina requiredlicenseorpermitmayresultinimmediateterminationofthisAgreement.
8.8.14 COMPLIANCEWITHLAWS
InprovidingworkandservicesrequiredbythisAgreement,Contractormustobserveandcomply withallapplicablefederal,State,andlocalstatutes,ordinances,rules,regulations,licenses,legal certifications,orinspectionsrequiredfortheworkorservices,facilities,equipment,ormaterials, andallapplicablefederal,state,andlocalstatutes,ordinances,rules,andregulations.
8.8.15 AMENDMENTSANDCHANGESINTHELAW
No modification, amendment, novation, renewal or other alteration of this Agreement shall beeffective unless mutually agreed upon in writing and executed by the parties hereto with finalapprovalbytheDallasCountyCommissionersCourtthroughCourtOrder.Anyalteration,additionordeletiontothetermsofthisAgreementwhicharerequiredbychangesinfederalorstatelawareautomatically incorporated herein without written amendment to this Agreement and shall beeffectiveonthedatedesignatedbysaidlaw.
8.8.16 GOVERNINGLAWANDVENUE
ThevalidityandinterpretationofthisAgreement,andtherightsandobligationsoftheParties hereunder,shallbegovernedbyandconstruedinaccordancewiththelawsoftheStateofTexas. ThisAgreementisperformableandenforceableinDallasCounty,Texaswheretheprincipaloffice ofCountyislocatedandthestatecourtsofDallasCountyshallbethesoleandexclusivevenuefor anylitigation,specialproceeding,orotherproceedingasbetweenthePartiesthatmaybebrought, orariseoutof,inconnectionwith,orbyreasonofthisAgreement
8.8.17 INSURANCE–POLICIES,COVERAGE,ENDORSEMENTANDREQUIREMENT
8.8.17.1WithoutlimitinganyoftheotherobligationsorliabilitiestheContractoratitsownexpenseshallpurchaseandmaintainforthedurationoftheAgreementthehereinstipulatedminimumlevelsofinsurancecoverageandshalllikewiseensurethatallofhisConsultants,Subcontractors and their Sub‐subcontractors (collectively own as “Contractor”) purchaseandmaintainsuchinsurance,aswillprotectthemfromclaimsset forthbelowwhichmayariseoutoforresultfromtheContractor'soperationsundertheAgreement,whethersuchoperationsarecarriedoutbytheContractor,byanyConsultant,Subcontractor,orbyanyonedirectlyor indirectly employedby theContractoror anySubcontractor, orby anyone forwhoseactsanyofthemmaybeliable.Contractorisresponsibleforpaymentofalldeductiblesandretentionsassociatedwiththeclaimsfiled.
Contractoragreesthattheinsurancerequirementsspecifiedhereindonotreducethe liabilityContractorhasassumedinanyindemnificationorholdharmlesssectionofthis contractagreement.
8.8.17.2 As a condition precedent to commencement of anywork or services under thisAgreement,within ten(10)calendardaysafter theawardorexecutionof theAgreement,Contractors’shallfurnish,totheDallasCountyPurchasingAgent(atthesameaddressgivenbelowundertheInsuranceheading)thefollowingminimuminsurancecoveragethatshowCountyasthecertificateholderandcoverstheperiodoftheTermofthisAgreementandanyrenewals:
32 2019-001-6765
8.8.18 Workers’CompensationInsurance:ThatmeetsthestatutoryrequirementsoftheTexasWorkers’CompensationAct,orifself‐insured,thenContractormustprovidetoCountyevidenceofacertificate issued by the Workers’ Compensation Commission approving such self‐insurance. IfContractorhasnoemployee(asdefinedbytheTexasWorkers’CompensationAct),ContractorshallprovideCountywith a swornAffidavit stating that there is no employee in lieuof aCertificateofInsurance.Intheeventthatanyworkissublet,Contractorshallrequirethesubcontractorstosimilarlyprovide Workers’ Compensation Insurance for all of the subcontractors’ employees unless suchemployeesareaffordedprotectionbyContractor. Contractorshallbear theburdenofallworkerscompensationcoverageforallofitssubcontractorsandthesubcontractors’employeeswhodonothaveworkers’compensationcoverage.Contractoralsorepresentsthatthecoveragewillbebasedonproperreportingofclassificationcodesandpayrollamounts,andthatallcoverageagreementswillbefiledwithanappropriateinsurancecarrier,orinthecaseofself‐insurance,withtheTexasWorkers’Compensation Commission. Providing false or misleading information may subject Contractor toadministrativepenalties,criminalpenalties,civilpenaltiesorothercivilactions.
TypesofCoverage LimitsofLiability Workers’Compensation Statutory Employer’sLiability BodilyinjurybyAccident $500,000.00EachAccident BodilyinjurybyDisease $500,000.00EachEmployee BodilyinjurybyDisease $500,000.00PolicyLimit PoliciesunderthisSectionshallapplytoStateofTexasandincludethe followingendorsementsinfavorofDallasCounty: a.WaiverofSubrogation b.Thirty(30)dayNoticeofCancellation
8.8.19 CommercialGeneralLiabilityInsurance:ContractorshallmaintainCommercialGeneralLiability or Broad Form Comprehensive General Liability (including a Broad Form CGLendorsement) Insurance coverage for the following: (a)Premises Operations; (b) IndependentContractors or Consultants; (c)Products and Completed Operations; (d) Personal injury; (e)ContractualLiability;(f)Broadformpropertydamage,toincludefirelegalliability.Suchinsuranceshall carry in anamountnot less thanOneMillionand00/100 ($1,000,000.00) forbodily injury(includingdeath),propertydamage,andblanketcontractualcoverageperoccurrencewithageneralaggregate of Two Million and 00/100 ($2,000,000.00) and products and completed operationsaggregateofTwoMillionand00/100($2,000,000.00).
PoliciesunderthisSectionshallapplytoStateofTexasandincludethe followingendorsementsinfavorofDallasCounty: a.WaiverofSubrogation b.Thirty(30)dayNoticeofCancellation c.AdditionalInsureds:DallasCountyanditselectedandappointedboards, officers,officials,agents,representatives,directors,employeesand volunteers.
8.8.20 AutomobileLiabilityInsurancecoveringallowned,hiredandnon‐ownedautomobilesused in connection with work with limits not less than One Million 00/100($1,000,000.00)CombinedSingleLimitofLiabilityforBodilyInjuryandPropertyDamage.Suchinsuranceistoincludecoverageforloadingandunloadinghazards.
PoliciesunderthisSectionshallapplytoStateofTexasandincludethe followingendorsementsinfavorofDallasCounty: a.WaiverofSubrogation
33 2019-001-6765
b.Thirty(30)dayNoticeofCancellation c.AdditionalInsureds:DallasCountyanditselectedandappointedboards, officers,officials,agents,representatives,directors,employeesand volunteers.
8.8.21.1 Umbrella Liability Coverage (Excess Liability) in an amount not less than$10,000,000.00peroccurrence
8.8.21.2 Other insurance and endorsement (Required for Aviation and Pollution Control).
Except Workers Compensation and Professional Liability, nameDallasCountyanditselectedandappointedboards,officers,officials,agents, representatives, directors, employees and volunteers asadditionalinsured(s)(astheinterestofeachinsuredmayappear)astoallapplicablecoverage.
All insurance required herein shall bemaintained in full force andeffectuntilallworkorservicesrequiredtobeperformedundertheterms of the contract is satisfactorily completed and formallyaccepted.
8.8.21.3 All insurance coverage shall be on a per occurrence basis, if coverage iswritten on a claims‐made basis, the retroactive date shall be prior to orcoincidentwiththedateoftheContractandthecertificateofinsuranceshallstatethatthecoverageisclaims‐madeandindicatetheretroactivedate.ThecoverageshallbecontinuousforthedurationoftheAgreementandfornotless than three (3) years following the end of the Agreement. Coverage,includingrenewals,shallhavethesameretroactivedateastheoriginalpolicyapplicabletotheAgreement.
8.8.21.4 Contractorshallbesolelyresponsibleforthedeductibleand/orself‐insuredretention.
8.8.21.5 Contractorinsurancepolicieswillbewrittenonaprimarybasisandbenon‐contributory with any other insurance coverages and/or self‐insurancecarriedbyDallasCounty.
8.8.21.6 Provideforthirty(30)days’noticetoCountyforcancellation,non‐renewalormaterialchange.
8.8.21.7 Provideforendorsementthatthe“otherinsurance”clauseshallnotapplytoCountywhereCountyistheadditionalinsuredonthepolicy.
8.8.21.8 ProvidenoticetotheCountyofanymaterialchangestopolicy.
8.8.21.9 ContractoragreestowaivesubrogationagainstDallasCounty,itsofficersandemployeesforinjuries,includingdeath,propertydamageoranyotherloss.
8.8.21.10 Default/CumulativeRights/Mitigation.Itisnotawaiverofdefaultifthenon‐defaultingpartyfailstoimmediatelydeclareadefaultordelaysintakinganyaction.TherightsandremediesprovidedbythisAgreementarecumulative,andeitherParty’suseofanyrightorremedywillnotprecludeorwaiveitsrighttouseanyotherremedy.TheserightsandremediesareinadditiontoanyotherrightsthePartiesmayhavebylaw,statute,ordinanceorotherwise.Contractorhasadutytomitigatedamages.
8.8.21.11 ApprovalandacceptanceofContractor’sservicesorworkbyCountyshallnotconstitute nor be deemed a release of the responsibility and liability ofContractorfortheaccuracyandcompetencyofContractor’sServicesorWork;norshallsuchapprovalandacceptancebedeemedtobeanassumptionof
34 2019-001-6765
suchresponsibilitybyCountyforanydefect,errororomissionintheservicesperformedbyContractorinthisregard.
8.8.21.12 Contractor shall provide that all provisions of this contract concerningliability, duty and standard of care, shall be underwritten by contractualliabilitycoveragesufficienttoincludeobligationwithinapplicablepolicies.
8.8.21.13 ContractorandtheirfreightcontractorsmustbepreparedtoshowcoverageverificationpriortoenteringuponCountypremises.
8.8.21.14 Failure to comply with lawful requirements or adequate liabilityrequirementsmayresult indelayofpayments,subject to theordersof theCommissioners Court, not to exceed a period of up to two years from thetermination of the contract, or cancellation of the contract or both (DallasCountyCommissionersCourtOrder2003‐1792,September30,2003).
InsuranceCertificates:ThecertificatesofinsuranceshalllistCountyasthecertificateholder.AnyandallcopiesofCertificatesofInsuranceshallreferenceanyapplicableRFP(RequestforProposal)numberforwhichtheinsuranceisbeingsupplied.AllinsurancepoliciesordulyexecutedcertificatesforthesamerequiredtobecarriedbyContractorunderthisAgreement,togetherwithsatisfactoryevidenceofthepaymentofthepremiumthereof,shallbedeliveredtotheDallasCountyPurchasingAgentlocatedatthe900JacksonSt.Suite680Dallas,Texas75202,withinten(10)calendardaysofexecutionand/orrenewaloftheAgreementanduponrenewalsand/ormaterialchangesofsuchpolicies,butnotlessthanfifteen(15)calendardayspriortotheexpirationofthetermofsuchcoverage,orsuchnon‐deliveryshallconstitute a default of this Agreement subject to immediate termination at County’s solediscretion.
All insurance required to be carried by Contractor and/or subcontractors under thisAgreement shall be acceptable to County in form and content, in its sole discretion. AllpoliciesshallbeissuedbyaninsurancecompanyacceptableandsatisfactorytoCountyandauthorizedtodobusinessintheStateofTexas.AcceptanceofortheverificationofinsurancebyCountyshallnotrelieveordecreasetheliabilityoftheContractor.
MinimuminsuranceisaconditionprecedenttoanyworkorservicesperformedunderthisAgreementandfortheentireTermofthisAgreement,includinganyrenewalorextension.InadditiontoanyandallotherremediesCountymayhaveuponContractorsfailuretoprovideandmaintainanyinsuranceorpolicyendorsementstotheextentandwithinthetimehereinrequired, or such insurance lapses, is reduced below minimum requirements or isprematurelyterminatedforanyreason,Countyshallhavetherightto:
OrderContractortostopworkhereunder,whichshallnotconstituteaSuspensionofWorkandServices;
Withhold any payment(s) which become due to Contractor(s) until Contractor(s)demonstrates compliance with the requirements and assurance and proof acceptable toCountythatthereisnoliabilitytoCountyforfailuretoprovidesuchrequiredinsurance;
At its sole discretion, declare a material breach of this Agreement, which, at County’sdiscretion,mayresultin:
TerminationofthisAgreement Demandonanybond,asapplicable; TherightofCountytocompletethisAgreementbycontractingwiththe“nextlowproposal.”ContractorwillbefullyliableforthedifferencebetweentheoriginalAgreementpriceandtheactualpricepaid,whichamountispayabletoCountybyContractorsondemand;or
35 2019-001-6765
ObtainsuchinsuranceanddeductfromthepaymentstoContractor(s)theexpenseofobtainingsuchinsuranceandthecostofinsurancepremiums.However,neitherContractor(s)noranythirdpartyshallhaveanyrecourseagainstCountyforpaymentofanypremiumsorassessmentforanydeductibles,orpaymentofanyamountthatwouldhavebeenpayablebyanysuchinsurance,asallsuchliability,cost,expense,premiumsanddeductiblesarethesoleresponsibilityandriskoftheContractors;andAnycombinationoftheabove.
ContractorshallpromptlyadviseCountyinwritingofanyclaimordemand,againstCountyorContractor,knowntoContractorrelatedtoorarisingoutofContractor’sactivitiesunderthisAgreement.
Approval, disapproval or failure to act by County regarding any insurance supplied byContractor shall not relieve Contractor of full responsibility or liability for damages andaccidentsassetforthherein.Neithershallbankruptcy,insolvencyordenialofliabilitybyanyinsurancecompanyexoneratetheContractorfromliability.
Acceptanceoftheworkorservices,orfailuretoactbyCountyshallnotconstitutenorbedeemedareleaseoftheresponsibilityandliabilityofContractor,itsemployees,associates,agentsorsubcontractorsfortheaccuracyandcompetencyoftheirworkorservices;norshallsuchacceptancebedeemedanassumptionof responsibilityor liabilitybyCounty foranydefectintheservicesperformedbyContractor,itsemployees,subcontractors,andagents.
Nothing herein contained shall be construed as limiting in anyway the extent towhichContractor may be held responsible for payments of damages to persons or propertyresulting from Contractor’s or its subcontractor’s performance of the work or servicescoveredunderthisAgreement.
Survival:TheprovisionsofthisSection13shallsurvivecompletion,suspension,terminationorexpirationof thisAgreement,oranydeterminationthat thisAgreementoranyportionhereofisvoid,voidable,invalidorunenforceable.
InsuranceLapse:PursuanttoSection94.73oftheDallasCountyCode,intheeventContractorfailstomaintaininsuranceasrequiredbythisAgreement,ContractorshallimmediatelycuresuchlapseininsurancecoverageatContractor’ssoleexpense,andpayCountyinfullforallcostsandexpensesincurredbyCountyunderthisAgreementasaresultofsuchfailuretomaintaininsurancebyContractor,includingcostsandreasonableattorney’sfeesrelatingtoCounty’sattempttocuresuchlapseininsurancecoverage.Suchcostsandattorney’sfees,nottoexceedOneThousandFiveHundredDollarsand00/100dollars($1,500.00),shallbeautomaticallydeductedfrommoniesorpaymentsowedtoContractorbyCounty.Moreover,theCountyshallretainfivepercent(5%)ofthevalueoftheAgreementthatshallbeplacedintoanaccountfrommoniesorpaymentsowedtoContractorbyCountytocoverCounty’spotentialexposuretoliabilityduringtheperiodofsuchlapse.TheretainageshallbeheldbyCountyuntilsix(6)monthsaftertheTermoftheAgreementhasendedorhasotherwisebeenterminated,cancelled,orexpiredandshallbereleasedifnoclaimsarereceivedorlawsuitsfiledagainstCountyforanymatterthatshouldhavebeencoveredbytherequiredinsurance
Contractor furtheragreesto indemnifyCounty foranypenalties, fines, juryawards,court costs, litigation expenses, and attorneys’ fees incurred by County due toContractorsfailuretomaintaintherequiredinsuranceatalltimesduringtheTermoftheAgreement.Contractorafterpropernotice,atitsownexpensewithlegalcounselofCounty’schoice,willdefendandholdCountyharmlessinanyclaimoractionagainstCountythatoccurredasadirectorindirectresultofContractor’sfailuretomaintaininsuranceatalltimesduringtheTermoftheAgreement.Withoutwaivinganyrightsunder Sovereign Immunity, the County shall cooperate with and may monitorContractorinthedefenseofanyclaim,action,orproceedingandwill,ifappropriate,makeemployeesavailableasContractormayreasonablyrequestwithregardtosuch
36 2019-001-6765
defense, subject to the reimbursement by Contractor of all costs and expensesoccasionedbytheCounty’scooperationinsuchdefense.ContractoragreesnottosettleanysuchclaimwithouttheCounty’sconsent,whichconsentwillnotbeunreasonablywithheldordelayed.
