0% found this document useful (0 votes)
65 views42 pages

Harris County: Job No. Request For Proposal 15/0242 Cover Sheet

This document is a request for proposal cover sheet for consulting, recruitment, and staff augmentation services for Harris County Central Technology Services for a period of 12 months beginning around December 15, 2015. Proposals are due by November 9, 2015 at 2:00 PM to the Harris County Purchasing Agent. The RFP instructs offerors to carefully read all instructions and requirements and submit proposals in an appropriately sized and marked envelope.

Uploaded by

Neha Sachdeva
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
65 views42 pages

Harris County: Job No. Request For Proposal 15/0242 Cover Sheet

This document is a request for proposal cover sheet for consulting, recruitment, and staff augmentation services for Harris County Central Technology Services for a period of 12 months beginning around December 15, 2015. Proposals are due by November 9, 2015 at 2:00 PM to the Harris County Purchasing Agent. The RFP instructs offerors to carefully read all instructions and requirements and submit proposals in an appropriately sized and marked envelope.

Uploaded by

Neha Sachdeva
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 42

HARRIS COUNTY Job No.

REQUEST FOR PROPOSAL 15/0242


COVER SHEET
PROPOSAL FOR: Consulting, Recruitment and Staff Augmentation Services for Harris County
Central Technology Services (CTS) (Beginning on or about December 15, 2015 and ending twelve
months thereafter)

DUE DATE: Monday, November 9, 2015


Due no later than 2:00 P.M. local time in Houston, Texas. Proposals received
later than the date and time above will not be considered.

OFFERORS NOTE: Carefully read all instructions, requirements and specifications. Fill out all forms
properly and completely. Submit your proposal with all appropriate supplements
and/or samples in an appropriately sized envelope or box. PACKAGE MUST
SHOW THE JOB NUMBER, DESCRIPTION AND BE MARKED "SEALED
PROPOSAL".
RETURN PROPOSAL TO:
HARRIS COUNTY PURCHASING AGENT
1001 PRESTON AVENUE, SUITE 670
HOUSTON, TEXAS 77002

Buyer: Patty Kenyon @ [email protected] or 713-274-4420

Total Amount of Proposal: $ N/A

Company Name:

Company Address:

City, State, Zip Code:

Taxpayer Identification Number (T.I.N.):

Telephone:________________________ Fax:_____________________ e-mail:_____________________________

Do you carry Health Insurance on your employees? Yes No If yes, what % of employees: ____%

Print Name

Signature:
Vendor must sign in INK; failure to sign WILL disqualify the offer. All prices must be typewritten or written in ink.
Revised 09/14

Page 1 of 42
INTENT TO RESPOND

DATE:

TO: [email protected] or fax to 713-755-6695

FROM:
Name and Phone Number

Company Name

Street Address

City, State, Zip)

RE: Vendor’s intent to respond to Job # 15/0242 Consulting, Recruitment and Staff
Augmentation Services for Harris County Central Technology Services (CTS)

In order that Harris County may assess potential vendor’s interest in this job, please check one of the
statements below and email to [email protected] or fax form to (713) 755-6695, prior to the
deadline of this RFP. Thank you.

Our company intends to respond to this job ______________

Our company declines to respond to this job _____________

Optional: Reason for declining ________________________

Declining to respond will not eliminate the vendor from future consideration to jobs with Harris County.

Page 2 of 42
TABLE OF CONTENTS

This bid/proposal package includes the components checked below. If the item is not checked, it is not applicable
to this bid/proposal. Offerors are asked to review the documentation to be sure that all applicable parts are
included. If any portion of the documentation is missing, notify the Purchasing Department immediately.
Offeror should be thoroughly familiar with all of the following items applicable to the bid/proposal before
submitting an offer.

X 1. Cover Sheet - Complete this page, sign IN INK and return it.

X 2. Table of Contents - This page lists the applicable components of this bid/proposal documentation.

X 3. General Requirements - It is offeror’s responsibility to be thoroughly familiar with the General


Requirements.

X 4. Special Requirements/Instructions - This section provides information needed in order to make


an offer properly. Special requirements supersede General Requirements when applicable.

X 5. Specifications - This section contains a detailed description of the goods/services sought by the
County.

X 6. Pricing/Delivery Information - This form is used to solicit exact pricing of goods/services,


delivery, and other costs.

X 7. Attachments
X a. Tax Form/Debt/Residence Certification - Complete this form and return it with
your offer.

b. Bid Guaranty & Performance Bond Information & Requirements - This form
applies only to certain bids/proposals. All public work contracts over $25,000
require a Payment Bond and over $100,000 must also have a Performance Bond,
in a form approved by the County. Please read carefully and fill out completely.

c. Bid Check Return Authorization Form - This form applies only to certain
bids/proposals. Read this form carefully and fill it out completely.

d. Vehicle Delivery Instructions - Included only when purchasing vehicles.

X e. Minimum Insurance Requirements - Included in specific requirements when


applicable (does not supersede “Hold Harmless” section of General Requirements).

f. Worker’s Compensation Insurance Coverage Rule 110.110 - This requirement


is applicable for a building or construction contract.

g. Financial Statement - When this information is required, you must use this form
or submit acceptable financial documents.

