/ BELTON INDEPENDENT SCHOOL DISTRICT
______
Purchasing Department, 1220 Huey Road, Belton, Texas 76513
Phone (254) 215-2174 or Fax (254) 933-4353
Email

Date: May 15, 2014

REQUEST FOR PROPOSALS RFP #1407-807-122

SPEECH THERAPIST SERVICES

The Belton Independent School District (“District”) invites qualified companies to submit Proposals for Speech Therapist Services. Proposals are to be sealed and returned in an envelope marked on the outside with the Vendor’s name and proposal number. This Request for Proposal can be reviewed and downloaded from the following website:

http://www.bisd.net/administration/purchasing/bids.aspx

If you are an interested company, the District invites your firm to submit a Proposal Response to:

Belton Independent School District

Purchasing Department

1220 Huey Road

Belton, TX 76513

Closes 10:00 A.M., June 10, 2014

All interested vendors are encouraged to read thoroughly the RFP to ensure that all required documentation is included in their Proposal response. Failure to provide all required documentation may be grounds for rejection of the response.

The Board of Trustees reserves the right to reject any and/or all proposals, to award contracts for individual products or services as may appear advantageous, and to negotiate separately in any manner necessary to serve the best interest of the District.

No proposals may be withdrawn for a period of ninety (90) days subsequent to the deadline for receipt of Proposal responses without the prior written consent of the Board of Trustees, Belton Independent School District.

Sincerely,

Stacy Haugeberg

Purchasing Director, Belton ISD

Cover Page

/ BELTON INDEPENDENT SCHOOL DISTRICT
______
Purchasing Department, 1220 Huey Road, Belton, Texas 76513
Phone (254) 215-2174 or Fax (254) 933-4353
Email

REQUEST FOR PROPOSAL

(RFP)

TITLE: Speech Therapist Services, RFP #1407-807-122

DEADLINE TIME/DATE: Tuesday, June 10, 2014 at 10:00 A.M.

This Solicitation includes the following sections:

SECTION I: Scope of Services Contact: Stacy Haugeberg

SECTION II General Instructions Phone: (254) 215-2176

SECTION III: Special Instructions Email:

SECTION IV: Certifications/Representations

SECTION V: Proposal Response Form

The Board of Trustees of Belton ISD or its designee reserve the right to reject any and/or all proposals, to make awards as they may

be of the best value or advantageous to the District, and to waive all formalities and irregularities.

Please plainly write “RFP #1407-807-122” and “Speech Therapist Services” on the outside of the mailing envelope.

Vendor’s Acceptance Form

Date Completed: ______

Please Print Name of Company/Vendor: ______

Remit Address:______

City:______State:______Zip Code:______

Prepared By:______Title:______

Signature:______

Telephone Number: ______Fax Number:______

Web Site:______Email Address:______

PAGE 1

Speech Therapist Services

RFP #1407-807-122

SECTION I - GENERAL INSTRUCTIONS

1. DESCRIPTION

Belton Independent School District is accepting proposal responses for Speech Therapist Services in accordance with the instructions, terms, conditions, and requirements/specifications contained in this Solicitation.

2. SUBMISSION OF PROPOSALS

2.1 Proposals are to be sealed and returned in an envelope marked on the outside with the vendor’s name and proposal number.

2.2 Proposer shall submit one (1) original proposal and (1) copy.

2.3 Proposals must be returned to the following address in sufficient time so as to be received and time stamped on or before the

time and date shown on this Solicitation and can be either hand delivered or mailed.

Belton Independent School District

Purchasing Department

1220 Huey Road

Belton, TX 76513

2.4 Proposals shall represent a true and correct statement and shall contain no cause for claim of omission or error.

2.5 Before submitting a proposal, all proposers shall examine the complete contract documents, including Scope of Services,

General Instructions, and the Proposal Response and Certifications all of which are part of the proposal documents.

2.6  Proposal will not be considered received unless the proposal is physically received in the Purchasing Office at the address listed above, prior to the proposal opening.

2.7  Any interpretations, corrections or changes to this proposal will be made in the form of an addendum. The Director of

Purchasing will issue any addenda to all who are known to have received a copy of the proposal. Proposer shall acknowledge receipt of all addenda on the sealed envelope containing the proposal. IN ORDER TO RECEIVE ADDENDA, ALL INTERESTED VENDOR’S ARE REQUIRED TO SUBMIT CONTACT INFORMATION INCLUDING E-MAIL ADDRESS AND PHONE NUMBER TO THE PURCHASING DEPARTMENT AT (254) 215-2176 OR E-MAIL .