8.9 INDEMNIFICATION
TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, HOLDHARMLESS AND DEFEND OWNER, AND ALL OF ITS OFFICERS, DIRECTORS, AGENTS ANDEMPLOYEES,FROMANDAGAINSTALLCLAIMS,DAMAGES,LOSSESANDEXPENSES,INCLUDING,BUTNOT LIMITEDTO,ATTORNEYS FEES,ARISINGOUTOFORRESULTING FROMBODILYINJURYORDEATHOFANYPERSON,ORPROPERTYDAMAGE, INCLUDINGLOSSOFUSEOFPROPERTY, ARISING OR ALLEGED TO ARISE OUTOFOR IN ANYWAY RELATED TO THISAGREEMENTORCONTRACTOR'SPERFORMANCEOFTHEWORKOROTHERACTIVITIESOFCONTRACTOR,BUTONLYTOTHEEXTENTCAUSEDINWHOLEORINPARTBYANYNEGLIGENTACTOROMISSIONOFCONTRACTORORANYONEDIRECTLYORINDIRECTLYEMPLOYEDBYCONTRACTOR OR ANYONE FOR WHOSE ACTS CONTRACTOR MAY BE LIABLE.NOTWITHSTANDING THE FOREGOING, TO THE FULLEST EXTENT PERMITTED BY LAW,CONTRACTORSHALL INDEMNIFY,HOLDHARMLESSANDDEFENDOWNER,ANDALLOF ITSOFFICERS,DIRECTORS,AGENTSANDEMPLOYEES(THE"INDEMNITEES"),FROMANDAGAINSTALL CLAIMS, DAMAGES, LOSSES AND EXPENSES, INCLUDING, BUT NOT LIMITED TO,ATTORNEYSFEES,ARISINGOUTOFORRESULTINGFROMBODILYINJURYTO,ORSICKNESS,DISEASEORDEATHOF,ANYEMPLOYEE,AGENTORREPRESENTATIVEOFCONTRACTORORANYOFITSSUBCONTRACTORS,REGARDLESSOFWHETHERSUCHCLAIM,DAMAGE,LOSSOREXPENSE IS CAUSED, OR IS ALLEGED TO BE CAUSED, IN WHOLE OR IN PART BY THENEGLIGENCE OF ANY INDEMNITEE, IT BEING THE EXPRESSED INTENT OF OWNER ANDCONTRACTORTHATINSUCHEVENTTHECONTRACTORISTOINDEMNIFY,HOLDHARMLESSANDDEFENDTHE INDEMNITEESFROMTHECONSEQUENCESOFTHEIROWNNEGLIGENCE,WHETHER IT ISOR ISALLEGEDTOBETHESOLEORCONCURRINGCAUSEOFTHEBODILYINJURY,SICKNESS,DISEASEORDEATHOFCONTRACTOR'SEMPLOYEEORTHEEMPLOYEEOFANY OF ITS SUBCONTRACTORS. THE INDEMNIFICATION OBLIGATIONS UNDER THISPARAGRAPH SHALLNOTBELIMITEDBYANYLIMITATIONONTHEAMOUNTORTYPEOFDAMAGES, COMPENSATION OR BENEFITS PAYABLE BY OR FOR CONTRACTOR UNDERWORKERSCOMPENSATIONACTS,DISABILITYBENEFITACTSOROTHEREMPLOYEEBENEFITACTS.ITISMUTUALLYUNDERSTOODANDAGREEDTHATTHEASSUMPTIONOFLIABILITIESANDINDEMNIFICATIONPROVIDEDFORINTHISAGREEMENTSHALLINDEFINITELYSURVIVEANYEXPIRATION, COMPLETION OR TERMINATION OF THIS AGREEMENT. IN THE EVENTCONTRACTOR AND OWNER ARE FOUND JOINTLY LIABLE BY A COURT OF COMPETENTJURISDICTION,LIABILITYWILLBEAPPORTIONEDCOMPARATIVELYINACCORDANCEWITHTHELAWSOFTHESTATEOFTEXAS,WITHOUTWAIVINGANYGOVERNMENTALIMMUNITYAVAILABLETOTHESTATEUNDERTEXASLAWANDWITHOUTWAIVINGANYDEFENSESOFTHEPARTIESUNDERTEXASLAW.ApprovalandacceptanceofContractor’sservicesbyCountyshallnotconstitutenorbedeemedarelease of the responsibility and liability of Contractor for the accuracy and competency of theirservices; nor shall such approval and acceptance be deemed to be an assumption of suchresponsibilitybyCountyforanydefect,errororomissionintheservicesperformedbyContractorinthisregard.Contractorshalldefend,holdharmlessandindemnifyCountyfordamagesresultingfromsuchdefects,errorsoromissions.
37 2019-001-6765
No IndemnificationbyCounty: Contractoracknowledgesandagrees thatCountydoesnothavetheabilityunderArticleXI,Section7oftheTexasConstitutiontoindemnifyContractororanyotherthirdpartyfordamagesarisingunderthisAgreement.
Survival: These provisions shall survive completion, suspension, termination, expiration and/orcancellationofthisAgreement,oranydeterminationthatthisAgreementoranyportionhereofisvoid,voidable,invalidorunenforceable.
8.10 TERMINATIONFORCONVENIENCE CountymayterminatetheAgreementforconvenience.Countyshallexerciseitsterminationoption
bydeliveringtoContractorwrittennoticeofsuchterminationidentifyingtheterminationdatewhichshallbeatleastthirty(30)daysafterthedateofsuchnotice.InconnectionwithanysuchterminationCountyshallhavenoliabilitytoContractorforamountsinexcessofthenormalchargesthroughthedateoftermination.AfterreceiptofanoticeofterminationandexceptasotherwisedirectedbytheCounty,theContractorshall:(i)StopworkunderthisAgreementnotlessthanfifteen(15)daysfromthedateoftheCounty’snoticeofterminationtotheextentspecifiedinsuchnotice,and(ii)Completeperformanceofsuchpartoftheworkandservicesasshallnothavebeenterminatedbysuchnotice.
IfCountydeterminesthattheContractor’sactionscontributetothecurtailmentofanessentialserviceorposeanimmediatethreattolife,healthorproperty,CountymayterminatethisAgreementimmediatelywithoutpenaltyuponissuingeitheroralorwrittennoticetotheContractorandwithoutanyopportunitytocure.InnoeventshalltheCountybeliableforcostsincurredbytheContractorasaresultoftheterminationoranylossofprofitsontheresultingorderorportionthereofsoterminated.
Intheeventoftermination,allfinishedorunfinisheddocuments,data,studies,maps,photographs,reports,andothermaterials(collectivelyreferredtoas“materials”)preparedbyContractorunderthisAgreementshallbecomethepropertyoftheCountyandshallbepromptlydeliveredtotheCountywithinten(10)days.
ContractorshallhavetherighttoterminatethisAgreementforconveniencewithninety(90)dayswrittennoticetoCountyandshallincludeinsuchnoticethereasonsforcancellation.UponcancellationorterminationbyContractor,theContractorshallbringbuildingsorfacilitiesuptotheCounty’srequiredlevelofsatisfaction.
Suchnoticeofterminationshallbebyregisteredorcertifiedmail,returnreceiptsrequested,andwillbedeemedgivenuponreceiptofsuchnoticebytheotherparty.
8.11 TERMINATIONFORINSOLVENCY
CountyshallhavetheoptiontoterminatethisAgreementinitsentiretyifContractor:(i)becomes
insolventorisunabletomeetitsdebtsastheymature;(ii)filesavoluntarypetitioninbankruptcyorseeksreorganizationortoeffectaplanorotherarrangementwithcreditors;(iii)filesananswerorother pleading admitting, or fails to deny or contest, the material allegations of an involuntarypetitionfiledagainstitpursuanttoanyapplicablestatuterelatingtobankruptcyorreorganization;(iv)isadjudicatedbankruptorshallmakeanassignmentforthebenefitofitscreditorsgenerally;(v)applies for, consents to or acquiesces in the appointment of any receiver or trustee for all or asubstantialpartofitspropertyanysuchreceiverortrusteeappointedisnotdischargedwithinthirty(30)daysafterdateofsuchappointment.
38 2019-001-6765
8.12 TERMINATIONFORDEFAULTORNON‐PERFORMANCE
CountyshallhavetheoptiontoterminatethisAgreement,forcause:(i)foramaterialbreachor non‐performanceofthisAgreementbyContractorthatisnotcuredbyContractorwithinten(10) daysofthedateonwhichCountyprovideswrittennoticeofbreach;(ii)foramaterialbreachofthis AgreementbyContractorthatisnotreasonablysubjecttocurewithinten(10)daysafterits occurrence;(iii)violationbyContractorofanyapplicablelawsorregulations;(iv)assignmentor delegationbyContractoroftherightsordutiesunderthisAgreementwithoutthewrittenconsent ofCounty;(v)lessthanperfecttenderofdeliveryorperformancebyContractorthatisnotinstrict conformancewithterms,conditions,specifications,covenants,representations,warrantiesor requirementsinthisAgreementor(vi)ifitisdeterminedbyCounty,thatthereexistsapluralityof non‐materialbreachesbyContractorthathaveamaterialadverseimpactontheworkorservices providedunderthisAgreement.
IntheeventthatCountyterminatesthisAgreementinwholeorinpartasprovidedherein,the Countymayprocure,uponsuchtermsandinsuchmannerasCountymaydeemappropriate,goods
andservicessimilartothosesoterminated.ContractorshallbeliabletoCountyforanyandallexcesscostsincurredbyCounty,asdeterminedbyCounty,forsuchsimilargoodsandservices.IfafailuredescribedinthisSection11.21isnotcuredtotheCounty’ssatisfactionwithinten(10)daysfromthetimeofreceiptofsuchnoticeasdescribedinthisSection11.21,theCountyshallhavetherighttoterminate immediately without the requirement of further notice. If, after notice of terminationundertheprovisionsofthisclause,itisdeterminedforanyreasonthattheContractorwasnotindefault under this provisions of this clause, the County has the option to make its notice oftermination pursuant to the Termination for Convenience clause in Section 11.19 above and therightsandobligationsofthePartieswouldbeinaccordancewiththatprovision.
InadditionandasauthorizedbyCommissionersCourt,Contractorsterminatedfornonperformance
willbedisbarredfromawardconsiderationonfuturecountysolicitationforaperiodofthirteen(13)months(minimum)
8.13 TERMINATIONFORLACKOFORREDUCTIONFUNDING
Intheeventthatfunds,inwholeorinpart,arenotavailabletobeginortocontinuethisAgreement atthelevelofservicesspecified,theCountymayimmediatelyterminateoramendthisAgreement. TheCountyshallnotbeobligatedtopayforanyservicesrenderedaftertheContractorhasreceived writtennoticeofterminationpursuanttothissection.
8.14 MONETARYRESTITUTION
IntheeventthisAgreementisprematurelyterminatedduetobreach,non‐performanceor withdrawalbytheContractor,Countyreservestherighttoseekmonetaryrestitution(toinclude butnotlimitedto;withholdingofmoniesowed)fromtheContractortocovercostsforinterim servicesortocoverthedifferenceofahighercost(differencebetweenterminationContractor’s rateandnewcompany’srate)beginningfromthedateofContractor’sterminationthroughthe Agreementexpirationdate.Intheeventcivilsuitisfiledtoenforcethisprovision,Countywillseek itsattorney’sfeesandcostofsuitfromtheContractor.
8.15 TAXES
TheCounty,asacountyoftheStateofTexas,isexemptedfromthepaymentofTexasstateandlocalsales,excise,andusetaxespursuanttoTexasLocalGovernmentCode§151.309,andshallthereforenotbeliableorresponsibletoContractorforthepaymentofsuchtaxesunderthisAgreement.The
39 2019-001-6765
feespaidtoContractorpursuanttothisAgreementareinclusiveofanyapplicablesales,use,personalproperty or other taxes attributable to periods on or after the applicable Effective Date of thisAgreementandbaseduponormeasuredbyContractor’scostinacquiringorprovidingproductsorservices and related materials and supplies furnished or used by Contractor in performing itsobligationshereunder, includingallpersonalpropertyandusetaxes, ifany,dueonequipmentorsoftwareownedbyContractor.ContractoracceptsfullandexclusiveliabilityforthepaymentofanyandallcontributionsortaxesforSocialSecurity,Workers’CompensationInsurance,UnemploymentInsurance,orRetirementBenefits,Pensions,orannuitiesnoworhereafterimposedunderanystateorfederallawswhicharemeasuredbythewages,salaries,orotherremunerationpaytopersonsemployedbyContractorforworkperformedunderthetermsofthisAgreementANDAGREESTOINDEMNIFYANDSAVEHARMLESSTHECOUNTYFROMANYSUCHCONTRIBUTIONORTAXESORLIABILITY.
8.16 AUTHORITYTOTRANSACTBUSINESSINTHESTATEOFTEXAS
PursuanttoSec.9.001oftheTexasBusinessOrganizationCode,non‐Texasentities,including,butnot limited to corporations, limited partnerships, and limited liability companies must have anapplicationforregistrationfiledwiththeTexasSecretaryofStateandshallprovidetoDallasCountyaCertificateofStatusissuedbytheTexasSecretaryofStatethatservesasofficialevidenceoftheentity’sexistenceorauthoritytotransactbusinessinTexas.Contractoragrees,represents,andwarrantsitcurrentlyhasthelegalauthoritytotransactbusinessin theStateofTexasasadomesticcorporation. Contractorshallmaintain the legalauthority totransactbusiness intheStateofTexas fortheTermof thisAgreement. Contractorshallprovideproof of Contractor’s current registration status from the Texas Secretary of State and theComptrollerfortheStateofTexas.
8.17 SALARIESANDEXPENSESRELATINGTOTHESUCCESSFULCONTRACTOREMPLOYEESContractorshallpayallsalariesandexpensesof,andallFederal,SocialSecuritytaxes,FederalandStateUnemploymenttaxes,andanysimilartaxesrelatingtoitsemployeesusedintheperformanceoftheAgreement.ThesuccessfulContractorfurtheragreestocomplywithallFederal,Stateandlocalwageandhourlawsandalllicensinglawsapplicabletoitsemployeesorotherpersonnelfurnishedunderthisagreement.
8.18 WITHHOLDINGORRETURNOFPAYMENT
DallasCountyreservestherighttowithholdpaymenttotheContractorortorequireContractortoreturnpayment(s)receivedfromDallasCountyintheeventContractorperformancedoesnotcomplywiththeprovisionofthisagreement. ContractoragreestoreturnanyunearnedamountspaidbyDallasCountywithinthirty(30)daysfollowingthefinaldateoftheAgreementperiodorwithinthirty(30)days followingDallasCountydeliveryof anotice to theContractor thatamountspaid tobereturned.
8.19 BILLING
ContractorwillinvoiceDallasCountyonamonthlybasis.InvoicesshallbesubmittedtotheDallasCountyAuditor’sOfficeat1201ElmStreet,23rdFloor,Suite2300,Dallas,Texas75270.