X h. Reference Sheet - When references are required, you must use this form.

i. HIPAA Requirements

X j. Job Descriptions

X k. Questionnaire
Revised 11/09
Page 3 of 42
GENERAL REQUIREMENTS FOR PROPOSALS

READ THIS ENTIRE DOCUMENT CAREFULLY. FOLLOW ALL INSTRUCTIONS. YOU ARE RESPONSIBLE
FOR FULFILLING ALL REQUIREMENTS AND SPECIFICATIONS. BE SURE YOU UNDERSTAND THEM.

General Requirements apply to all advertised requests for proposals; however, these may be superseded, whole or in part, by
OTHER DATA CONTAINED HEREIN. Review the Table of Contents. Be sure your proposal package is complete.

ACCESS TO RECORDS
In special circumstances, vendor may be required to allow duly authorized representatives of Harris County, the Harris County
Hospital District or the state and federal government access to contracts, books, documents, and records necessary to verify the
nature and extent of the cost of services provided by vendor. Vendor must keep records within Harris County or note in
proposal that records will be available within the boundaries of Harris County to those representatives within twenty-four (24)
hours of request by the County.

ACH VENDOR PAYMENT (Automated Clearinghouse)


Harris County offers ACH vendor payment services for all vendors providing products or services. Instructions and authorization
agreement forms are provided at www.hctx.net/auditor/.

ADDENDA
When specifications are revised, the Harris County Purchasing Department will issue an addendum addressing the nature of the
change. Offerors must sign and include it in the returned proposal package.

ASSIGNMENT
The successful offeror may not assign, sell or otherwise transfer this contract without written permission of Harris County
Commissioners Court or other applicable governing body.

AWARD
Harris County reserves the right to award this contract on the basis of LOWEST AND BEST OFFER in accordance with the
laws of the State of Texas, to waive any formality or irregularity, to make awards to more than one offeror, to reject any or all
proposals. In the event the lowest dollar offeror meeting specifications is not awarded a contract, the offeror may appear
before the Commissioners Court, Hospital District Board of Managers, the Juvenile Board or other applicable governing body
and present evidence concerning his responsibility after officially notifying the Office of the Purchasing Agent of his intent to
appear.

BONDS
If this bid requires submission of proposal guarantee and performance and payment bonds, there will be a separate page
explaining those requirements. Proposals submitted without the required proposal bond or cashier's checks are not acceptable.

CERTIFICATION REGARDING DEBARMENT, SUSPENSION INELIGIBILITY, AND VOLUNTARY


EXCLUSION
The Contractor certifies by execution of this Contract that it is not ineligible for participation in federal or state assistance
programs under Executive Order 12549, "Debarment and Suspension." Additionally, contractor warrants and represents by
execution of this Contract that it is not debarred, suspended, or otherwise excluded from or ineligible for participation in any
Federal programs, including but not limited to the following: Department of Health and Human Work (DHHS), Office of
Inspector General (OIG) - List of Excluded Individuals & Entities (LEIE); U.S. General Work Administration (GSA) –
Excluded Parties List System (EPLS); All States (50) Health & Human Work Commission Medicaid OIG Sanction List;
Government Terrorist Watch List (OFAC / Patriot Act); Department of Commerce, Bureau of Industry and Security, Denied
Persons List; and Department of Homeland Security, Immigration and Customs Enforcement (ICE) Most Wanted. The
Contractor further agrees to include this certification in all contracts between itself and any subcontractors in connection with
the services performed under this Contract. Contractor also certifies that contractor will notify Harris County in writing
immediately if contractor is not in compliance with Executive Order 12549 during the term of this contract. Contractor agrees
to refund Harris County for any payments made to the contractor while ineligible.

Page 4 of 42
COMPLIANCE WITH FEDERAL, STATE, AND LOCAL LAWS
The vendor shall follow all federal, state, and local laws, rules, codes, ordinances, and regulations applicable to the vendor’s
Services.

The vendor warrants and represents that it will pay all its workers all monies earned by its workers including, but not limited to
regular wages, any overtime compensation, or any additional payments pursuant to the Fair Labor Standards Act, 29 U.S.C.
Section 207 9a(1), as amended; the Texas Pay Day Act; the Equal Pay Act; Title VII of the Civil Rights Act of 1964, 42 U.S.C.
Section 2000e, et al., as amended; or any provisions of the Texas Labor Code Ann., as amended.

CONTRACT OBLIGATION
Harris County Commissioners Court must award the contract and the County Judge or other person authorized by the Harris
County Commissioners Court must sign the contract before it becomes binding on Harris County or the offerors. Department
heads are NOT authorized to sign agreements for Harris County. Binding agreements shall remain in effect until all products
and/or services covered by this purchase have been satisfactorily delivered and accepted.

CONTRACT RENEWALS
Renewals may be made ONLY by written agreement between Harris County and the offeror. Any price escalations are limited
to those stated by the offeror in the original proposal.