2.8 Any questions concerning this proposal should be submitted via e-mail to the Director of Purchasing at

no later than 5 days prior to the bid opening. This is to allow BISD sufficient time to respond to

inquiries and provide information to all interested vendors by addenda.

3. PROPOSAL RESPONSE

3.1 The District will be accepting proposals until Tuesday, June 10, 2014 at 10:00 A.M.

3.2 Submitted proposals must contain;

3.2.1 The completed proposal in its entirety;

3.2.2 Certifications/Representations Documents;

3.2.3 References

3.2.4 Any additional documents required by this Solicitation;

3.3 The District reserves the right to reject any proposal that the District considers inappropriate. The District shall be the sole

judge of acceptable proposals.

3.4 Withdrawal of proposal. Any Vendor who is extended the privilege of withdrawing a proposal because of having proven

mechanical error in his or her proposal may not be allowed to submit a proposal on similar items for a period of one year

unless the prohibition is waived by the Superintendent.

3.5 Proposal Response request for information can be found as Attachment B. Answers must be tabbed as Attachment B.

3.6 Faxed or other electronic submission is prohibited unless specifically authorized by the Solicitation.

4. GENERAL TERMS, CONDITIONS AND REQUIREMENTS FOR SOLICITATIONS

This solicitation shall be governed by the following documents; unless an exception is otherwise taken within this Solicitation. Documents are incorporated by reference only, and are not attached as part of this Solicitation.

4.1 Texas Education Code 44.031.

4.2 Purchasing and Acquisition, BISD Policy CH (Legal.)

4.3 Purchasing and Acquisition, BISD Policy CH (Local.)

5. TERM OF CONTRACT

The contract created shall be in effect from date of award through June 30, 2015. Upon agreement of both parties, the contract may be

extended in one (1) year increments for up to an additional five (5) school calendar years. All extensions will be done as an

amendment to the original contract agreement.

PAGE 2

Speech Therapist Services

RFP #1407-807-122

SECTION I - GENERAL INSTRUCTIONS - continued

6. EVALUATION, NEGOTIATIONS, AND AWARD

6.1 Each proposal will be evaluated based on the requirements set forth in this Proposal.

6.2 Vendors are encouraged to submit proposals as soon as possible.

6.3 The District reserves the right to reject any and or all proposals which comply with these specifications, or to accept a higher

proposal which complies, provided that, in the judgment of the District, the service offered under the higher proposal has

additional value or function which justifies the difference in price.

6.4 All deviations from the specifications must be noted in writing by the Proposer at the time the proposal is submitted. The

absence of a written list of specification deviations will hold the Proposer strictly accountable to the District’s specifications as

written.

6.5 Value added services included in the proposal will be considered for award of contract. All value added services must be

declared in detail by the Proposer, in writing, at the time of submittal of the formal proposal.

6.6 THIS IS A NEGOTIATED PROCURMENT, and as such, the District reserves the right to negotiate any terms, conditions,

or pricing with a Vendor prior to an award.

7. TYPE OF CONTRACT

Pricing to be firm-fixed labor rate for the duration of the contract including extensions, if exercised by the District.

8. FELONY CONVICTION CERTIFICATION AND NON-COLLUSION STATEMENT

Vendor is required to submit a completed copy of the Felony Conviction Certification and Non-Collusion Statement. Copies of the

forms are included with these specifications and must be completed and returned with the proposal.

9. REFERENCES

The Proposer must submit a minimum of three (3) references and up to five (5) that have contracted with their company for like

services. It is recommended that the Proposer show school districts in Texas equal to BISD in size and structure, if possible.

Reference form is included as Attachment A. References must be tabbed as attachment A.

Each reference provided shall include:

·  Company or District Name

·  Contact Person

·  Address, City, State, and Zip

·  Contact Person Phone Number

·  Contact Person Email Address

·  Brief Program Scope

·  Time Frame for the Program

10. CERTIFICATION OF CRIMINAL BACKGROUND CHECK

The State of Texas Legislative Senate Bill No. 9, Section 22.0834, Certification of Criminal Background Check. Proposer may be

required to obtain criminal history record information that relates to an employee, applicant for employment, or agent of the

Proposer if the employee, applicant, or agent has or will have continuing duties related to the contracted services; and the duties are

or will be performed on school property or at another location where students are regularly present.