40 2019-001-6765
8.20 PAYMENTTERMS
PaymentwillbemadeuponreceiptandacceptancebyCountyofcompletedservicesand/orproducts
orderedandreceiptofavalidinvoice,inaccordancewiththeTexasGovernmentCode,Chapter2251. InvoicesshallbeverifiedandapprovedbytheDallasCountyauthorizedrepresentativeandsubject
toroutineprocessingrequirements.PaymentsmadebyCountyshallnotprecludetherightofDallasCountyfromthereafterdisputinganyitemsinvolvedorbilledunderthisAgreementandshallnotbeconstruedasacceptanceofanypartoftheservicesand/orgoods.DallasCountyrequirestimelyandaccurateaccountingandbillinginformation.
Countyreservestherighttowithholdpaymentforincompleteorunacceptablework.Countyshall
providenoticeofanyworkthatisdeemedtobeincompleteorunacceptable,forwhichtheContractorshall rectify that condition to the satisfaction of County. Countywill also reduce the bill for anyservicesdeemedunsatisfactory.AtnotimewillpenaltyassessmentberecoverablebytheContractor.TheContractorshalltakeallproperprecautionstoprotectCountyandprivatepropertyfromdamageand/or loss. Should any damage to, and/or loss of, property be caused by the Contractor, theContractorwillberequiredtomakerepairsand/orrestitutionimmediatelyatitsownexpense.
AllinvoicesmustreferencetheDallasCountyPurchaseOrderNumber(ifapplicable)8.21 PROMPTPAYMENTACT
ContractoragreesthatatemporarydelayinmakingpaymentsduetotheCounty’saccountingand disbursementproceduresshallnotplacetheCountyindefaultofthisAgreementandshallnot rendertheCountyliableforinterestorpenalties,providedsuchdelayshallnotexceedthirty(30) daysafteritsduedate.Anypaymentnotmadewithinthirty(30)daysofitsduedateshallbear interestinaccordancewithChapter2251oftheTexasGovernmentCode.
8.22 INDEPENDENTCONTRACTOR
Contractor,includingitsagentsoremployees,agreeContractorisanindependentcontractorandnot
anagent,servant,jointenterpriser,jointventureoremployeeoftheCounty,andisresponsibleforits own acts, forbearance, negligence and deeds, and for those of its agents or employees inconjunctionwiththeperformanceofworkandservicescoveredunderthisAgreement.
8.23 SUBCONTRACTING
Contractormaynot enter intoagreementswith subcontractorsor consultants fordeliveryof thedesignated work and services outlined in this Agreement without prior written consent of theCounty,whichconsentshallnotbeunreasonablywithheld.Thecostsofallsubcontractedservicesareincludedinthefeespaidherein.SubcontractsorConsultingagreements,ifany,enteredintobythe Contractorwill be inwriting and subject to all requirements herein. Contractor agrees thatContractorissolelyresponsibletoCountyfortheperformanceofthisAgreement.Contractorshallpayallsubcontractorsandconsultantsinatimelymanner.CountyshallhavetherighttoprohibitContractorfromusinganysubcontractororconsultant.
8.24 ASSIGNMENT
Contractors’assuresthatitwillnottransfer,assignanyofrights,obligationsoritsinterestinthisAgreementwithoutpriorwrittenconsentandapprovalbytheDallasCountyCommissionersCourt.Contractors’ understands that in the event that all or substantially all of Contractors’ assets areacquiredbyanotherentity,Contractors’ isstillobligatedtofulfillthetermsandconditionsofthisAgreement.CountyapprovaltotransferorassignContractors’interestinthisAgreementtoanentitythatacquiresallorsubstantiallyallofContractors’assetsissubjecttoformalapprovalbytheDallasCountyCommissionersCourt.
41 2019-001-6765
8.25 THIRDPARTIES
TheobligationsofeachPartytothisAgreementshallinuresolelytothebenefitoftheotherParty,
andnootherpersonorentityshallbeathirdpartybeneficiaryofthisAgreementorhaveanyrighttoenforceanyobligationcreatedorestablishedunderthisAgreement.
8.26 NONEXCLUSIVITY
ThisAgreementisnon‐exclusiveandshallnotinanywayprecludeCountyfromenteringinto similaragreementsorarrangementswithothervendors,contractors,orfromacquiringsimilar, equalorlikegoodsorservicesfromotherentitiesorsourcesincludingstatecontracts.
8.27 LITIGATION InthebestinterestoftheDallasCounty,anyContractorwhoiscurrentlyinvolved,eitherdirectlyor indirectly,withanylitigationagainstorinvolvingDallasCountymaybedisqualifiedand/ornot consideredforanaward.
8.28 SOVEREIGNIMMUNITY ThisAgreementisexpresslymadesubjecttoCounty’sSovereignImmunity,Title5oftheTexasCivil PracticesandRemediesCode,andallapplicablefederalandstatelaw.Thepartiesexpresslyagree thatnoprovisionofthisAgreementisinanywayintendedtoconstituteawaiverofanyimmunities fromsuitorfromliabilitythattheCountyhasbyoperationoflaw.NothinginthisAgreementis intendedtobenefitanythirdpartybeneficiary.
8.29 NON‐WAIVEROFDEFAULT
Thewaiverofabreachofanytermorconditionofthiscontractisnotawaiverofasubsequentbreach of that termor condition, or a breach or subsequent breach of any other termofcondition.Noofficial,agent,employee,orrepresentativeofCountymaywaiveanybreachofanytermorconditionofthisAgreementunlessexpresslygrantedthatspecificauthoritybyCommissionerCourt.
AllrightsofCountyunderthisAgreementareexpresslyreservedandanypayment,actoromissionshallnotimpairorprejudiceanyremedyorrighttoCountyunderit.AnyrightorremedyinthisAgreementshallnotprecludetheexerciseofanyotherrightorremedyunderthisAgreementorunderanylaw,norshallanyactiontakenintheexerciseofanyrightorremedybedeemedawaiverofanyotherrightsorremedies.
8.30 NOTICES
Any and all notices, correspondence, requests demands and other communicationscontemplated,calledfor,permitted,orrequiredtobegivenunderthisAgreementshallbeinwriting, except through the course of the Parties’ routine exchange of information andcooperationduringthetermsoftheworkandservices.Anywrittencommunicationsshallbedeemedtohavebeendulygivenuponactualin‐persondelivery,ifdeliveryisbydirecthand,orupondeliveryontheactualdayofreceiptornogreaterthanfour(4)calendardaysafterbeingmailedbyU.S.certifiedorregisteredmail,returnreceiptrequested,postageprepaid,whicheveroccursfirst.Thedateofmailingshallcountasthefirstday.
8.31 CONTRACTOR’SPROFESSIONALWARRANTIES
NoActions,Suits,orProceedings: Contractorwarrantsthat therearenoactions,suits,orproceedings,pendingorthreatened,thatwillhaveamaterialadverseeffectonContractor’sabilitytofulfillitsobligationsunderthisAgreement.AgreementfurtherwarrantsthatitwillnotifyCountyimmediately ifContractorbecomesawareofanyaction,suit,orproceeding,
42 2019-001-6765
pendingorthreatened,whichwillhaveamaterialadverseeffectonContractor’sabilitytofulfilltheobligationsunderthisAgreement.
WarrantyofContractor’sCapability: Contractorwarrants that it is financiallycapableoffulfillingallrequirementsofthisAgreementandthatContractorisavalidlyorganizedentitythat has the authority to enter into this Agreement. Contractor warrants that it is notprohibited by any loan, contract, financing arrangement, trade covenant, or similarrestrictionfromenteringintothisAgreement.
ProfessionalQuality: ContractorwarrantstoCountythatallmaterials,work,andserviceswillbeofprofessionalqualityconformingtogenerallyacceptedpractices,andthatallworkandservicesprovidedunderthisAgreementwillbeperformedinamannerconsistentwiththat degree of care, qualification and skill ordinarily exercised bymembers of the sameprofessioncurrentlypracticingundersimilarcircumstances. If therearenoapplicableorrecognizedprofessionalstandards in theapplicableareaorareasofexpertiserequiredtoperform such work or services, then Contractor will perform all services in a good andprofessionalmanner thatmeetsCounty’s goals andobjectives as statedherein aswell asotherwiseaddsvaluetoorimprovestheperformanceofCounty’sexpectations,objectives,andpurposesasstatedinthisAgreement.AnyworkthatisdeterminedbyCountytobelessthanprofessionalqualitywillbecorrectedwithoutcharge.Thiswarrantyextendsforninety(90)businessdayspastterminationorexpirationofthisAgreement.Thiswarrantyislimitedto rework of the unsatisfactory service or product without change to the originalspecificationsandwithoutregardtotheamountoftheeffortexpendedontheoriginalserviceorworkproduct.
Collusion: Contractorexpresslywarrantsandcertifies thatneither theContractornor itsemployeesorassociateshasdirectlyorindirectlyenteredintoanyagreement,participatedinanycollusion,orotherwisetakenanyactioninrestraintoffreecompetitioninconjunctionwiththecompetitivebiddingprocessforthisAgreementorthisAgreementitself.
Sectarian Activity: Contractor expressly warrants and certifies that no funds under thisAgreement are used either directly or indirectly, in the support of any religious or anti‐religiousactivity,worship,orinstruction.
8.32 ASSURANCES
Contractoragreestoestablishsafeguardstoprohibitemployeesfromusingtheirpositionsfor a purpose that constitutes or presents the appearance of personal or organizationalconflictofinterestorpersonalgain.
Contractor assures that neither it nor its employees, volunteers, agents or officers shallreceivepersonalbenefits,commission,consideration,orgainsinperformanceoftheworkorservices outlined in this Agreement. Furthermore, Contractor agrees to disclose prior tocommencementofaparticularassignmentanymaterialorfinancialintereststhatitorathirdpartymayhaveintheworkorservicesrequiredunderthisAgreement.
Contractor assures that funds received pursuant to this Agreementwill not be used forlobbyingtheTexaslegislatureoranygovernmentalagencyinconnectionwithaparticularcontract.
Contractorshallpayallsubcontractorsandconsultantinatimelymanner.CountyshallhavenoliabilitytoanysubcontractorsintheeventContractordoesnotpayordelayspaymenttoanysubcontractors.AtterminationorexpirationofthisAgreement,ContractorshalldelivertoCountyanaffidavitofallbillspaid.Finalpaymentshallbecontingentuponreceiptofsuchaffidavits as resolution of all accounting forwhich County is ormay be liable under thisAgreement.
UnderSection231.006,TexasFamilyCode,ContractorcertifiestoCountythattheowner(s)ofatleasta25%interestintheorganizationisnotdelinquentinanychildsupportobligationthat renders him/her ineligible to receive payment under the terms of this Agreement.
43 2019-001-6765
ContractorherebyacknowledgesthatthisAgreementmaybeterminatedandpaymentmaybewithheldifthisCertificationisinaccurate.
Contractorcertifiesthatneitheritnoranyofitsprincipalsispresentlydebarred,suspended,proposed fordebarment,declared ineligible,orvoluntarilyexcluded fromparticipating inthisAgreementbyanyFederaldepartmentoragency.
BestEffortstoMinimizeCoststoCounty:Contractorshalluseitsbesteffortstocompleteeach assigned task in as economical a manner as possible and to minimize any chargesincurred in connection therewith to the maximum extent possible, consistent withContractor’sotherobligationsunderthisAgreement.
FailuretocomplywithanyoftheseassurancesoranyotherrequirementsspecifiedwithinthisAgreementwillputContractorindefaultandmaterialbreachofthisAgreementandmayresult,atthesolediscretionofCounty,inthedisallowanceoffundsandthewithholdingoffutureawards,inadditiontoanyotherremediespermittedbylaw.
GovernmentalConsent:Contractorwarrantsthatnoconsent,approval,orwithholdingofobjectionisrequiredfromanygovernmentalauthoritywithrespecttotheenteringintoortheperformanceofthisAgreement.
CorporateGoodStanding: Contractorrepresentsandwarrantsthat it:(i) isacorporationdulyincorporated,validlyexistingandingoodstanding;(ii)hasallrequisitecorporatepowerandauthoritytoexecute,deliverandperformitsobligationshereunder;(iii)isdulylicensed,authorizedorqualifiedtodobusinessandisingoodstandingineveryjurisdictioninwhichalicense,authorizationorqualificationisrequiredfortheownershiporleasingofitsassetsorthetransactionofbusinessofthecharactertransactedbyitexceptwhenthefailuretobesolicensed,authorizedorqualifiedwouldnothaveamaterialadverseeffectonContractor’sabilitytofulfillitsobligationshereunder.
8.33 REPORTING
Reporting.ContractoragreestosubmitallrequireddocumentationandreportsonatimelybasisandinaccordancewiththespecifiedtimeframespursuanttothisAgreement.Penaltiesfordelinquentreportingmayincludewithholdingofpaymentsuntilsuchtimeallreportsarereceived, cancellation or termination of this Agreement with no obligation to pay forundocumentedworkorservices,orboth.
Access to Records. Contractor agrees that County, or any of its duly authorizedrepresentatives, has the right of timely andunrestrictedaccess to anybooks,documents,papers, reports,orother recordsofContractor thatarepertinent to the fulfillmentof therequirementsofthisAgreement,inordertomakeaudit,examinations,excerpts,transcripts,and copies of such documents. This right also includes timely and reasonable access toContractor’s personnel for the purpose of reviewing, interviewing, evaluating, andmonitoringrelatedtosuchdocuments. AllsuchitemsshallbefurnishedtotherequestingpartyinDallasCounty,Texaswithinareasonabletime.
Ownership.Contractoragreesthatallinformation,data,andsupportingdocumentationthatrelatestotheworkorservicesprovidedhereundershallremainthepropertyofCounty.
8.34 AUDIT,AVAILABILITYANDRETENTIONOFRECORDS
AtanytimeduringthetermofthisAgreementallfinancialbooks,records,data,documents, statisticalandmanagementbooksandrecordspertainingtotheworkorservicesdeliveredandall financialbooks,records,data,documents,statisticalandmanagementbooksandrecordsand recordsshallbeavailablefor unrestrictedreview,examinationandauditbyDallasCounty Auditor,Federal,StateortheCounty’sdulyauthorizedrepresentativesforaperiodofnotlessthan five(5)yearsafterfinalpaymentoftheContractor’sfeeexpensesunderthisAgreement,exceptin theeventoflitigationorsettlementofclaimsarisingfromtheperformanceofthiscontract,in
44 2019-001-6765
whichcaseContractoragreestomaintainuntilallpendingCounty,State,andFederalauditsare completed,whicheverislater.AllrecordsrelatedtothisAgreementmustbekeptinasingle location,eitheratContractor’sprincipleplaceofbusinessoritsplaceofbusinesswherethework orservicesareperformed.Ifthisisnotpractical,theContractorwillassumethecostofcollecting, organizing,andrelocatingtherecordsandanytechnologyneededtoaccesstherecordstothe Contractor’sofficenearestDallasCounty,TexaswheneverCountyoranyoneelsewithauditrights requestsaccesstotheContractor’srecordsassociatedwiththeservicescoveredunderthis Agreement.TheContractorwilldosowithallduespeed,nottoexceedfifteen(15)businessdays oramutuallyconvenienttimewithinareasonabletimebyallparties.Intheeventsuchanauditby theCountyrevealsanymaterialdeviationfromtheAgreement,errors/overpayments,disallowed costorexpensesbytheCounty,ContractorshallrefundtheCountythefullamountofsuch overpaymentsplusdamageswithinthirty(30)daysofsuchauditfindingsaswellthecostofthe auditattheCountydiscretion,ortheCounty,atitsoption,reservestherighttodeductsuch amountsowingtheCountyfromanypaymentsduetotheContractor.
8.35 AUDITDISALLOWANCE IntheeventanauditbytheCountyrevealsanyerrors/overpayments,disallowedcostorexpense bytheCounty,ContractorshallrefundtheCountythefullamountofsuchoverpaymentsandplus damageswithinthirty(30)daysofsuchauditfindingsaswellthecostoftheauditattheCounty discretion,ortheCounty,atitsoption,reservestherighttodeductsuchamountsowingtheCounty fromanypaymentsduetotheContractor.TheCountyshallnotifytheContractorinwritingofthe disallowanceandtherequiredcourseofaction.