CONTRACT TRANSITION
In the event services end by either contract expiration or termination, it shall be required that the vendor continue services if
requested by Harris County Purchasing, until new services can be completely operational. The vendor acknowledges its
responsibility to cooperate fully with the replacement vendor and Harris County to ensure a smooth and timely transition to the
replacement vendor. Such transitional period shall not extend more than ninety (90) days beyond the expiration/termination
date of the contract, or any extension thereof. The vendor shall be reimbursed for services during the transitional period at the
rate in effect when the transitional period clause is invoked by Harris County. During any transition period, all other terms and
conditions of the contract shall remain in full force and effect as originally written and subsequently amended.

DIGITAL FORMAT
If offeror obtained the bid specifications in digital format in order to prepare a response, the proposal must be submitted in
hard copy according to the instructions contained in this proposal package. If, in its proposal response, offeror makes any
changes whatsoever to the County's published proposal specifications, the County's proposal specifications as published shall
control. Furthermore, if an alteration of any kind to the County's published proposal specifications is only discovered after the
contract is executed and is or is not being performed, the contract is subject to immediate cancellation.

DISQUALIFICATION OF OFFEROR
Upon signing this bid document, an offeror offering to sell supplies, materials, services, or equipment to Harris County certifies
that the offeror has not violated the antitrust laws of this state codified in Texas Business and Commerce Code §15.01, et seq.,
as amended, or the federal antitrust laws, and has not communicated directly or indirectly the bid made to any competitor or
any other person engaged in such line of business. Any or all proposals may be rejected if the County believes that collusion
exists among the offerors. Proposals in which the prices are obviously unbalanced may be rejected. If multiple proposals are
submitted by an offeror and after the proposals are opened, one of the proposals is withdrawn, the result will be that all of the
proposals submitted by that offeror will be withdrawn; however, nothing herein prohibits a vendor from submitting multiple
proposals - for different products or services.

E-MAIL ADDRESSES CONSENT


Vendor affirmatively consents to the disclosure of its e-mail addresses that are provided to Harris County, the Harris County
Flood Control District, and the Harris County Hospital District including its HMO, the Harris County Appraisal District, or any
agency of Harris County. This consent is intended to comply with the requirements of the Texas Public Information Act, Tex.
Gov’t Code Ann. §552.137, as amended, and shall survive termination of this agreement. This consent shall apply to e-mail
addresses provided by Vendor, its employees, officers, and agents acting on Vendor’s behalf and shall apply to any e-mail
address provided in any form for any reason whether related to this bid/proposal or otherwise.

EVALUATION
Evaluation shall be used as a determinant as to which proposed items or services are the most efficient and/or most economical
for the County. It shall be based on all factors which have a bearing on price and performance of the items in the user
environment. All proposals are subject to negotiations by the Harris County Purchasing Department with recommendation to
the appropriate governing body. Compliance with all requirements, delivery and needs of the using department are
considerations in evaluating proposals. Pricing is NOT the only criteria for making a recommendation. A preliminary
evaluation by Harris County will be held and appropriate proposals will be subjected to the negotiating process and a request
Page 5 of 42
for a Best and Final Offer. Upon completion of the negotiations, Harris County will make an award. All proposals that have
been submitted shall be available and open for public inspection after the contract is awarded except for trade secrets or
confidential information contained in the proposals and identified as such.

FISCAL FUNDING
A multi-year lease or lease/purchase arrangement (if requested by the Special Requirements/Instructions), or any contract
continuing as a result of an extension option, must include a fiscal funding out provision in the lease or contract. If, for any
reason, funds are not appropriated by the applicable governing body to continue the lease or contract in their sole discretion,
said lease or contract shall become null and void on the last day of the current appropriation of funds. After expiration of the
lease, leased equipment shall be removed by the offeror from the using department without penalty of any kind or form to
Harris County. All charges and physical activity related to delivery, installation, removal and redelivery shall be the
responsibility of the offeror.

GOVERNING FORMS
In the event of any conflict between the terms and provisions of these requirements and the specifications, the specifications
shall govern. In the event of any conflict of interpretation of any part of this overall document, Harris County's interpretation
shall govern.

GOVERNING LAW
This request for proposal is governed by the competitive bidding requirements of the County Purchasing Act, Texas Local
Government Code, §262.021 et seq., as amended. Offerors shall comply with all applicable federal, state and local laws and
regulations. Offeror is further advised that these requirements shall be fully governed by the laws of the State of Texas and that
Harris County may request and rely on advice, decisions and opinions of the Attorney General of Texas and the County Attorney
concerning any portion of these requirements. Forum for contractual issues shall be in Texas and venue shall be exclusively in
Houston, Harris County, Texas, in a federal or state court of competent jurisdiction. The County does not agree to binding
arbitration and does not waive its right to a jury trial.