11. COOPERATIVE PURCHASING

Belton Independent School District is a participating member of the Central Texas Purchasing Alliance. The successful vendor is to

state their willingness to provide products and/or services, based upon proposal price, to any participate in the Alliance. Belton

Independent School District shall not be held responsible for any orders placed, deliveries made, or payment for products and/or

services by these other entities.

PAGE 3

Speech Therapist Services

RFP #1407-807-122

SECTION I - GENERAL INSTRUCTIONS – continued

12. CONFLICT OF INTEREST

12.1 Disclosure of Certain Relationships with Local Government Officials.

12.1.1 Any individual or business entity that contracts or seeks to contract for the sale or purchase of property, goods, or

services with Belton ISD must file a Conflict of Interest Questionnaire with the BISD Purchasing Office in

accordance with Texas Local Government Code Chapter 176, no later than the 7th business day after the recipient

becomes aware of a fact that requires filing.

12.2 This requirement applies to a person who is an agent of a vendor in the vendor’s business with the District.

12.3 All vendors must disclose the name of any Belton ISD employee who owns, directly or indirectly, an interest in the Proposers

firm or any of its branches.

13. W-9 IDENTIFICATION NUMBER CERTIFICATE

Proposer shall submit with their Proposal Response a copy of their W-9 Identification Number Certificate to expedite the payment

process if awarded a contract.

14. SUSPENSION AND DEBARMENT

Companies and Individuals that have been suspended or debarred are not eligible for participation in government contracts.

Please indicate status on the form that is included in this proposal.

15. TAXATION

BISD is exempt under the Sales Tax and Use Tax Laws, and the Vendor(s) shall not include taxes.

16. PURCHASE ORDERS

Purchase Orders are signed by the Director of Purchasing and will be issued prior to all purchases.

The District will not be responsible for any service provided prior to the issuance of a purchase order.

17. SIGNATURES ON PROPOSALS

Proposals, to be valid, must be manually signed in ink by authorized person in the space provided. By such signature, Proposer

agrees to strictly abide by the terms, conditions, and specifications embodied in this proposal.

18. PROPOSAL RETENTION

The District reserves the right to retain all Proposal responses for a period of ninety (90) days after the Proposal closing date for

examination, evaluation, comparison, and potential negotiations. The District also reserves the right to determine and waive non-

substantial irregularities in any Proposal response, to reject any or all Proposal responses, to reject one part of a Proposal response

and accept the other, except to the extent the Proposal responses are qualified by specific limitations, and to make awards as the

interest of the District may require.

19. DISTRICT WAIVER

The District reserves the right to waive as informality, minor deviations from specifications; waive any minor informality in any

Proposal procedure; reject or cancel any or all Proposals; reissue a Proposal invitation; extend the Proposal opening time and date;

consider and accept alternate Proposals, if specified in the Solicitation, when it is considered in the best interest of the District.

20. AVAILABILITY OF FUNDS

In the event that sufficient funds are not available for the project, the District reserves the right to make an incremental or phased

award, negotiate the scope of this contract, delay implementation, reject all Proposals, or award another type of contract other than is

required in this RFP.

21. ANTICIPATED EXPENDITURE

The anticipated expenditure for this contract is estimated at $65,000. The district does not warrant that all monies will be

expended for the duration of the contract. Cost summary is included as Attachment C. Pricing must be labeled as Attachment C.

PAGE 4

Speech Therapist Services

RFP #1407-807-122

SECTION I - GENERAL INSTRUCTIONS – continued

22. EVALUATION AND CONTRACT AWARD

Contract will be awarded based on the Best Value method as defined in Texas Education Code §44.031(b). This is a

Negotiable Procurement, and as such, award will not necessarily be made to the Proposer submitting the lowest

Priced Proposal. The District shall accept the Proposal response it deems to be in the best interest of the District

through the evaluation process.

In making that determination which Proposal responses are deemed acceptable and may be reviewed further, the

District shall consider the following criteria during the Step 1 evaluation process:

Step 1 Proposal Scoring Matrix Criteria

Step 1 Evaluation – Response to Attachment B and C / Percentage
Business Experience/Past Relationship with District / 40
Qualifications of Therapist / 20
Special Knowledge/Skills of Therapist / 20
Price / 20
References / Pass/ Fail

The District anticipates that the evaluation process may include multiple levels of evaluation, as example, but not

limited to:

Step 1: Initial review of the Proposal responses by the District’s Evaluation Team;

Step 2: Interview(s) and/or presentation(s) of top Proposal response(s) from Step 1; and

Step 3: Administrative review of finalist(s) from Step 2.

The District reserves the right to add, remove or modify the above steps, and establish additional evaluation points for