8.36 CONFLICTOFINTEREST NoCountyelectedorappointedofficialorrepresentative,oranyemployeesshallhaveanyfinancial interest,directorindirect,inanycontractwiththeCountyorbefinanciallyinterested,directlyor indirectly,inthesaletotheCountyofanyland,materials,supplies,goodsorservices,excepton behalfoftheCountyasanofficialoremployee.AnyviolationofthisSection,withknowledge, expressesorimplied,ofthepersonorcorporationcontractingwiththeCountyshallrenderthis AgreementinvolvedvoidablebytheCommissionersCourtofDallasCounty.Itistheresponsibility ofContractorduringallphasesofthisAgreementtonotifytheCountyinwritingofanypotential conflictofinterest.Contractorcovenantsthatneitheritnoranymemberofitscorporation presentlyhasanyinterestorshallacquireanyinterest,directorindirect,whichwouldconflictin anymannerordegreewiththeperformanceofthisAgreement.Contractorfurthercovenantsthat intheperformanceofthisAgreementnopersonhavingsuchinterestshallbeemployedor appointedbyContractor.
8.37 TRANSITIONSERVICESREQUIREDOFCONTRACTOR UponnoticeofterminationorexpirationofthisAgreement,theCountyshallimmediatelyhavethe righttoauditanyandallrecordsofContractorrelatingtothisAgreement.Moreover,uponthe terminationorexpirationdateofthisAgreement,Contractoragreestotransitiontheservices providedhereininacooperativemannerandprovideanythingrequestedfromtheCountyatno additionalcost,including,butnotlimitedtothefollowing,upondateofterminationorexpiration: (i)Allcontractandservicesdocumentation,includingallrecords,booksanddatareasonably relatedtothisAgreement,maintainedinaccordancewithSection9(ReportingandAccountability) ofthisAgreementandidentifiedinacomplete,neatandorderlymanner;(ii)Agoodfaithpledgeto cooperatewithCountyupontransitionofservicestoanothercontractororCountydepartment providingthesameorsimilarservices;(iii)Records,booksanddata,includingelectronicdata,ina formatcompatiblewithinCounty’sinformationtechnologycapabilities,orinaformatcompatible withasucceedingcontractor’sinformationtechnologycapabilities,asdeterminedbyCounty;(iv) FinalaccountingofallincomederivedfromtheAgreement;(v)Downloadingandremovalofall CountyinformationfromContractor’sequipmentandsoftware;and(vi)RemovalofContractor’s
45 2019-001-6765
serviceswithoutdegradationorotheradverseeffectonCounty’ssystem.Thisprovisionshall surviveterminationorcancellationofthisAgreement.
8.38 USEOFAGREEMENTBYOTHERPOLICTICALJURISDICTIONS InaccordancewithArticle791.025oftheTexasGovernmentCode,governmentalagencies(local, state)mayrequesttoutilizetheCounty’scontractbyexecutinganinterlocalagreementwithDallas Countytodoso.ContractoragreesthisAgreementmaybeextended,withtheauthorizationofthe Contractor,toothers.Ifanyotherjurisdictionorpoliticaljurisdictionsisauthorized,theirordering ofservicesorgoodsshallbeattheprices,termsandconditionsasthisAgreement.TheContractor mustdealdirectlywiththatjurisdictionorpoliticalsubdivisionconcerningtheplacementoforders, services,issuanceofpurchaseorders,contractualdisputes,invoicingandpayment.TheCountyacts onlyasthe"ContractingAgent"forthesejurisdictionsandpoliticalsubdivisions.Failuretoextenda contracttoanyjurisdictionwillhavenoeffectonthisAgreement.Eachparticipatingjurisdiction andpoliticalsubdivisionhastheoptionofexecutingaseparatecontractwiththeContractor. Contractsenteredintowiththemmaycontaingeneraltermsandconditionsuniquetothose jurisdictionsandpoliticalsubdivisionscoveringminorityparticipation,non‐discrimination,etc.If, whenpreparingsuchacontract,thegeneraltermsandconditionsofajurisdictionareunacceptable totheContractor,theContractormaywithdrawitsextensionoftheawardtothatjurisdiction. THECOUNTYISINDEMNIFIEDAGAINSTANYANDALLCLAIMSTHATMAYARISEFROM INTERLOCALAGREEMENTSENTEREDINTOBYTHECONTRACTORANDBYANOTHER JURISDICTIONASARESULTOFANYAWARDEXTENDEDTOTHATJURISDICTIONOR POLITICALSUBDIVISIONBYCONTRACTOR.
8.39 ANTI‐KICKBACKCLAUSE Contractorherebycertifiesthatitwillcomplywithallapplicable"Anti‐Kickback"Laws(including (18USC874)assupplementedinDepartmentofLaborregulations(29CFR,Part3),andshallinsert appropriateprovisionsinallsubcontractscoveringworkunderthisAgreement.
8.40 POLITICALACTIVITYPROHIBITED NoneofthefundsprovidedunderthisAgreementshallbeusedforinfluencingtheoutcomeofany election,orthepassageordefeatofanylegislativemeasure.Thisprohibitionshallnotbeconstrued topreventtheParties’compliancewiththeTexasPublicInformationAct.Nofundsprovidedunder thisAgreementmaybeuseddirectlyorindirectlytohireemployeesorinanyotherwayfundor supportcandidatesforthelegislative,executive,orjudicialbranchesofgovernment,theStateof Texas,orthegovernmentoftheUnitedStates.NoneofthefundsprovidedunderthisAgreement shallbepaidtoanyofficialoremployeewhoviolatesanyoftheprovisionsofthisSection.
8.41 NEPOTISM Noperson(1)whoisanemployee,agent,consultant,officer,orofficialofthecontractorandwho exercisesorhasexercisedanyfunctionsorresponsibilitieswithrespecttoassistedcontract activities;or(2)whoisinapositiontoparticipateinadecisionmakingprocessorgainsinside informationwithregardtosuchactivities,mayobtainapersonalorfinancialinterestorbenefit, directorindirect,inanycontract,subcontract,oragreementwithrespectthereto,ortheproceeds thereunder,eitherforthemselvesorthosewithwhomtheyhavefamilyorbusinessties,during theirtenure.
8.42 TITLEVIASSURANCES/COMPLIANCEPOLICY TheCounty,inaccordancewiththeprovisionsofTitleVIoftheCivilRightsActof1964(78Stat. 252,42U.S.C.§§2000dto2000d‐4)andtheRegulations,herebynotifiesallbiddersthatitwill affirmativelyensurethatanycontractenteredintopursuanttothisadvertisement,disadvantaged
46 2019-001-6765
businessenterpriseswillbeaffordedfullandfairopportunitytosubmitbidsinresponsetothis invitationandwillnotbediscriminatedagainstonthegroundsofrace,color,ornationaloriginin considerationforanaward. PursuanttoTitleVIrequirements,anyentityorpersonthatentersintoacontractwithDallas Countyincluding,butnotlimitedtoprimecontractors,sub‐contractors,andsub‐recipients,maynot discriminateonthebasisofrace,color,nationalorigin,age,sex,disability,orreligionintheir selectionandretentionofsubcontractors(includingconsultants),inconnectionwithanyfederally fundedprogramoractivity(includinganyprogramoractivityundertaken/fundedbyaDallas CountyDivision/Departmentthatreceivesfederalfunds). ThissolicitationpacketcontainsinformationconcerningDallasCounty’sTitleVI Assurances/CompliancePolicy‐AppendixAandContractorresponsibilities.
8.43 DISCLOSUREFORMCIQ
Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires that anyProposer or person considering doing business with a local government entity disclose in theQuestionnaireFormCIQ, theProposer orperson'saffiliationorbusiness relationship thatmightcauseaconflictofinterestwithalocalgovernmententity.Bylaw,thisquestionnairemustbefiledwiththerecordsadministratorofCountynolaterthanthe7thbusinessdayafterthedatethepersonbecomesawareoffactsthatrequirethestatementtobefiled.SeeSection178.008.
TexasLocalGovernmentCode,ApersoncommitsanoffenseifthepersonviolatesSection178.006,Texas Local Government Code. An offense under this section is a Class C misdemeanor. Thequestionnaireisincludedinthissolicitation.Bysubmittingaresponsetothisrequest,theProposerrepresents that it is in compliance with the requirements of Chapter 176 of the Texas LocalGovernmentCode.PleasesendcompletedformstotheDallasCountyClerkat1201ElmStreet,21stFloor,Suite2100,Dallas,Texas75270.
8.44 DallasCountyPurchasingDepartmentandDallasCountyMinority/WomanOwnedBusinessOfficeimplementedanelectronicreportingsystem(VendorTrackingSystem)tostreamlinethecurrentmanualprocessoftrackingpaymentstoalltiersubcontractors/sub‐consultantsbyperformingalltrackingprocedureselectronically. TheContractorisresponsiblefortheuseofthesystem.
Trainingandadditionalinformationregardingtheuseofthissystemwillbeprovidedtothe Contractor byDallas CountyPurchasingDepartment andDallas CountyMinority/Woman OwnedBusinessOfficestaffaftercontractaward.
8.45 TWELVE (12) MONTHWAITING PERIOD FOR EMPLOYMENT OF CERTAIN FORMER COUNTYEMPLOYEES
In accordance with the County's Transparency Policy, any firm awarded a contract for theProcurementofgoodsorservicesshallbeprohibitedfromhiringanyindividualwhohaspreviouslyworkedforCountyandinthatcapaCountyeitherevaluated,recommended,approved,monitored,ormanagedacontractinvolvingthatfirmnosoonerthantwelvemonthsafterthatindividualhasceasedtoworkfororbeemployedbyCounty. FailuretoadheretosuchacontractualrequirementmayresultintheterminationofthecontractwithCounty.
8.46 COUNTERPARTS,NUMBER/GENDERANDHEADINGS
ThisAgreementmaybeexecutedinmultiplecounterparts,eachofwhichshallbedeemedan original,butallofwhichshallconstituteoneandthesameinstrument.Wordsofanygenderused inthisAgreementshallbeheldandconstruedtoincludeanyothergender.Anywordsinthe singularshallincludethepluralandviceversa,unlessthecontextclearlyrequiresotherwise. Headingshereinarefortheconvenienceofreferenceonlyandshallnotbeconsideredinany interpretationofthisAgreement.
47 2019-001-6765
8.47 SEVERABILITY
IfanyprovisionofthisAgreementisconstruedtobeillegalorinvalid,thiswillnotaffectthelegality orvalidityofanyoftheotherprovisionsinthisAgreement.Theillegalorinvalidprovisionwillbe deemedstrickenanddeleted,butallotherprovisionsshallcontinueandbegiveneffectasifthe illegalorinvalidprovisionshadneverbeenincorporated.
8.48 ENTIREAGREEMENTThisAgreementsupersedesallprioragreements,writtenororal,betweenContractorandCountyandwillconstitutetheentireagreementandunderstandingbetweenthePartieswithrespecttothesubjectmatterof thisAgreement.ThisAgreementandeachof itsprovisionsandExhibitswillbebindinguponthePartiesandmaynotbewaived,modified,amended,oralteredexceptbyawritingsignedbybothContractorandCountywith formalapprovalby theDallasCountyCommissionersCourt.
8.49 SIGNATORYWARRANTY
ThepersonorpersonssigningandexecutingthisAgreementonbehalfofContractor,or representingthemselvesassigningandexecutingthisAgreementonbehalfofContractor,do herebywarrantandguaranteethathe,she,ortheyhavebeendulyauthorizedbyContractorto executethisAgreementonbehalfofContractorandtovalidlyandlegallybindContractortoall terms,conditionsandprovisionshereinsetforth.ContractorshallfurnishtoCountyacorporate resolutionauthorizingsignatoryauthority.
48 2019-001-6765
GOOD FAITH EFFORT PLAN
THE GOOD FAITH EFFORT PLAN IS REVIEWED BY THE DALLAS COUNTY OFFICE OF SMALL BUSINESS ENTERPRISE. THE SBE DIRECTOR OR DESIGNEE WILL EVALUATE THE “GOOD FAITH EFFORTS” OF A FIRM. THE GOOD FAITH EFFORT MUST BE APPROVED BY THE OFFICE OF
SMALL BUSINESS OF ENTERPRISE PRIOR TO AWARD.
NAME OF PROJECT:
SECTION A – PRIME CONTRACTOR INFORMATION
NAME OF FIRM:
ADDRESS:
CITY: STATE: ZIP:
CONTACT PERSON: PHONE:
EMAIL ADDRESS: FAX:
IS YOUR FIRM CERTIFIED: NO YES CERTIFICATION NUMBER:
TYPE OF CERTIFICATION: SBE MBE WBE AAB HUB DBE
1. LIST ALL FIRMS TO BE UTILIZED ON THIS PROJECT/CONTRACT.
SUBCONTRACTORS/SUPPLIERS SCOPE OF WORK/SUPPLIES TO BE
PERFORMED/PROVIDED BY THE FIRM
ESTIMATED
CONTRACT AMOUNT
ALLOCATED TO THE
FIRM
IF FIRM IS CERTIFIED, LIST CERTIFICATION
NUMBER AND ATTACH A
COPY OF THE
CERTIFICATION AFFIDAVIT
1. NAME:
ADDRESS:
2 NAME:
ADDRESS:
3. NAME:
ADDRESS:
4. NAME:
ADDRESS:
5. NAME:
ADDRESS:
6. NAME:
ADDRESS:
SECTION B – SBE COMMITMENTS
Good Faith Effort Form – Page 1 of 4
49 2019-001-6765
THE SMALL BUSINESS ENTERPRISE (SBE) ASPIRATIONAL GOAL FOR THIS PROJECT IS 40% 1. THE UNDERSIGNED CONTRACTOR HAS SATISFIED THE REQUIREMENTS OF THE BID SPECIFICATIONS IN THE
FOLLOWING MANNER (PLEASE CHECK THE APPROPRIATE SPACE):
THE CONTACTOR IS COMMITTED TO A MINIMUM OF 40 % SBE UTILIZATION ON THIS CONTRACT IF THE SBE GOAL WAS MET, PROCEED TO GOOD FAITH EFFORT AFFIRMATION (FOUND ON PAGE 4)
THE CONTRACTOR (IF UNABLE TO MEETING THE SBE GOAL OF 40 %) IS COMMITTED TO A MINIMUM OF ____% SBE
UTILIZATION ON THIS CONTACT
IF THE SBE GOAL WAS NOT MET, COMPLETE SECTION C – DOCUMENTATION OF GOOD FAITH EFFORTS (FOUND ON PAGE 3) MANDATORY PAYMENT REPORTING DURING THE TERM OF THE CONTRACT, THE CONTRACTOR MUST REPORT THE ACTUAL PAYMENTS TO ALL THE SBE
SUBCONTRACTORS ON A MONTHLY BASIS IN THE SPECIFIED TIME INTERVALS AND FORMAT PRESCRIBED BY DALLAS
COUNTY. ANY UNJUSTIFIED FAILURE TO COMPLY WITH THE LEVELS OF SBE PARTICIPATION IDENTIFIED IN THE BID
AND AFFIRMED IN THE GOOD FAITH EFFORT PLAN SHALL BE CONSIDERED A MATERIAL BREACH OF CONTRACT. DALLAS
COUNTY RESERVES THE RIGHT, AT ANY TIME DURING THE TERM OF THE CONTRACT TO REQUEST ADDITIONAL
INFORMATION, DOCUMENTATION OR VERIFICATION OF PAYMENTS MADE TO ALL SUBCONTRACTORS IN CONNECTION
WITH THE CONTRACT. VERIFICATION OF AMOUNT BEING REPORTED MAY TAKE THE FORM OF REQUESTING COPIES OF
CANCELED CHECKS PAID TO THE SBE PARTICIPANTS AND/OR CONFIRMATION INQUIRIES DIRECTLY TO SBE
PARTICIPANTS. PROOF OF PAYMENTS, SUCH AS COPIES OF CANCELED CHECKS MUST PROPERLY IDENTIFY THE PROJECT
NAME OR PROJECT NUMBER TO SUBSTANTIATE SBE PAYMENTS FOR THIS PROJECT.