GRANT FUNDING
Any contract entered into by the County that is to be paid from grant funds shall be limited to payment from the grant funding
and the vendor/provider understands that the County has not set aside any County funds for the payment of obligations under a
grant contract. If grant funding should become unavailable at any time for the continuation of services paid for by the grant,
and further funding cannot be obtained for the contract, then the sole recourse of the provider shall be to terminate any further
services under the contract and the contract shall be null and void.

HIPAA COMPLIANCE
Offeror agrees to comply with the requirements of the Health Insurance Portability and Accountability Act of 1996, Pub. L.
No. 104-191 (codified at 45 C.F.R. Parts 160 and 164), as amended ("HIPAA"); privacy and security regulations promulgated
by the United States Department of Health and Human Services ("DHHS"); Title XIII, Subtitle D of the American Recovery
and Reinvestment Act of 2009, Pub. L. No. 111-5, as amended ("HITECH Act"); provisions regarding Confidentiality of
Alcohol and Drug Abuse Patient Records (codified at 42 C.F.R. Part 2), as amended; and TEX. HEALTH & SAFETY CODE
ANN. §§ 81.046, as amended, 181.001 et seq., as amended, 241.151 et seq., as amended, and 611.001 et seq., as amended
collectively referred to as "HIPAA", to the extent that the Offeror uses, discloses or has access to protected health information
as defined by HIPAA. Offeror may be required to enter a Business Associate Agreement pursuant to HIPAA.

HOLD HARMLESS AGREEMENT


Contractor, the successful offeror, shall indemnify, defend, and hold Harris County harmless from all claims for personal
injury, death and/or property damage resulting directly or indirectly from contractor's performance. Contractor shall procure
and maintain, with respect to the subject matter of this proposal, appropriate insurance coverage including, as a minimum,
public liability and property damage with adequate limits to cover contractor's liability as may arise directly or indirectly from
work performed under terms of this proposal. Certification of such coverage must be provided to the County upon request.

INSPECTIONS & TESTING


Harris County reserves the right to inspect any item(s) or service location for compliance with specifications and requirements
and needs of the using department. If an offeror cannot furnish a sample of a proposed item, where applicable, for review, or
fails to satisfactorily show an ability to perform, the County can reject the proposal as inadequate.

INVOICES AND PAYMENTS


Offerors shall submit an original invoice on each purchase order or purchase release after each delivery, indicating the purchase
order number. Invoices must be itemized. Any invoice, which cannot be verified by the contract price and/or is otherwise
incorrect, will be returned to the offeror for correction. Under term contracts, when multiple deliveries and/or services are
Page 6 of 42
required, the offeror may invoice following each delivery and the County will pay on invoice. Contracts providing for a
monthly charge will be billed and paid on a monthly basis only. Prior to any and all payments made for goods and/or services
provided under this contract, the offeror should provide his Taxpayer Identification Number or social security number as
applicable. This information must be on file with the Harris County Auditor’s office. Failure to provide this information may
result in a delay in payment and/or back-up withholding as required by the Internal Revenue Service.

MAINTENANCE
Maintenance required for equipment proposed should be available in Harris County by a manufacturer-authorized maintenance
facility. Costs for this service shall be shown on the Pricing/Delivery Information form. If Harris County opts to include
maintenance, it shall be so stated in the purchase order and said cost will be included. Service will commence only upon
expiration of applicable warranties and should be priced accordingly.

MATERIAL SAFETY DATA SHEETS


Under the "Hazardous Communication Act", commonly known as the "Texas Right to Know Act", an offeror must provide to
the County with each delivery, material safety data sheets which are applicable to hazardous substances defined in the Act.
Failure of the offeror to furnish this documentation will be cause to reject any proposal applying thereto.

NAME BRANDS
Specifications may reference name brands and model numbers. It is not the intent of Harris County to restrict these bids in
such cases, but to establish a desired quality level of merchandise or to meet a pre-established standard due to like existing
items. Offerors may offer items of equal stature and the burden of proof of such stature rests with offerors. Harris County
shall act as sole judge in determining equality and acceptability of products offered.

NEW MILLENIUM COMPLIANCE


All products and/or services furnished as part of this contract must be compliant for the present year and forward. This applies
to all computers including hardware and software as well as all other commodities with date sensitive embedded chips.

POTENTIAL CONFLICTS OF INTEREST


An outside consultant or contractor is prohibited from submitting a proposal for services on a Harris County project of which
the consultant or contractor was a designer or other previous contributor, or was an affiliate, subsidiary, joint venture or was in
any other manner associated by ownership to any party that was a designer or other previous contributor. If such a consultant
or contractor submits a prohibited proposal, that proposal shall be disqualified on the basis of conflict of interest, no matter
when the conflict is discovered by Harris County. Potential bidders are advised that they may have disclosure requirements
pursuant to Texas Local Government Code, Chapter 176. This law requires persons desiring to do business with the County to
disclose any gifts valued in excess of $250 given to any County Official or the County Official’s family member, or
employment of any County Official or the County Official’s family member during the preceding twelve (12) month
period. The disclosure questionnaire must be filed with the Harris County Clerk. Refer to Texas Local Government Code,
Chapter 176 for the details of this law.