2. NAME AND PHONE NUMBER OF PERSON APPOINTED TO COORDINATE AND ADMINISTER THE SBE REQUIREMENTS ON
THIS PROJECT NAME:
TITLE:
DIRECT
PHONE: EMAIL:
IF THE SBE GOAL WAS NOT MET, COMPLETE SECTION C – DOCUMENTATION OF GOOD FAITH EFFORTS (FOUND ON PAGE 3) IF THE SBE GOAL WAS MET, PROCEED TO GOOD FAITH EFFORT AFFIRMATION (FOUND ON PAGE 4)
Good Faith Effort Form – Page 2 of 4
50 2019-001-6765
3. SECTION C – DOCUMENTAION OF GOOD FAITH EFFORTS (TO BE FILLED OUT ONLY IF SBE ASPIRATIONAL GOAL WAS NOT ACHIEVED.)
1. LIST ALL FIRMS CONTACTED WITH SUBCONTRACTING/SUPPLY OPPORTUNITIES FOR THIS PROJECT THAT WILL NOT BE UTILIZED FOR THE
CONTRACT BY CHOICE OF THE CONTRACTOR, SUBCONTRACTOR, AND/OR SUPPLIER. WRITTEN NOTICES TO FIRMS CONTACTED BY THE
CONTRACTOR FOR SPECIFIC SCOPES OF WORK IDENTIFIED FOR SUBCONTRACTING/SUPPLY OPPORTUNITIES MUST BE PROVIDED TO
SUBCONTRACTOR/SUPPLIERS NOT LESS THAN FIVE (5) BUSINESS DAYS PRIOR TO BID/PROPOSAL DUE DATE. THE FOLLOWING INFORMATION
IS REQUIRED FOR ALL FIRMS WHAT WERE CONTACTED OF SUBCONTRACTING/SUPPLY OPPORTUNITIES. MAY USE ADDITIONAL SHEETS IF
NEEDED.
NAME & ADDRESS OF
SUBCONTRACTOR(S)/SUPPLIER(S)
SCOPE OF
WORK/SUPPLIES TO BE
PERFORMED/PROVIDED
BY THE FIRM
IS FIRM SBE
OR M/WBE
CERTIFIED?
DATE OF WRITTEN
NOTICE SENT &
METHOD USED (FAX, LETTER, EMAIL, ETC.)
REASON AGREEMENT NOT
REACHED
1. NAME: DATE: ADDRESS: METHOD:
2 NAME: DATE: ADDRESS: METHOD:
3. NAME: DATE: ADDRESS: METHOD:
4. NAME: DATE: ADDRESS: METHOD:
5. NAME: DATE: ADDRESS: METHOD:
IN ORDER TO VERITY A CONTRACTOR’S GOOD FAITH EFFORTS, PLEASE PROVIDE COPIES OF ALL WRITTEN NOTICES TO ALL FIRMS OF
CONTACTED BY THE CONTRACTOR FOR SPECIFIC SCOPES OF WORK IDENTIFIED IN RELATIONS TO THE SUBCONTRACTING/SUPPLY
OPPORTUNITIES IN THE ABOVE NAMED PROJECT. COPIES OF SAID NOTICES MUST BE PROVIDED TO DALLAS COUNTY’S OFFICE OF SMALL
BUSINESS ENTERPRISE WITHIN FIVE (5) BUSINESS DAYS AFTER THE BID/PROPOSAL IS DUE. SUCH NOTICES SHALL INCLUDE INFORMATION
ON THE SCOPE OF WORK TO BE PERFORMED AND/OR SUPPLIES TO BE PROVIDED.
2. DID YOU ATTEND THE PRE-PROPOSAL CONFERENCE SCHEDULED FOR THIS PROJECT? YES _____ NO _____
3. LIST ALL LISTINGS, DIRECTORIES, CONTRACTOR ASSOCIATIONS, AND/OR ANY OTHER ASSOCIATIONS UTILIZED TO SOLICIT SBE
SUBCONTRACTOR/SUPPLIERS.
NAME CONTACT PERSON PHONE ( ) ( ) ( ) ( )
4. DISCUSS EFFORTS MADE TO DEFINE ADDITIONAL ELEMENTS OF THE WORK PROPOSED TO BE PERFORMED BY SBEs IN ORDER TO INCREASE
THE LIKELIHOOD OF ACHIEVING THE GOAL.
5. INDICATE ADVERTISEMENTS MEDIUMS USED FOR SOLICITING BIDS FROM SBEs (PLEASE ATTACH A COPY OF THE ADVERTISEMENTS).
Good Faith Effort Form – Page 3 of 4
51 2019-001-6765
GOOD FAITH EFFORT
AFFIRMATION
I HEREBY AFFIRM THAT THE INFORMATION PROVIDED IN THIS GOOD FAITH EFFORT PLAN IS TRUE AND COMPLETE TO THE BEST OF MY
KNOWLEDGE. I FURTHER UNDERSTAND AND AGREE THAT THIS DOCUMENT SHALL BE ATTACHED THERETO AND BECOME A BINDING PART
OF THE CONTRACT/AGREEMENT. NAME OF AUTHORIZE OFFICIAL:
TITLE:
SIGNATURE: DATE:
FOR USE ONLY BY THE OFFICE OF SMALL BUSINESS ENTERPRISE
GOOD FAITH EFFORT RECOMMENDATION: APPROVED: NOT APPROVED:
SBE DIRECTOR:
DATE:
Good Faith Effort Affirmation – Page 4 of 4
52 2019-001-6765
Name of Contractor: _____________________________________________________________________________
Principal Place of Business (address): ________________________________________________________________
Project Name & Number: __________________________________________________________________________
Tax ID Number (if applicable): _______________________________________________________________
I _________________________________ am the majority owner (51%) of the Contractor listed above and own
_______ percent of _______________________.
I hereby certify that my firm/company’s gross revenues and/or number of employees averaged over the past three years are equal to or below 20% of the Small Business Administrations (SBA) standards, in accordance with 13 CFR 121 et. al.1 and Dallas County’s Small Business Enterprise Program. The number of employees employed during the previous three (3) years are as follows:2
Employee Workplace
Demographics by year
Full Time Part Time Contract
20__
20__
20__
I also hereby certify that my personal net worth (“PNW”) does not exceed $3.2 million (excluding primary personal residence3 and ownership interest in business), including any assets held on my behalf by any person or entity domestically or internationally. I also certify that I have not transferred ownership of assets for the purpose of qualifying as an SBE. I understand and acknowledge that the County reserves the right to conduct an investigation and request additional information regarding the representations herein. I agree to allow a County representative to perform an onsite audit of my firm/company’s tax returns for the past three years, upon request, , including information from third parties (e.g., accountant, IRS), to confirm my gross revenues, number of employees, or PNW, including federal tax return (including schedules), W2s, and other relevant documentation.
1 See, generally, 13 CFR § 121 et. al, including 13 CFR § 121.201 and 13 CFR § 121.104.
3 Note: portions of equity in your primary residence attributable to excessive withdrawals from the participating SBE firm/company is not excluded.
SMALL BUSINESS THRESHOLD
AFFIDAVIT
Small Business Threshold Affidavit - Page 1 of 2
53 2019-001-6765
I, _________________________________, hereby certify, under penalty of perjury, that the above‐stated facts are true and correct and understand that any misrepresentations may be grounds for initiating action under federal or state law, including state law concerning false statements in a government document. Signature Date Title
STATE OF TEXAS COUNTY OF ___________________ BEFORE ME, A NOTARY PUBLIC, ON THIS DAY PERSONALLY APPEARED ________________________, KNOWN TO ME TO BE
THE PERSON WHOSE NAME IS SUBSCRIBED TO THE FOREGOING DOCUMENT AND, BEING BY ME FIRST DULY SWORN, DECLARED THAT THE STATEMENTS THEREIN CONTAINED ARE TRUE AND CORRECT. GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS ____________ DAY OF __________, 20___. (PERSONALIZED SEAL)
NOTARY PUBLIC'S SIGNATURE
Small Business Threshold Affidavit - Page 2 of 2
54 2019-001-6765
TITLEVIASSURANCES/COMPLIANCE–APPENDIXA
A. Assurances
Duringtheperformanceofthiscontract,thecontractor,foritself,itsassignees,andsuccessorsininterest (hereinafterreferredtoasthe“contractor”)agreesasfollows:
1. CompliancewithRegulations:Thecontractor(hereinafterincludesconsultants)willcomplywiththeActsandtheRegulationsrelativetoNondiscriminationinFederally‐assistedprogramsoftheU.S.DepartmentofTransportation,theFederalHighwayAdministration,astheymaybeamendedfromtimetotime,whicharehereinincorporatedbyreferenceandmadeapartofthiscontract.
2. Nondiscrimination:Thecontractor,withregardtotheworkperformedbyitduringthecontract,willnotdiscriminateonthegroundsofrace,color,ornationaloriginintheselectionandretentionofsubcontractors, includingprocurementsofmaterialsandleasesofequipment.ThecontractorwillnotparticipatedirectlyorindirectlyinthediscriminationprohibitedbytheActsandtheRegulations,includingemploymentpracticeswhenthecontractcoversanyactivity,project,orprogramsetforthinAppendixBof49CFRPart21.
3. Solicitations for Subcontracts, Including Procurements ofMaterials and Equipment: In all
solicitations,eitherbycompetitivebidding,ornegotiationmadebythecontractor forworktobeperformedunderasubcontract,includingprocurementsofmaterials,orleasesofequipment,eachpotentialsubcontractororsupplierwillbenotifiedbythecontractorofthecontractor’sobligationsunderthiscontractandtheActsandtheRegulationsrelativetoNondiscriminationonthegroundsofrace,color,ornationalorigin.
4. InformationandReports:Thecontractorwillprovideallinformationandreportsrequiredbythe
Acts, theRegulations, anddirectives issuedpursuant theretoandwillpermit access to itsbooks,records, accounts, other sources of information, and its facilities as may be determined by theRecipientortheFederalHighwayAdministrationtobepertinenttoascertaincompliancewithsuchActs,Regulations,andinstructions.Whereanyinformationrequiredofacontractorisintheexclusivepossessionofanotherwhofailsorrefusestofurnishtheinformation,thecontractorwillsocertifytotheRecipientortheFederalHighwayAdministration,asappropriate,andwillsetforthwhateffortsithasmadetoobtaintheinformation.
5. Sanctions for Noncompliance: In the event of a contractor’s noncompliance with the
Nondiscriminationprovisionsofthiscontract,theRecipientwillimposesuchcontractsanctionsasitortheFederalHighwayAdministrationmaydeterminetobeappropriate,including,butnotlimitedto:
a. withholdingpayments to thecontractorunder thecontractuntil thecontractorcomplies;
and/orb. cancelling,terminating,orsuspendingacontract,inwholeorinpart.
6. IncorporationofProvisions:Thecontractorwillincludetheprovisionsofparagraphsonethrough
sixineverysubcontract,includingprocurementsofmaterialsandleasesofequipment,unlessexemptbytheActs,theRegulationsanddirectivesissuedpursuantthereto.Thecontractorwilltakeactionwith respect to any subcontract or procurement as the Recipient or the Federal HighwayAdministration may direct as a means of enforcing such provisions including sanctions fornoncompliance.Provided,thatifthecontractorbecomesinvolvedin,oristhreatenedwithlitigationbyasubcontractor,orsupplierbecauseofsuchdirection,thecontractormayrequesttheRecipient
55 2019-001-6765
toenterintoanylitigationtoprotecttheinterestsoftheRecipient.Inaddition,thecontractormayrequesttheUnitedStatestoenterintothelitigationtoprotecttheinterestsoftheUnitedStates.
B. NondiscriminationAuthorities
Duringtheperformanceofthiscontract,thecontractor,foritself,itsassignees,andsuccessorsininterest (hereinafter referred to as the “contractor”) agrees to comply with the following nondiscrimination statutesandauthorities;includingbutnotlimitedto: PertinentNondiscriminationAuthorities:
TitleVIoftheCivilRightsActof1964(42U.S.C.§2000detseq.,78stat.252),(prohibitsdiscriminationonthebasisofrace,color,nationalorigin);and49CFRPart21
TheUniformRelocationAssistanceandRealPropertyAcquisitionPoliciesActof1970,(42 U.S.C. §4601),(prohibitsunfairtreatmentofpersonsdisplacedorwhosepropertyhasbeen acquiredbecauseofFederalorFederal‐aidprogramsandprojects);
Federal‐AidHighwayActof1973,(23U.S.C.§324etseq.),(prohibitsdiscriminationonthebasisofsex); Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits
discriminationonthebasisofdisability);and49CFRPart27; TheAgeDiscriminationActof1975,asamended,(42U.S.C.§6101etseq.),(prohibitsdiscriminationon
thebasisofage); AirportandAirwayImprovementActof1982,(49U.S.C.§471,Section47123),asamended,(prohibits
discriminationbasedonrace,creed,color,nationalorigin,orsex); TheCivilRightsRestorationActof1987,(PL100‐209),(Broadenedthescope,coverageandapplicability
ofTitleVIof theCivilRightsActof1964,TheAgeDiscriminationActof1975andSection504of theRehabilitationActof1973,byexpandingthedefinitionoftheterms“programsoractivities”toincludealloftheprogramsoractivitiesoftheFederal‐aidrecipients, subrecipients and contractors,whethersuchprogramsoractivitiesareFederallyfundedornot);
TitlesIIandIIIoftheAmericanswithDisabilitiesAct,whichprohibitdiscriminationonthe basisofdisabilityintheoperationofpublicentities,publicandprivatetransportationsystems, placesofpublicaccommodation,andcertaintestingentities(42U.S.C.§§12131‐12189)asimplementedbyDepartmentofTransportationregulationsat49C.F.R.parts37and38;
The Federal Aviation Administration's Nondiscrimination statute (49 U.S.C. § 47123) (prohibitsdiscriminationonthebasisofrace,color,nationalorigin,andsex);
ExecutiveOrder12898,FederalActionstoAddressEnvironmentalJusticeinMinorityPopulationsandLow‐IncomePopulations,whichensuresdiscriminationagainstminoritypopulationsbydiscouragingprograms, policies, and activities with disproportionately high and adverse human health orenvironmentaleffectsonminorityandlow‐incomepopulations;
ExecutiveOrder13166,ImprovingAccesstoServicesforPersonswithLimitedEnglishProficiency,andresulting agency guidance, national origin discrimination includes discrimination because of limitedEnglishproficiency(LEP).ToensurecompliancewithTitleVI,youmusttakereasonablestepstoensurethatLEPpersonshavemeaningfulaccesstoyourprograms(70Fed.Reg.at74087to74100);
TitleIXoftheEducationAmendmentsof1972,asamended,whichprohibitsyoufromdiscriminatingbecauseofsexineducationprogramsoractivities(20U.S.C.1681etseq).
C. Representations/Warranties
TheContractoralsomakesthefollowingrepresentationsandwarrantiestoDallasCounty:
1. IthastakenthestepsnecessarytoeffectuateTitleVIrequirements.2. Disadvantagedbusinessenterprisesareaffordedequalopportunitytosubmitbids/proposalsassub‐
contractorsorsub‐consultantsandwillnotbediscriminatedagainstonthegroundsofrace,color,sex,age,disability,religion,veteranstatus,ornationalorigininconsiderationofaselectionoraward.
56 2019-001-6765
3. Neithercontractororanysubcontractorsorsub‐recipientsthatwillparticipateinactivitiestobefunded
asaresultofthiscontract/bid/solicitation,arelistedonthedebarredlistduetoviolationsofTitleVIorVIIof theCivilRightsActof1964,norareanyproposedpartiestothiscontract,oranysubcontractresulting therefrom, aware of any pending action which might result in such debarment ordisqualification.