Contractor shall not use funds to directly or indirectly pay any person for influencing or attempting to influence any public
employee or official in connection with the awarding of any contract or the extension, continuation, renewal, amendment or
modification of any contract.

Additionally, pursuant to 31 U.S.C.A. § 1352 (2003), if at any time during the contract term funding to contractor exceeds
$100,000.00, contractor shall file with the County the Federal Standard Form LLL titled “Disclosure Form to Report
Lobbying.”

PROPOSAL FORM COMPLETION


Fill out and return to the Harris County Purchasing Department ONE (1) complete proposal form in an appropriately sized
envelope or box. PACKAGE MUST SHOW THE JOB NUMBER, DESCRIPTION AND BE MARKED “SEALED
PROPOSAL.” An authorized representative of the offeror should sign the Proposal Cover Sheet. The contract will be
binding only when signed by Harris County, funds are certified by the County Auditor and or the Hospital District, as
applicable, and a Purchase Order issued.

PROPOSAL RETURNS
Offerors must return all completed proposals to the Harris County Purchasing Department reception desk at 1001 Preston
Avenue, Suite 670, Houston, Texas before 2:00 P.M. LOCAL TIME IN HOUSTON, TEXAS on the date specified. Late
proposals will not be accepted for any reason.

Page 7 of 42
PURCHASE ORDER AND DELIVERY
The successful offeror shall not deliver products or provide services without a Harris County Purchase Order, signed by an
authorized agent of the Harris County Purchasing Department. The fastest, most reasonable delivery time shall be indicated by
the offeror in the proper place on the Pricing/Delivery Information form. Any special information concerning delivery should
also be included, on a separate sheet, if necessary. All items shall be shipped F.O.B. INSIDE DELIVERY unless otherwise
stated in the specifications. This shall be understood to include bringing merchandise to the appropriate room or place
designated by the using department. Every tender or delivery of goods must fully comply with all provisions of these
requirements and the specifications including time, delivery and quality. Nonconformance shall constitute a breach which
must be rectified prior to expiration of the time for performance. Failure to rectify within the performance period will be
considered cause to reject future deliveries and cancellation of the contract by Harris County without prejudice to other
remedies provided by law. Where delivery times are critical, Harris County reserves the right to award accordingly.

RECYCLED MATERIALS
Harris County encourages the use of products made of recycled materials and shall give preference in purchasing to products
made of recycled materials if the products meet applicable specifications as to quantity and quality. Harris County will be the
sole judge in determining product preference application.

SCANNED OR RE-TYPED RESPONSE


If in its response, offeror either electronically scans, re-types, or in some way reproduces the County's published proposal package,
then in the event of any conflict between the terms and provisions of the County's published proposal package, or any portion
thereof, and the terms and provisions of the response made by offeror, the County's proposal package as published shall control.
Furthermore, if an alteration of any kind to the County's published proposal package is only discovered after the contract is
executed and is or is not being performed; the contract is subject to immediate cancellation.

SEVERABILITY
If any section, subsection, paragraph, sentence, clause, phrase or word of these requirements or the specifications shall be held
invalid, such holding shall not affect the remaining portions of these requirements and the specifications and it is hereby
declared that such remaining portions would have been included in these requirements and the specifications as though the
invalid portion had been omitted.

SILENCE OF SPECIFICATIONS
The apparent silence of specifications as to any detail, or the apparent omission from it of a detailed description concerning any
point, shall be regarded as meaning that only the best commercial practice is to prevail and that only material and workmanship
of the finest quality are to be used. All interpretations of specifications shall be made on the basis of this statement. The items
furnished under this contract shall be new, unused of the latest product in production to commercial trade and shall be of the
highest quality as to materials used and workmanship. Manufacturer furnishing these items shall be experienced in design and
construction of such items and shall be an established supplier of the item proposed.

SUPPLEMENTAL MATERIALS
Offerors are responsible for including all pertinent product data in the returned proposal package. Literature, brochures, data
sheets, specification information, completed forms requested as part of the proposal package and any other facts which may
affect the evaluation and subsequent contract award should be included. Materials such as legal documents and contractual
agreements, which the offeror wishes to include as a condition of the proposal, must also be in the returned proposal package.
Failure to include all necessary and proper supplemental materials may be cause to reject the entire proposal.
TAXES
Harris County is exempt from all federal excise, state and local taxes unless otherwise stated in this document. Harris County
claims exemption from all sales and/or use taxes under Texas Tax Code §151.309, as amended. Texas Limited Sales Tax
Exemption Certificates will be furnished upon written request to the Harris County Purchasing Agent.

TERM CONTRACTS
If the contract is intended to cover a specific time period, the term will be given in the specifications under SCOPE.

TERMINATION
Harris County reserves the right to terminate the contract for default if offeror breaches any of the terms therein, including
warranties of offeror or if the offeror becomes insolvent or commits acts of bankruptcy. Such right of termination is in addition
to and not in lieu of any other remedies which Harris County may have in law or equity. Default may be construed as, but not
limited to, failure to deliver the proper goods and/or services within the proper amount of time, and/or to properly perform any
and all services required to Harris County's satisfaction and/or to meet all other obligations and requirements. Harris County
may terminate the contract without cause upon thirty (30) days written notice.