D. TitleVIComplaints
Any person, contractor, or subcontractor who believes that they have been subjected to an unlawful discriminatorypracticeunderTitleVIwillbenotifiedof theirrightto filea formalcomplaintwithinone hundredeighty (180)days following theallegeddiscriminatoryactionor thedate theperson(s)became awareoftheallegedact(s)ofdiscrimination.Anysuchcomplaintmustbefiledinwritingorinpersonwith theDallasCountyTitleVICoordinator:
DallasCountyHumanResources c/o:DallasCountyDirectorofHumanResourcesandTitleVICoordinator RenaissanceTower 1201ElmStreet,23rdFloor,Suite2300‐B Dallas,Texas75270 (214)653‐7638(phone) (214)653‐7608(fax)
A copy ofDallas CountyTitle VINon‐DiscriminationPlan andDocuments, and complaint forms,may be obtainedathttp://www.dallascounty.org/department/HR/title_vi.htmlorattheaddressabove.
AcomplainantmayalsocontacttheFederalCoordinationandComplianceOffice,CivilRightsDivisionatthe TitleVIHotline:888‐TITLE‐06(888‐848‐5306)orsendaletterto:U.S.DepartmentofJusticeCivilRights DivisionFederalCoordinationandComplianceSection,NWB950PennsylvaniaAvenue,N.W.Washington, D.C. 20530. More information on Title VI is available from the Justice Department online at www.justice.gov.
ContractorshallcomplywithallreasonablerequestsmadeinthecourseofaninvestigationofTitleVIand these assurances by Dallas County, the Texas Department of Transportation, the US Department of Transportation,theUSDepartmentofJustice,oranyotherfederalorstateagency.Failuretocomplywith suchreasonablerequestswillbedeemedabreachofthiscontract/bid/solicitation.
E. Enforcement
ThecontractoraffirmativelyacknowledgesthatitwillbesubjecttoTitleVI,andimplementingregulations, and any enforcement measures therein. In addition to any enforcement action by Dallas County, the contractor acknowledges that the United States and the State of Texas has a right to seek judicial enforcementwithregardtoanymatterarisingunder2270VI,includingtheassurancesherein.
Contractor'sFullName:____________________________________________________________________________________________
____________________________________________________________________________________________________________________ Signature,AuthorizedRepresentativeofContractor Date _________________________________ ___________________________ Title
57 2019-001-6765
TEXAS GOVERNMENT CODE CHAPTER 2270 VERIFICATION FORM
I, _____________________________________________________________________________(Person name), the
undersigned representative of (Company or Business name)
________________________________________________________________
__________________________________________ (hereafter referred to as “company”) being an adult over the age
of eighteen (18) years of age, do hereby depose and verify under oath that the company named-above,
under the provisions of Subtitle F, Title 10, Government Code Chapter 2270:
1. Does not boycott Israel currently; and 2. Will not boycott Israel during the term of the contract between company and Dallas County, Texas. Pursuant to Section 2270.001, Texas Government Code: 1. “Boycott Israel” means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes; and 2. “Company” means a for-profit sole proprietorship, organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or any limited liability company, including a wholly owned subsidiary, majority-owned subsidiary, parent company or affiliate of those entities or business associations that exist to make a profit. ___________________________________________________ ___________________________________________________Signature Printed Name ___________________________________________________ ___________________________________________________Title Date AFFIX NOTARY STAMP / SEAL ABOVE I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. _______________________________________________________________________ Signature of authorized agent of contracting business entity Sworn to and subscribed before me, by the said ______________________, this the ________________________ day of ________________, 20 _______ , to certify which, witness my hand and seal of office. ____________________________________ ____________________________________ ____________________________________Signature of officer Printed name of officer Title of officer administering oath administering oath administering oath
58 2019-001-6765
59 2019-001-6765
60 2019-001-6765
This is a sample Texas Ethics Commission’s FORM 1295 – CERTIFICATE OF INTERESTED PARTIES. Contractor must use the Texas Ethics Commission electronic filing web page (at https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm) to complete the most current Certificate of Interested Parties form and submit the form as instructed to the Texas Ethics Commission and Dallas County.
61 2019-001-6765
VOLUNTARYMORATORIUMONCAMPAIGNCONTRIBUTIONS
InaccordancewithDallasCounty’sTransparencyPolicy,partiesinterestedinrespondingto this RFP/RFQ are encouraged to sign this statement indicating your willingness totemporarily refrain frommaking any donation to any Dallas County elected official orcandidateforofficewhoseoffice(orpotentialoffice)hasanyinvolvementintheselectionprocessfortheassociatedcontractduringthependencyoftheRFP/RFQthroughthirty(30)daysafterthecontractisawarded.Weherebyagreeasstated;FirmName:____________________________________________________________SignatureandTitleofIndividualAuthorizedtoBindCompany:_________________________________________________________ Title: ___________________________PrintName:____________________________________________________________Date: __________________________________________________________________
62 2019-001-6765
DALLASCOUNTYINSURANCEREQUIREMENTAFFIDAVIT
THISFORMISNOTASUBSTITUTEFORTHEREQUIREDPOLICYAND/ORSTATEAPPROVEDCERTIFICATEOFINSURANCEFORM
I,theundersignedAgent/Broker,reviewedtheinsurancerequirementcontainedinthisbiddocument.IftheBiddershownbelowisawardedthiscontractbyDallasCounty,Iwillbeableto,withinten(10)daysaftercontractawardandpriortocommencementofservices,meetalloftheinsurancerequirementsinthisbid.
InsuranceCoverageReviewed: _________________________________________________________________________________Agent’sName: _________________________________________________________________________________AgencyName: _________________________________________________________________________________Address: ___________________________________________________________________________________County/State/Zip: ___________________________________________________________________________________TelephoneNo: (_____)______________________________________________________________________________FaxNo: (_____)_____________________________________________________________________________Bidder’sNameandCompany: __________________________________________________________________________________Project/BidNo.andTitle: __________________________________________________________________________________ Iftheabovetendayrequirementisnotmet,DallasCountyreservestherighttocancelthecontractfornon‐performance.Ifyouhaveanyquestionsconcerningtheserequirements,pleasecontacttheDallasCountyHumanResource/CivilService’sRiskManagerat214‐653‐7668.InsuranceAgent/BrokerSignature: ______________________________________________________________________________Date: ______________________________________________________________________________Bidder’sSignature: ______________________________________________________________________________Date: ______________________________________________________________________________
ToBeCompletedByInsuranceAgent/BrokerandBidder
BysubmittingabidandsigningbelowIaffirmthefollowing:Iamawareofallcoststoprovidetherequiredinsurance,willdosopendingcontractaward,andwillhavemyinsuranceagentprovidethisinformationtoDallasCounty,meetingallrequirementswithintendaysofnotificationofaward.
63 2019-001-6765
WAIVEROFWORKERS'COMPENSATIONINSURANCEAFFIDAVITSTATEOFTEXAS § §COUNTYOFDALLAS § BEFOREME, theundersignedauthoritypersonallyappeared_____________________________________________________, individuallyand
doingbusinessas_____________________________________________________________________________________,whoafterbeingbymefirstduly
sworn,deposedandstatedasfollows:
1. “Mynameis___________________________________________________appearinghereinindividuallyandaspresidentand
sole owner of _______________________________________________________________________. I am over 21 years of age, of sound mind,
authorizedandfullycompetenttomakethisaffidavit.Ihaveneverbeenconvictedofafelonyormisdemeanorinvolvingmoral
turpitude.Ihavepersonalknowledgeofthefactsandrepresentationsstatedforthereasonsstatedherein,andsuchfactsand
representationsaretrueandcorrect.
2. “My name is __________________________________________________________. I am president and sole owner of
_______________________________________________________________________________________________________________ located at
__________________________________________________________________________________________________________________. Dallas County issued
SolicitationNo.______________________(hereinafter“Bid/RFP”).Bid/RFPprovisionsrequiredthesuccessfulcontractortomaintain
Workers’ Compensation Insurance Coveragemeeting the requirements and coverage amounts as established by the Texas
Workers’ CompensationAct, Title5, SubtitleA, Texas LaborCode. I do notmaintainWorkers’ Compensation Insurance as
requiredbytheproposedbid.IamineligibleforpurchasingWorkers’CompensationInsuranceasrequiredbytheproposedbid
in that I do not meet the minimum requirements to purchase such insurance for the following reasons:
___________________________________________________________________________.
Furtheraffiantsayethnot.”
___________________________________________ _____________________________________________________________Name Company SWORNTOANDSUBSCRIBEDTOBEFOREME,onthis_____dayof___________________________________,20_____. ____________________________________________________________ NotaryPublicinandfortheStateofTexas_______________________________________CommissionExpires
64 2019-001-6765
65 2019-001-6765
DALLASCOUNTYPURCHASINGCODEOFETHICS
1. Purpose. Dallas County (the “County”) requires ethical conduct from those who represent theCountyandthosewhodobusinesswiththeCounty. Itisabreachofthepublictrusttosubvert theprocurement process, including the competitive bidding process, whether bybribes, kickbacks,preferentialtreatment,or any othermeans.Toimprove procurementpractices,theDallasCountyPurchasingCodeofEthics,outlinedbelow,isbeingadoptedbytheCounty.
2. StatementofPurchasingEthicsPolicy. It isthepolicyoftheCountytoensurethatthefollowing
ethical principles govern the conduct of all individuals and entities involved in the County’sprocurement process, including, but not limited to, solicitations for bids for goodsor services,request forproposals (RFPs), andrequest forProposals (RFPs). TheCountyPurchasing Code ofEthics (“Code of Ethics”) shall be committed to and upheld by anyindividualengagedwiththisprocess. ThisCodeofEthicsappliesto:
i. Vendor. Any individual or entity, or any individual’s or entity’s employees, agents,
representatives, or any other individuals or entities acting on their behalf (whether paid orunpaid), not employed by the County but involved, directly or indirectly, currently orprospectively,inbiddingorcontractingwiththeCounty.
ii. Procurement Professional. Any County employee involved, directly or indirectly, with the
development,preparation,solicitation,negotiation,evaluation,recommendation,approvalof,or contracting of County purchasing projects, excluding County ElectedOfficials (asdefinedbelow). County Procurement Professionals include, but are notlimited to, members of theCounty Purchasing Department, the head of the PurchasingDepartment (called herein the“Purchasing Director” or otherwise known as the“Purchasing Agent”),membersof theevaluationcommittee,countyadministrators,departmentheads,andstaff.
iii. Elected Official. Any County elected official involved, directly or indirectly, with the
development, preparation, solicitation, negotiation, evaluation, recommendation,approvalof,orcontractingofCountypurchasingprojects.CountyElectedOfficialsmayinclude, but arenotlimitedto,theCountyCommissionersCourt(the“CommissionersCourt”),theCountyJudge,andanyotherCountyelectedofficials.
3. ActiveSolicitations. A contract solicitation is considered active in terms of this Code ofEthics
fromthetimeitisbriefedtotheCommissionersCourtuntilten(10)daysafter(a)thecontracthasbeen awarded by the Purchasing Department or the Commissioners Court, (b) the contract isexecuted between the County and the winning Contractor, or (c) the Commissioners Courtdetermines not to go through with the solicitation, whichever represents the final act in anyprocurementprocess(an“ActiveSolicitation”). IftheCountywithdrawsasolicitationorrejectsallresponseswiththestatedintentiontoreissuethesameor a similar solicitation for the same ora similar project (a “Related Solicitation”), thesolicitationremainsanActiveSolicitationduringthetimeperiodbetweenthewithdrawalandthereissue. WhetherasolicitationconstitutesaRelatedSolicitationwillbedeterminedatthediscretionofthePurchasingDirector.
4. ConflictsofInterest. Vendors, Procurement Professionals, and Elected Officials shall avoid anyactivities,transactions,contacts,orcommunicationsthatcompromisetheinterestsoftheCountyorthe procurement process, or give the appearance of impropriety. Conflict ofinterestsmayinclude,butarenotlimitedto,instancesinwhich:
66 2019-001-6765
i. Procurement Professionals, Elected Officials, or any of their respective relatives (which, for
purposesofthisCodeofEthics,shallincludeanypersonwithinathirddegreeofconsanguinityor affinity, as defined in Chapter 573 of the Texas Government Code), significantothers/partners,otherclosepersonalrelations,businesspartners,staff,orotheragentsactingontheir behalf, have an interest in, or are connected with, a contract or solicitationforthepurchaseofgoodsorservicesbytheCounty;
ii. Vendors, Procurement Professionals, Elected Officials, or any of their respective relatives,
significant others/partners, other close personal relations, business partners,staff,orotheragentsactingontheirbehalf,solicit,offer,give,accept,orreceiveanythingofvalue(includingapromise,obligation,loan,reward,gift,orcompensation)toorfroma person who is involvedwith, or intending to be involved with, whether directly or indirectly,acurrentorfuturecontractorsolicitationwiththeCounty;
iii. Procurement Professionals, Elected Officials, or any of their respective relatives,significant
others/partners,otherclosepersonalrelations,businesspartners,staff,orotheragentsactingontheir behalf, are involved with a business or organization that has afinancialinterestintheoutcomeofany particularsolicitationorcontractselectionprocesswiththeCounty;
iv. Procurement Professionals, Elected Officials, or any of their respective relatives,significant
others/partners,otherclosepersonalrelations,businesspartners,staff,orotheragentsactingontheirbehalf,areinvolvedinnegotiatingforprospectiveemployment,orarecurrentlyemployedwith,anindividual,business,ororganizationthathasafinancialinterestintheoutcomeofanyparticularsolicitationorcontractselectionprocess.
v. Vendors, Procurement Professionals, Elected Officials, or any of their respective relatives,
significant others/partners, other close personal relations, business partners,staff, or otheragents actingon their behalf, use confidential information (as defined inSection11)acquiredfrom the County for actual or anticipated gain or benefit in a current or future contract orsolicitationwiththeCounty.
NoticeRequired. IfaVendor,ProcurementProfessional,orElectedOfficialobtainsknowledge of apotential conflict of interest, that individual shall notify thePurchasingDirectorinwritingwithinseven (7)businessdays after receivingsuch knowledge,unlesscircumstances(suchasapendingvote on a solicitation by an evaluation committee or the awarding of a contract by theCommissioners Court and/or the Purchasing Department)requireimmediatenotice. TheCountyAdministratorshallbecopiedonthenotice.
Recusal.IfthePurchasingDirector(or,intheeventthatthePurchasingDirectormayhaveapotentialconflictofinterest,theCommissionersCourt)determinesthataconflictofinterestdoes exist, theconflicted individual must recuse himself or herself from the contract orprocurement processand any related activities, including, but not limited to, any dutiesimposedbythisSection.
ConflictofInterestQuestionnaire.AsrequiredbyChapter176oftheTexasLocalGovernmentCode, certain Vendors, Procurement Professionals, and Elected Officials arerequiredtocompleteandfileaConflictofInterestDisclosurewiththeCountyClerkat1201ElmStreet, 21stFloor,Suite 2100, Dallas, Texas 75270 (the form is available online at:www.dallascounty.org/department/countyclerk/countyclerk.php).
67 2019-001-6765
It is the dutyandresponsibilityofanyonerequiredtofileaConflictofInterestDisclosureunderChapter176tokeepthisDisclosureup‐to‐dateandaccurate.Failuretodosomayleadtodisqualificationfromacontractorprocurementprocess,andmayvoidcurrentcontractswiththeCounty.
Disclosure of Interested Parties.As required by Chapter 2252 of the Texas GovernmentCode,VendorswhoareawardedcontractsbytheCommissionersCourtonorafterJanuary1,2016mustdisclosealistofinterestedpartiestotheCountybeforetheyareallowedtoenterinto the contract.The disclosure must include a list of any party who has a controllinginterest intheVendororwhoactivelyparticipates in facilitating the contractornegotiatingits terms. The required formwill be available through the Texas Ethics Commission’swebsiteatwww.ethics.state.tx.us/.
5. Gratuities.ProcurementProfessionalsandElectedOfficialsinvolvedintheprocurementdecision‐
makingprocessshallnotsolicitoracceptmoney,loans,gifts,meals,entertainment,lodging, favors,offers of employment (for themselves or for other individuals or entities),promises,obligations,oranythingofvaluefromVendorsduringaRestrictedContactPeriod(otherthanasallowedinDallasCounty Code Section 86‐752) that could influence or appear to influence a specific purchasingdecision.Generally,goodsorserviceswithavalueof$75or less in the aggregate from a Vendorduringa yeardonot violate thisprohibitionunlesstheyinfluenceorappeartoinfluenceaspecificpurchasingdecision.
Notwithstanding the above, Elected Officials may (a) solicit and accept campaigncontributionsas allowable by law and this Code of Ethics, and (b) attend an association,civic, charitable, orcommunity event sponsored in whole or in part by a Vendor, andProcurementProfessionalsmayattendanassociation,civic,charitable,community,ortrainingeventsubjecttotheapprovalofthePurchasingDirectorortheCommissionersCourt.
When responding to an Active Solicitation, Vendors shall be required to disclose donationsandcampaigncontributionsbytheVendororanyindividualorentityactingontheVendor’sbehalftoanyProcurementProfessionalorElectedOfficial (asdefinedherein)involvedintheprocurementdecision‐making process made within one (1) year prior to the date of theActiveSolicitation.FailurebyaVendortofullyandaccuratelydisclosesuchcontributionsmayresult in theVendor’sdisqualification,debarment,orcontractvoidanceasperSection20below.
6. RestrictedContactPeriod. Vendors, Procurement Professionals, and Elected OfficialsshallnotviolatetheRestrictedContactPeriodassetforthherein.
ContactPersonandDesignatedRepresentatives. All solicitationswill include a designatedcontactpersoninthePurchasingDepartmentandprovideappropriatecontactinformationforthatpersonatthetimethesolicitationisissued(the“ContactPerson”).AllVendorcommunications regardingthesolicitationshallbeto theContactPersonor theContactPerson’sdesignatedrepresentatives,as defined by the Contact Person on a question‐by‐ question basis (the “DesignatedRepresentatives”).
Restricted Contact Period.The Restricted Contact Period for any solicitation shall be ineffectduring the time the solicitation is considered an Active Solicitation under this Code of Ethics(regardless ofwhen a Vendor submits a proposal or bid for the solicitation).All Vendorcommunications including, but not limited to, questions, comments, requests forclarification, and general information requests, during the Restricted ContactPeriod,
68 2019-001-6765
regardinganyActiveSolicitation,mustbedirectedsolelytotheContactPersonandtheContactPerson’sDesignatedRepresentatives(asdefinedbytheContactPerson on aquestion‐by‐questionbasis). The Contact Person for any specific solicitation can be identified by visitingwww.dallascounty.org/department/purchasing to view the solicitationortheRestrictedContactList(asdefinedbelow)orbycallingthePurchasingDepartmentat214‐653‐7431.
Violations. AnycommunicationbyVendorswithanyProcurementProfessionals,ElectedOfficials,oranyoftheirrespectivestaffmembers,agents,orrepresentatives(excludingtheContactPersonandDesignated Representatives), regarding an Active Solicitation,will beconsideredaviolationof theRestricted Contact Periodunless theVendor receives expresswrittenpermissionfromtheContactPersonforthecommunication.
It is not a violation of the Restricted Contact Period for Vendors to discuss an existingcontractorbusinessrelationshipnotrelatedtoanyActiveSolicitation.However,communicationsbetweenVendors and Procurement Professionals and/or Elected Officials regardingVendor Proposals,Proposalsofotherparties,pastcontractperformance,orrelevantexperiencecouldbedeemedaviolation of this rule if theVendor isparticipating in,or considering participating in, an ActiveSolicitation. Prohibited communications includethose initiated by theVendor (or othersonbehalf of theVendor), aswellasVendorresponsestocommunicationsinitiatedbyotherparties.
Whether a violation of the Restricted Contact Period has occurred for an Active Solicitation issubject to the discretion of the Purchasing Director and the Commissioners Court. Vendors(includinganyemployees,agents,representatives,orany otherindividualsorentitiesactingontheir behalf) that are found to have violated theRestrictedContact Periodwill be automaticallydisqualified from any Active Solicitations at the time of the violation and may be subject todebarmentorcontractvoidanceperSection20below.Disqualification,debarment,and/orcontractvoidanceunderthisSectionshallapplytothoseindividualsorentitiesthatcommittedtheviolation,as well as any individual or entity onwhose behalf the violation occurred. A ProcurementProfessional who is found to haveviolatedtheRestrictedContactPeriodwillberemovedfromallActiveSolicitationsandwillbesubjecttodisciplineatthediscretionofthePurchasingDirectorandtheCommissionersCourt, which may include termination of employment.If you are unsurewhether apotentialcontactorcommunicationviolatestheRestrictedContactPeriod,contactyour ContactPerson,theCountyPurchasingDepartment,orthePurchasingDirectorbeforethatcontactorcommunicationoccurs.
WeeklyNotification.NoticeofActiveSolicitationssubjecttotheRestrictedContactPeriodshallbeprovided weekly by the Purchasing Department to all Procurement Professionals and ElectedOfficials in a format similar to Appendix A attached hereto (the “Restricted Contact List”).Procurement Professionals and Elected Officials (except for the Contact Person andDesignatedRepresentatives) shall refrain from contacting Vendors regarding any ActiveSolicitation on theRestricted Contact List during the Restricted Contact Period. (ThisprohibitionalsoincludesanyProcurementProfessionalsandElectedOfficialswithactualknowledge that aVendor is involved,whether currently or prospectively, in an ActiveSolicitation, regardlessofwhether theActiveSolicitation is on the Restricted Contact List.)The Restricted Contact List shall also be postedweekly online on the County Purchasing website atwww.dallascounty.org/department/purchasing.
Communications Between Vendors and Procurement Professionals. Communications betweenVendors and Procurement Professionals related to an Active Solicitation will be inwriting and
69 2019-001-6765
posted online at www.dallascounty.org/department/purchasing subject to thediscretionofthePurchasingDirector.Bywayofexampleandnotlimitation,communications between Vendors andProcurement Professionals during an Active Solicitation regarding proprietary details, tradesecrets,Vendor‐specific solicitation responseclarifications, or any other information which maygiveanunfaircompetitiveadvantagetootherVendorsifmadepublicallyavailablemaybedeemedconfidentialbythePurchasingDirectorandnotbepostedonline.
7. Anti‐Lobbying. PriortoengaginginanyLobbyingActivitiesrelatedtobiddingorcontractingwith
the County, Lobbyists should voluntarily file a Lobbyist Registration Form with the CountyAdministratorandprovideacopytoanyandallElectedOfficialsorCountyemployeestheLobbyistintends to contact (the “Lobbyist Registration Form”). For purposes of this Code of Ethics, anindividual is considered a Lobbyist (and therefore is engaging inLobbyingActivities)when thatindividual(orthatindividual’semployer,entity,firm,association,orgroup)receivescompensation,directly or indirectly, whether paid, received,or reimbursed, to communicate with an ElectedOfficial or Procurement Professional onbehalfofaVendorinreturnfor,orinconnectionwith,thatcompensation.
LobbyistRegistrationForm. TheLobbyistRegistrationFormshallinclude,butisnotlimitedto,suchinformationasthenameof theLobbyist (includingthe individual’snameaswellasthe names ofanyindividual,entity,firm,association,orgroupheorsheisemployedwithand/or representing),theLobbyist’s client(s), the issue(s)/subject(s) whichtheLobbyistanticipatesdiscussing,andtheElectedOfficial(s)and/orPurchasingProfessional(s)thattheVendorintendstovisit. TheLobbyistmustsubmitanewformeachtimepriortoengaginginanylobbyingactivityregardingbiddingorcontractingwith the County, whether that activity is by person, through email, by phone, orotherwise. The Lobbyist Registration Form is available online atwww.dallascounty.org/department/comcrt/documents/lobbyist_form.pdfandcanbesubmittedbymailorinpersontotheCountyAdministratorat411ElmStreet,2nd Floor, Dallas, TX75202 orelectronically to [email protected]. All
received forms will be forwarded to the Commissioners Court and posted online atwww.dallascounty.org/department/comcrt/LobbyistRegistration.php.
LobbyistRestrictedContact.Lobbyists forVendors shall not contactProcurementProfessionalsorElectedOfficials regardinganyActiveSolicitationduring theRestrictedContact Period except forthe Contact Person or the Contact Person’s DesignatedRepresentatives.
Violations. Lobbyists who, on a Vendor’s behalf, contact a Procurement Professional orElectedOfficialregardinganActiveSolicitationduringtheRestrictedContactPeriod(exceptfor theContactPersonor theContactPerson’sDesignatedRepresentatives)willbeconsideredinviolationofthisCodeofEthics,andtheVendorwillbeautomaticallydisqualifiedfromanyActiveSolicitation(s)atthetimeof theviolationandmaybesubject todebarmentorcontractvoidanceasperSection20below.
8. ImpartialDecision‐MakingandPerception. It is the duty of Procurement Professionals and
Elected Officials to discharge their duties impartially so as to assure fair competitiveaccess togovernmental procurement by responsible Vendors and to provide the greatestvalue possibleto theCounty.Vendors,ProcurementProfessionals,andElectedOfficialsshallconductthemselvesin such a manner as to foster public confidence in the integrity of the County and the CountyPurchasing Department. It is the goal of the County to avoid not onlyactual impropriety in the
70 2019-001-6765
procurementprocess,butalsoanyappearanceofimpropriety.
9. UndueInfluence.Vendors,ProcurementProfessionals,andElectedOfficialswillnotusearbitraryorunfairleverageorinfluencetocausearesult(a)thatisnotinthebestinterestofthe County or(b) to further theprivate interestofaProcurementProfessionalorElectedOfficial. Vendors, andany of their respective relatives (as defined herein), significantothers/partners, other closepersonalrelations,businesspartners,staff,orotheragentsactingon their behalf, that participate,on behalfofany Procurement Professional or ElectedOfficial,inthedevelopment,preparation,orevaluationofanyActiveSolicitation,shallnotbeeligibletosubmitaproposalorbidonthatActiveSolicitation.
10. EqualOpportunity. Procurement Professionals andElectedOfficials shall select Vendorson the
basis of appropriate and fair criteria that afford all Vendors equal opportunity tocompete forCounty contracts. It is the duty of Procurement Professionals and ElectedOfficialstousetheirbest efforts to ensure that all segments of society are able to participate in County contractingprocesses by demonstrating support for, and encouraging the participation of, small,disadvantaged,andminorityandwomen‐ownedbusinesses.
TitleVI.Vendors,ProcurementProfessionals,andElectedVendorsshallcomplywithTitleVIoftheCivilRightsActof1964andrelatedstatutes,whichensurethatnopersonshall,onthe grounds ofrace, religion (where the primary objective of the financial assistance is toprovideemploymentper42U.S.C.§2000d–3),color,nationalorigin,sex,age,ordisability,beexcludedfromparticipationin, be denied the benefits of, or be otherwise subjected to discriminationunderanyCountycontracts,programs,oractivities.
11. ConfidentialInformation. During any contract or procurement process, certain confidential orproprietaryinformationmaybedisclosed. Confidential Informationincludesanyinformation thatis disclosed from one party to another that is either (a) marked as being “confidential” or“proprietary,”(b)otherwisereasonablyidentifiableasbeingconfidentialorproprietaryinformation,or (c) under the circumstances of the disclosure should bereasonablyconsideredasconfidentialor proprietary information. Confidential Informationincludes, but is not limited to, responses toActiveSolicitationsandtheevaluationprocessthereof.
TreatmentandProtection.Vendors,ProcurementProfessionals, andElectedOfficials shalltakeallmeasuresnecessarytoensurethatanyConfidential Informationprovidedduringanycontract orprocurement process is held in strict confidence, and is not disclosed unlessnecessaryforthefurtherance of the procurement or contracting process or otherwise required by law, rule,regulation, subpoena, or other court authority or governmental action.Confidential Informationshallnotbeused for theactual or anticipatedpersonal gainof anyProcurementProfessionalsorElectedOfficials.
12. ProfessionalConduct. Vendors, Procurement Professionals, and Elected Officials shallmaintain
high standards of honesty, integrity, and impartiality throughout the solicitation and contractingprocess, and shall conduct all contract and solicitation‐related activities in accordancewithanygoverninglaws,regulations,andthisCodeofEthics.
71 2019-001-6765
13. Responsibility. Vendors,ProcurementProfessionals,andElectedOfficialsmustensurethatthey,
alongwiththeiragents,representatives,employees,andotherrepresentativeindividualsorentities,conduct themselves in compliance with this Code of Ethics to the best of theirability. Lack ofknowledgewillnotbeconsideredadefensetoaviolationoftheCodeofEthics.
14. DutytoReport. It is thedutyandobligationofVendors,ProcurementProfessionals,andElected
Officials to report anypotential or suspected Code of Ethics violations, whetherpersonalorbyathird party, to the County Purchasing Director or to the Civil Division of the County DistrictAttorney’sOffice.Your report should includeareference to theActiveSolicitationnumberatissue(if applicable). To report a potential violation by mail, send any relevant information to thePurchasing Director at 900 Jackson st . Sui te 680, Dallas, TX 75270 or to the DistrictAttorney’s Office, Civil Division at 411 Elm St., 5thfloor,Dallas,TX75202. Youcanalsoreportbyvisitinganyoftheoffices above,callingthePurchasing Office at (214) 653‐7431 or the DistrictAttorney’s Office at 214‐653‐7358, or emailing the Purchasing Director atcharles.price@dallascounty.org.Ifyoubecomeawareofapotentialorsuspectedviolationandfail to report it, youmaybe subject todisciplineunderthisSection.
15. ACommissioners’HearingmaytakeplaceatthediscretionoftheCommissionersCourt.Asinglevoteof a Commissioner on the Commissioners Court is required for a Hearing to be granted. TheCommissioners may, at any time during the process, review the written record of the previousdecisions on thematter. All decisions of the Commissioners Court, including whether to allowaCommissioners’Hearing,arefinal.
Right to Appear before the Commissioners Court. All individuals and entities have the right to anappearancebeforetheCommissionersCourtsubjecttotherulesoftheCourt,thisCodeof Ethics, and,during anActive Solicitation, theRestricted Contact Periodprovisions inSection 6 herein.However,a protesting Vendor does not have an automatic right to aCommissioners’ Hearing on any protestappeal under this Code of Ethics, which will begrantedonlyatthediscretionoftheCommissionersCourt.
Notification. Protest hearings are open to the public. Public notification of any hearings,includingAppeals Hearings and Commissioners’ Hearings, shall be posted on the DallasCountyPurchasingwebsiteatwww.dallascounty.org/department/purchasing.
SolicitationsandContractsPending. Filing a protest under this Sectionwill not trigger anautomaticstayofanyprocurementprocessor contractaward. It is in thediscretionofthePurchasingDirectorandtheCommissionersCourtwhethertostayanyprocurementprocessorcontractawardwithrespectto anyVendorprotest. Whethera stayis granted shallnotcompromiseanyprotestingVendor’srighttotheprotestproceduresoutlinedherein.
Records. Records of all protests, including the protest filed, related evidence, and anyWrittenand Final Decisions (including the outcome of any Commissioners’ Hearing, ifapplicable)willbemaintainedbythePurchasingDepartmentforaperiodofnolessthanfour(4)years.
16. Training. ProcurementProfessionals shall participate in regular training courses to ensuretheirknowledgeandunderstandingofthisCodeofEthics,aswellastoenhancetheirskills,learn bestpractices, and better perform theirduties related tocontracting and contractsolicitation.
17. NoticeandAffidavitofCompliance.AcopyofthisCodeofEthicsshallbeincludedwitheachpublic
solicitation request. Vendors that submit a response to an Active SolicitationmustincludeanAffidavitofCompliancewiththisCodeofEthicsinorderfortheresponsetobeeligible.Uponcontractaward, Vendors shall include a copy of this Code of Ethics as anattachment to any subcontract
72 2019-001-6765
awarded under a County contract. Procurement Professionals will be required to sign anAcknowledgementofthisCodeofEthics,whichwillbekeptintheemployee’sfile,andonceayear,or upon any updates or revisions, whichever is sooner, this Code of Ethics will be sent by thePurchasingDepartment to allDallasCountyemployeesandElectedOfficials inabroadcastemail.Copies of this Code of Ethics shall be available on the County Procurement website atwww.dallascounty.org/department/purchasingand at theCountyPurchasingDepartment at900JacksonSt.Suite680Dallas,Texas75202.