Page 8 of 42
TERMINATION FOR HEALTH AND SAFETY VIOLATIONS
Harris County has the option to terminate this contract immediately without prior notice if offeror fails to perform any of its
obligations in this contract if the failure (a) created a potential threat to health or safety or (b) violated a law, ordinance, or
regulation designed to protect health or safety.

TITLE TRANSFER
Title and Risk of Loss of goods shall not pass to Harris County until Harris County actually receives and takes possession of
the goods at the point or points of delivery. Receiving times may vary with the using department. Generally, deliveries may
be made between 8:30 a.m. and 4:00 p.m., Monday through Friday. Offerors are advised to consult the using department for
instructions. The place of delivery shall be shown under the "Special Requirements/Instructions" section of this proposal
package and/or on the Purchase Order as a "Deliver To:" address.

WAIVER OF SUBROGATION
Offeror and offeror's insurance carrier waive any and all rights whatsoever with regard to subrogation against Harris County as
an indirect party to any suit arising out of personal or property damages resulting from offeror's performance under this
agreement.

WARRANTIES
Offerors shall furnish all data pertinent to warranties or guarantees which may apply to items in the proposal. Offerors may not
limit or exclude any implied warranties. Offeror warrants that product sold to the County shall conform to the standards
established by the U.S. Department of Labor under the Occupational Safety and Health Act of 1970. In the event product does
not conform to OSHA Standards, where applicable, Harris County may return the product for correction or replacement at the
offeror's expense. If offeror fails to make the appropriate correction within a reasonable time, Harris County may correct at the
offeror's expense.

VENDORS OWING TAXES OR OTHER DEBTS


Pursuant to TX Local Government Code 262.0276, Harris County Commissioners Court has adopted a policy which requires
that vendors’ taxes and other Harris County debts be current as of the date bids/proposals are due. Bidders with delinquent
county taxes or other county debts on the due date will not be eligible for award. Whether or not a vendor’s taxes are
delinquent will be determined by an independent review of the Tax Office records. Prior to submitting an offer, vendors are
encouraged to visit the Tax Office website at www.hctax.net, set up a portfolio of their accounts and make their own initial
determination of the status of their tax accounts. Vendors who believe a delinquency is reflected in error must contact the Tax
Office to correct any errors or discrepancies prior to submitting their offer in order to ensure that their offer will be considered.
Furthermore, if, during the performance of this contract, a vendor’s taxes become delinquent or a vendor becomes otherwise
indebted to Harris County, Harris County reserves the right to provide notice to the Auditor or Treasurer pursuant to Texas
Local Government Code §154.045. This policy is effective for all bids/proposals due on or after November 1, 2009.

Revised 11/13

Page 9 of 42
SPECIAL REQUIREMENTS/INSTRUCTIONS
The following requirements and instructions supersede General Requirements where applicable.

VENDOR INSTRUCTIONS
Responses to this Request for Proposal (RFP) shall be formatted and organized in the following order for
consistency and easy screening:
• All proposals must be typed, single spaced, and printed single-sided on 8 ½” by 11” paper.
• One original, clearly marked “ORIGINAL”, and ten (10) copies, clearly marked “COPY”, must
be submitted in separate three-ring, loose-leaf binders with identification of the vendor, the job
number as located on the RFP cover sheet, and the RFP title on the front cover. One (1) CD-ROM
or flash drive containing the complete response in Word/Excel format must be provided and placed
in the ORIGINAL response; a self-adhesive packet may be used to secure the CD-ROM or flash
drive.
• The complete proposal response must be sealed in an envelope or box for delivery to the Office of
the Harris County Purchasing Agent per instructions in the Proposal Returns paragraph of the
General Requirements section.
• All documents must be labeled with the vendor’s name and the job number. Any response received
by the Office of the Harris County Purchasing Agent that is not identified on the outside with the job
number will be at risk for rejection.
• Each section of the vendor’s response should start on a new page. A tabbed divider page marked
with the section number should separate each section.
• Prepare a Table of Contents for the proposal being submitted and place it after the RFP cover
sheet and before Section I. The Table of Contents must list Sections I-VII and the contents of
each section.
Proposals must be submitted in the following order:
RFP Cover Sheet
Table of Contents
Section I: Transmittal Letter, Residence Certification (Attachment a), Insurance (Attachment e),
and signed Addenda (when applicable; see Addenda under General Requirements) –
The transmittal letter should include:
• Company name and address; name, title, email, telephone and fax number of person(s) to
be contacted for clarifications or additional information regarding proposal;
• Name, title, email, telephone and fax number of person authorized to contractually
obligate vendor’s company with proposal and any future negotiations; and
• A brief statement summarizing the vendor’s understanding of the project and relevant
experience.
Section II: Scope of Service/Narrative of Proposed Services
• Describe your firm’s philosophy, approach(s) and preferred methods for meeting
requirements and/or deliverables in the Specifications.
• Provide the greatest amount of meaningful detail possible to describe the proposed
products/services. Indicate if vendor can meet the specifications, or if the
specifications can be met only under certain conditions or circumstances. If vendor is
not able to meet the specification, briefly explain why, noting any concerns or issues
Harris County should be aware of.

Page 10 of 42
SPECIAL REQUIREMENTS/INSTRUCTIONS (CONTINUED)

• Provide a timeline indicating deliverables, vendor responsibilities and resources needed


from Harris County.

Mere reiterations of specifications are strongly discouraged, as they do not provide insight
into the vendor’s ability to meet the specifications.

Section III: Pricing Information – See PRICING/DELIVERY INFORMATION page for instructions.

Section IV: Organizational Information/Qualifications


• Vendor’s history, background and principal officers
• Company organization chart
• Description of project team organization; names and resumes of team members
• References
• Licenses

Section V: Questionnaire – Include additional pages if required to provide in-depth answers.

Section VI: Legal Documents – Include any standard agreement(s) and/or contracts(s) associated with
vendor’s response.

Section VII: Miscellaneous – State exceptions to any of the requirements in this RFP, if any. Company
brochures, marketing materials, or any other information vendor deems appropriate to the
RFP response may be included in this section.
Harris County will not be liable for any costs incurred by the vendor in preparing a response to this RFP.
Vendors submit proposals at their own risk and expense. Harris County makes no guarantee that any
products or services will be purchased as a result of this RFP, and reserves the right to reject any and all
proposals. All proposals and accompanying documentation will become the property of Harris County. All
proposals are open to negotiation.
The vendor is expected to examine all documents, forms, specifications, and all instructions. Failure to
do so will be at vendor’s risk.
At and after opening, proposals will NOT be part of the public record and subject to disclosure, but will be
kept confidential until time of award and execution of an agreement. When an award is made and an
agreement is executed, proposals are subject to review under the “Public Information Act”. To the extent
permitted by law, vendors may request in writing non-disclosure of confidential data. Such data shall
accompany the proposal, be readily separable from the proposal, and shall be CLEARLY MARKED
“CONFIDENTIAL”. For those portions identified as confidential by the vendor, Harris County must
rely on advice, decisions and opinions of the Attorney General of the State of Texas relative to the
disclosure of data or information.
EVALUATION PROCESS
All proposals will be examined by an evaluation committee consisting of various Harris County personnel
and Harris County Purchasing.
Proposals that do not conform to the instructions or which do not address all the services as specified may
be eliminated from consideration. However, Harris County reserves the right to accept such a proposal if it
is determined to be in the best interest of Harris County.

Page 11 of 42
SPECIAL REQUIREMENTS/INSTRUCTIONS (CONTINUED)

While Harris County appreciates a brief, straightforward, concise reply, the proposer must fully understand
that the evaluation is based on the information provided. Accuracy and completeness are essential.

Omissions, ambiguous and equivocal statements may be construed against the proposer. The proposal
response may be incorporated into any contract which results from this RFP, and vendors are cautioned not
to make claims or statements which they are not prepared to commit to contractually. Failure of the vendor
to meet such claims will result in a requirement that the vendor provide resources necessary to meet
submitted claims.

Harris County Purchasing may initiate discussions with selected vendors; however, discussions may not be
initiated by vendors. Harris County Purchasing expects to conduct discussions with vendor’s
representatives authorized to contractually obligate the vendor with an offer. Vendors shall not contact any
Harris County personnel during the RFP process without the express permission from the Office of the
Harris County Purchasing Agent. Harris County Purchasing may disqualify any vendor who has made site
visits, contacted Harris County personnel or distributed any literature without authorization from Harris
County Purchasing.

All correspondence relating to this RFP, from advertisement to award shall be sent to Harris County
Purchasing. All presentations and/or meetings between Harris County and the vendor relating to this RFP
shall be coordinated by Harris County Purchasing.

Selected vendors may be expected to make a presentation/product demonstration to an evaluation


committee. Proposals, vendor presentations and product/service evaluations may develop into negotiating
sessions with the vendor(s) as selected by the Evaluation Committee. Harris County expects to conduct
negotiations with vendor’s representatives authorized to contractually obligate the vendor with an offer.
If vendor is unable to agree to contract terms and conditions, Harris County reserves the right to terminate
contract negotiations with that vendor and initiate negotiations with another vendor. In addition to a
presentation, visits may be conducted by the Evaluation Committee to representative vendor client sites,
where the proposed solution can be demonstrated in a production environment.