1. AffidavitofCompliance. Vendors that participate in a solicitation will be required tosubmit
anAffidavitofCompliancewiththisCodeofEthicsaspartofthefinalizationofanybidorproposal.VendorswhochoosenottosubmitanAffidavitofCompliancewillnotbeeligibletocompeteforacontract award, and anyof theVendors’ submitted bids or proposals on that solicitationwill bedeemedineligible.
2. Audit. ProcurementProfessionals shall develop regular internal andexternal auditprogramsto
ensurecompliancewiththisCodeofEthics.
3. VendorDisqualification,Debarment,andContractVoidance. TheCommissionersCourtand thePurchasing Director may disqualify or debar a Vendor, its partners, principals,members,directors, officers, responsible managing employees, agents, successors‐in‐interest, and otheraffiliates frombiddingonorentering into contractswith theCounty(includingparticipatingasasub‐consultant or sub‐contractor, or providing goods, services, materials, equipment, or otherbenefits toanyCountyproject). Successors‐in‐interest include,butarenot limited to,anypersonwith interlocking management or ownership, identity of interests among relatives (as definedherein),sharedfacilitiesandequipment,commonuseofemployees,orabusinessentityorganizedsubsequenttothedebarmentorotheractionunder
this Section that has the sameor similarmanagement, ownership, or principal employees asthedebarredVendor.
Disqualification. A Vendor may be disqualified from submitting a bid or proposal on and/orcompeting for any Active Solicitation(s). Vendor’s disqualification includes any RelatedSolicitations.
Debarment. A Vendor may be debarred from participating in the County procurementprocessandfromsigninganynewcontractswiththeCountyforaperiodofnomorethanthree(3)yearsperviolation. IfaVendorhasbeendisqualifiedmorethanthreetimes inathree year period, theVendor will be automatically debarred provided that the Vendor isgivenwrittennoticeandanopportunityforahearinginadvanceofthedebarment.
ContractVoidance.AnycontractsawardedtoaVendorwhoissubsequentlydisqualifiedordebarredarevoidableatthediscretionoftheCommissionersCourt.
Grounds. The following actions constitute a nonexclusive list that may be grounds fordisqualification,debarment,orvoidanceofacontract:
i. Unsatisfactoryperformanceofacontractorahistoryofunsatisfactoryperformance;
ii. Continuedacceptanceofgoods,services,orVendorperformanceunderthecontractthatmay
constituteahazardtohealth,safety,welfare,orproperty;
73 2019-001-6765
iii. Failuretoprovidecontractedservicesorfailuretocomplywiththetermsandconditionsofany
contract;
iv. Refutationofanofferbyfailuretoprovidebonds,insurance,orotherrequiredcertificateswithinareasonabletimeperiod;
v. Unwillingnesstohonorabindingbid;
vi. Knowingly and intentionally providing false information, whether duringthe
procurementprocessorotherwise;
vii. ViolationoftheRestrictedContactPeriod;viii. Violationofanyotherstatute,rule,regulation,ororderrelatedtogifts,gratuities,favors,or
bribes;
ix. Debarmentbyanyotherlocal,state,orfederalgovernmentalentity;
x. ViolationofthisCodeofEthics;
xi. A finding of guilt,whether byverdict or plea or nolo contendere, to a felonyor ClassAor Bmisdemeanorforany violationinvolvingchargesoffraud,bribery,collusion,larceny,theftofservices,coercion,conspiracy,paymentofkickbacks,violationofantitrust laws, oranychargesinvolvingmoralturpitude,oranyothercriminalactbasedonanintenttocommit fraudin the procurement or performance of any governmental contract or to defraud anygovernmentalentityintheprovisionofgoodsorservices;or
xii. Commissionofanyof theaboveacts inanyothercontractingorprocurementprocesswith
anyothergovernmentalentity.
While theseactionsmaybegrounds fordisqualificationordebarment, theCommissionersCourt and the Purchasing Directormay decide to disqualify or debar a Vendororotherindividualforanyreasonatanytime.
Notice.The PurchasingDirectorwill notify the Vendor by themost expeditiousmethodavailable,including,butnotlimitedto,telephone,e‐mail,andfax,ofthepotentialdisqualification,debarment,orcontractvoidance.Inadditiontothemostexpeditiousmethod,thePurchasingDirectorshallalsonotifytheVendor inwritingviacertifiedmail,returnreceiptrequested.
Debarment/DisqualificationProcedure. ThePurchasingDirectorwillnotifytheVendorthat
(a) the Vendor is subject to being disqualified or debarred; (b) the basis for the potentialdisqualificationordebarment,whichshallbeintermssufficienttoapprisetheVendoroftheconductor transaction(s) uponwhich the disqualification or debarment is based; (c) theeffectivedateofthe potential disqualification or debarment, which may be immediately, and if applicable, theduration of the debarment; and (d) that the Vendor has seventy‐two (72)hourstorespondfromthe timeofnotice, uponwhich, if no responsehasbeen receivedbythe Purchasing Director, nofurther action may be taken by the Vendor and thedisqualification or debarment shall be ineffect. TheVendorispresumedtohavereceivednoticeuponreceiptoffaxoremailconfirmationorreceipt returned by U.S. mail, whichever period is shorter. The Vendor response, if any, shouldincludearesponsetoeachreasonforthedisqualificationordebarmentthatthePurchasingDirector
74 2019-001-6765
cites in the notice and shall includeall factsandevidencethattheVendorbelievesarerelevant,includinganysupportingdocumentation. ThePurchasingDirectorwillreviewtheVendor’sresponse,if any, and shall determine within three (3) business days of the response deadline if thedisqualification ordebarmentshallbeineffect(the“FinalDecision”).ThePurchasingDirectorwillnotifytheVendoroftheFinalDecisionbythemostexpeditiousmethodavailable,andinwritingviacertifiedmail,returnreceiptrequested.
ContractVoidanceProcedure. ThePurchasingDirector (with theCommissionersCourt’sapproval)will notify the Vendor that (a) it is being investigated for a potential contractvoidance;(b)thebasisforthecontractvoidance,whichshallbeintermssufficienttoapprisetheVendoroftheconductortransaction(s)uponwhichthecontractvoidanceisbased;and
(c) that the Vendor has ten (10) business days to respond from the time of notice, uponwhich,ifnoresponsehasbeenreceivedbythePurchasingDirector,nofurtheractionmaybetakenbytheVendor,andthecontractwillbevoid. TheVendorispresumedtohavereceivednoticeuponreceiptoffaxoremailconfirmationorreceiptreturnedbyU.S.mail,whicheverperiodisshorter.TheVendorresponse, if any, should include a response to each reason for the contract voidance that thePurchasing Director cites in the notice and shall include allfacts and evidence that the Vendorbelieves are relevant, includinganysupportingdocumentation. The Purchasing Director and theCommissioners Court will review the
Vendor’sresponse, ifany,andshalldeterminewithinfourteen(14)businessdaysoftheresponsedeadline iftheVendor’scontractshouldbevoided(the“FinalDecision”).ThePurchasingDirectorwill notify the Vendor of the Final Decision by the most expeditiousmethodavailable,andinwritingviacertifiedmail,returnreceiptrequested.
AppealsProcess.Vendorswhosubmitaninitialresponsetoadisqualification,debarment,orcontractvoidancenoticemayappealanyFinalDecisionwithinfive(5)businessdaysafternoticeoftheFinalDecisionisreceived.AllappealsunderthisSectionshallbesubjecttotheAppealsProcessasdescribedinSection15above.
Appealrequestsshouldincludethefollowinginformation:
i. TheVendor’sname,address,telephonenumber,faxnumber,andemailaddress;
ii. The Vendor’s response to each complaint or allegation forming the basis of the
disqualification, debarment, or contract voidance, including all facts and evidencethattheVendorbelievesarerelevantandanysupportingdocumentation;
iii. Any mitigatingcircumstances,includingimpossibility,forcemajeure,ormutualmistake;
iv. Any remedial measures taken by the Vendor, including immediately identifying and
remedying the cause of the failure to perform, disciplinary actions against responsibleindividuals,orcooperationwithCountyinvestigations;and
v. A sworn certification that the appeal is brought in good faith and that the factual
statementsintheappealaretrueandcorrect.
Failure to file a timely, compliant appealof anydisqualification, debarment, or contractvoidance(includingprovidingthesworncertificationasdescribedabove)waivesanyrighttoanappeal.
75 2019-001-6765
4. ViolationsoftheCodeofEthics.Whether a violation of thisCodeofEthics has occurredwill bedeterminedbythePurchasingDirectorandtheCommissionersCourt,subjecttotheAppealsProcessasstatedbelow.
Vendors. A Vendor that is alleged to have violated the Code of Ethics will be (a) disqualified,debarred, and/ororhave its contract(s) voidedas set forth in Section20, or (b)subjecttootherdisciplinaryactiondeemedinthebestinterestoftheCounty.
ProcurementProfessionals. AProcurementProfessionalwho is foundtohaveviolatedtheCodeofEthicswillberemovedfromallActiveSolicitationsandsubjecttodisciplineatthediscretionofthePurchasingDirectorandtheCommissionersCourt.
ElectedOfficials.ElectedOfficialswhoarefoundtohaveviolatedtheCodeofEthicswithrespect toanActive Solicitationmust recuse themselves from thatActive Solicitation andmaybesubjecttoanyotheractionsauthorizedbystateandlocalrulesastheCommissionersCourtdeemsadvisable.
Appeals Process. Any appeals regarding violations of this Code of Ethics and/or anydisciplinaryactions taken as a result thereof shall be subject to the Appeals Process asdescribed in Section15 above.Appealsmust bemadewithin five (5) business days ofreceiptofnoticeofthedecision,action,orinactiongivingrisetotheappeal.
5. QuestionsRegarding theCodeofEthics. If a Vendor has a question regarding anyprovision
in this Code of Ethics unrelated to an Active Solicitation, the Vendor should contact thePurchasing Director. If a Vendor has a question regarding or relating to anActiveSolicitation,theVendorshouldcontacttheContactPersonortheDesignatedRepresentatives asper theActiveSolicitation requirement. Questions from Procurement Professionals and Elected Officialsregarding any provision in this Ethics Code should bedirected to the Dallas County DistrictAttorney’s office, Civil Division or thePurchasingDirector.
6. OtherLaws/Policies.If a conflict exists between this Code of Ethics and any federal orstate
statute, thestricterofthetwoprovisionsprevails. IfthisCodeofEthicsconflictswithanyCountypurchasing processes or purchasing ethics rules, the provisions in this policycontrol,includingbutnotlimitedtoanyconflictwith:
i. GiftPolicy,DallasCountyCode,Section 86‐752;
ii. ConflictsofInterest,DallasCountyCode,Section74‐742and86‐758;
iii. PersonalFinancialReporting,DallasCountyCode,Section74‐742.1and86‐759;
iv. DallasCountyTransparencyPolicy;and
v. Procurementrequirements,DallasCountyCode.
Compliance with this Code does not abrogate the duty of Vendors, ProcurementProfessionals,andElectedOfficials tocomplywiththeCountyCodeandtheTransparencypolicy,totheextentitdoesnotconflictwiththisCodeofEthics.
76 2019-001-6765
7. RemediesCumulative.The remedies provided for in this Codeof Ethics are cumulative,and no
action taken by the County constitutes an election by the County to pursue anyremedy to theexclusion of any other remedy, whether provided by law, equity, statute,federal/stategrant,orinanycontractwiththeVendor.ThisCodeofEthicsisintendedtobeinadditionandsupplementarytootherlocal,state,orfederal laworgrantrequirementsandshallnotbeconstruedtorepealanyprovisionsoftheDallasCountyCode.
8. NoWaiver.The County’s failure to exercise or delay in exercising any right, power orprivilege
under thisCodeofEthics shall notoperate as awaiver; nor shall anysingleorpartialexerciseofanyright,powerorprivilege,bytheCounty,precludeanyotherorfurtherexercisethereof.
9. Severability. IfanyprovisionoranypartofaprovisionofthisCodeofEthicsisdeterminedtobe
superseded, invalid, illegal, or otherwise unenforceable pursuant to any applicable legalrequirements,suchdeterminationshallnotimpairorotherwiseaffectthevalidity,legality,or
enforceability of the remaining provisions or parts of a provision of this Code of Ethics,whichshall remain in full force and effect as if theunenforceableprovisionorpartweredeleted.
10. Effectivedate.ThisCodeofEthicstakeseffectonOctober06,2015 . The provisions of this
Code apply to: a) transactions entered into after the effective date; b) events occurring aftertheeffectivedate;c)renewalsorextensionsofcurrentcontractsaftertheeffectivedate;andd) events occurring before the effective date, which give rise to a duty to report by anycurrentVendors,ProcurementProfessionals,orElectedOfficials,assetforthinSections4and14.
77 2019-001-6765
REFERENCES
Appendix1
Proposershall completeandreturnconcurrentlywith thissolicitation to theDallasCountyPurchasingDepartment. At least fivereferencesmustbeidentified.ReferenceslistedmusthavedonesimilarJOCserviceswiththeProposerwithinthepastfour(4)yearsandaresimilarsizetoDallasCounty.Countyreservestherighttocontactcustomerreferenceslistedandtousethisinformationasaconsiderationwhenmakingaprocurementdecision.Offerswillbeconsideredonlyfromcontractorswho,inthejudgmentofCounty,areabletoshowevidenceofresponsibilitythroughtheirsatisfactorypastperformanceanddemonstratedcompetence. FailuretocompleteandincludetheDallasCountyreferenceformwiththisRFPwillcauseyourproposalresponsebeconsiderednon‐responsive.
1. Company/AgencyName:
ContactPerson: Title:
PhoneNumber: E‐mailAddress:_
SpecifyTypeofComplex/Facility(i.e.OfficeBuilding,Hospital,ManufacturingWarehouse,etc.):
ServiceSiteAddressincludingRoom/SuiteNumber:
County/State: ZipCode:
ContractTimePeriod: StartDate:_______________________ EndDate:_______________________
ContractDollarValue:$
2 Company/AgencyName:
ContactPerson: Title:
PhoneNumber: E‐mailAddress:_
SpecifyTypeofComplex/Facility(i.e.OfficeBuilding,Hospital,ManufacturingWarehouse,etc.):
ServiceSiteAddressincludingRoom/SuiteNumber:
County/State: ZipCode:
ContractTimePeriod: StartDate:_______________________ EndDate:_______________________
ContractDollarValue:$
3 Company/AgencyName:
ContactPerson: Title:
PhoneNumber: E‐mailAddress:_
SpecifyTypeofComplex/Facility(i.e.OfficeBuilding,Hospital,ManufacturingWarehouse,etc.):
78 2019-001-6765
ServiceSiteAddressincludingRoom/SuiteNumber:
County/State: ZipCode:
ContractTimePeriod: StartDate:_______________________ EndDate:_______________________
ContractDollarValue:$
4 Company/AgencyName:
ContactPerson: Title:
PhoneNumber: E‐mailAddress:_
SpecifyTypeofComplex/Facility(i.e.OfficeBuilding,Hospital,ManufacturingWarehouse,etc.):
ServiceSiteAddressincludingRoom/SuiteNumber:
County/State: ZipCode:
ContractTimePeriod: StartDate:_______________________ EndDate:_______________________
ContractDollarValue:$
5 Company/AgencyName:
ContactPerson: Title:
PhoneNumber: E‐mailAddress:_
SpecifyTypeofComplex/Facility(i.e.OfficeBuilding,Hospital,ManufacturingWarehouse,etc.):
ServiceSiteAddressincludingRoom/SuiteNumber:
County/State: ZipCode:
ContractTimePeriod: StartDate:_______________________ EndDate:_______________________
ContractDollarValue:$