EVALUATION CRITERIA
Award shall be made to the responsible vendor whose proposal is determined to be the best evaluated offer
resulting from negotiations, and taking into consideration all aspects of proposal impact items, and the
following, in order of relative importance:
• Proposed services
• Professional qualifications and experience of vendor and its staff with a minimum of four (4) years of
relevant experience and demonstrated success in providing the services requested in this RFP
• Turnaround time for services requested
• Pricing
• Experience with other clients of similar size to Harris County and government entities
• Vendor’s professional reputation for integrity and compliance with state and federal law, including
having the appropriate license to do business in Texas
• Past performance history with Harris County (if applicable)
• Experience based on references submitted with the vendor’s proposal
• Overall quality of vendor’s proposal

Submission of a proposal implies the vendor's acceptance of the evaluation criteria, and vendor’s
recognition that subjective judgments must be made by the Evaluation Committee

Page 12 of 42
SPECIAL REQUIREMENTS/INSTRUCTIONS (CONTINUED)

QUESTIONNAIRE
The Questionnaire (Attachment j) requests information about the respondent which will be utilized in the
evaluation process. Please be as detailed as possible. All vendors must complete the Questionnaire and
answer all questions. Answers should be as thorough and definitive as possible and include all pertinent data.
The completed Questionnaire must be included in Section V of the response, and must be provided
electronically in Microsoft Excel format on CD-ROM. Failure to do so will/may result in disqualification.

AWARD
At this time, Harris County currently utilizes multiple vendors by category to provide required services.
Harris County anticipates awarding to multiple vendors based on category of services; however, Harris
County reserves the right to award to fewer if in the best interest of Harris County.

No award can be made until approved by Harris County Commissioners Court. This RFP does not obligate
Harris County to the eventual purchase of any product/service described, implied, or which may be
proposed. Progress toward this end is solely at the discretion of Harris County and may be terminated at
any time prior to execution of an agreement.

LICENSURE
Vendor shall provide, as part of its response and include in Section IV, evidence of compliance with all
governing requirements for licensure, registration and/or certification. All responding vendors MUST be
currently registered with the State of Texas and have a current and valid Franchise Tax Identification
number. Photocopies of relevant documents shall be included with submission and will be sufficient for
RFP purposes, but Harris County reserves the right to require presentation of original licenses or certified
copies thereof prior to the vendor’s beginning service.

By the submission of a response to this RFP, vendor warrants and represents to Harris County that they have
and will maintain compliance with all governing regulations and laws, including Federal, State and
Municipal.

INSURANCE
Prior to providing services at any Harris County facility, awarded vendor(s) shall provide proof of insurance
and maintain all minimum requirements. (See Attachment e)

CONFLICTS OF INTEREST
Vendor must disclose any financial interest held by a Harris County employee in vendor’s business. Vendor
must also disclose an interest between vendor, vendor’s employees and any Harris County employees arising
from relationships within the first degree of consanguinity or affinity. A financial interest arises if the Harris
County employee:

• Owns 10 percent or more of the voting stock or shares of vendor’s business


• Owns either 10 percent or more or $15,000 or more of the fair market value of vendor’s business: or
• Receives funds from vendor’s business that exceed 10 percent of the Harris County employee’s gross
income from the previous year

Vendor must fully disclose the existence of any relationships as defined above in its response to this RFP.
Additionally, vendor must notify Harris County if the information provided in its response changes at any
time.

Page 13 of 42
SPECIAL REQUIREMENTS/INSTRUCTIONS (CONTINUED)

REFERENCES
Vendor will provide a minimum of three (3) letters of reference from companies for whom vendor has
provided similar services in the past twelve months as demonstration of vendor’s prior experience. If
vendor prefers, Reference Sheet (Attachment h) may be used. Letters must include the following
information:
• Organization/client name
• Name of contact person
• Telephone number, address and email address for contact
• Product or Services provided to this client
• How long were services provided to this client
• Include contact information for one (1) client that services were cancelled (if possible)

References provided must be current and verifiable. Harris County will conduct reference checks to verify
and validate vendors past performance. Reference checks indicating poor or failed performance by vendor
will be cause for rejection of the response.

LEGAL DOCUMENTS
Vendor should submit any agreement for products/services which may be required by the vendor’s
organization to enter into a contract with Harris County. The awarded vendor(s) will be required to
execute an agreement with Harris County which finalizes the terms and conditions set forth in vendor’s
proposal, best and final offer, and any negotiations between vendor and Harris County. The agreement is
subject to review and amendment by the Harris County Attorney’s Office.

PROOF OF BUSINESS
Vendor must have been in business under its current name and in its current form (e.g., proprietorship,
Chapter S Corporation) for no less than three (3) full years. Written evidence is required.

PURCHASE ORDER
Services or goods must not be provided and invoices will not be paid without a purchase order, signed by
the Harris County Purchasing Agent.

INVOICES
Vendor shall submit an invoice upon completion of each project deliverable. Vendor may invoice Harris
County on a weekly, by-weekly or monthly basis. Vendor approved timesheets must accompany the
invoices before Harris County will be able to process invoices. Deliverables will be considered complete
only upon written acceptance by Harris County. In the case of Staff Augmentation, a vendor’s approved
time sheets will be utilized as written acceptance of deliverable. Project based invoices shall include
deliverable(s) completed and the price for each. No charges may be billed to Harris County unless such
costs are explicitly included in the agreement. All invoices MUST be submitted by:

EMAIL TO: [email protected]

Page 14 of 42
SPECIAL REQUIREMENTS/INSTRUCTIONS (CONTINUED)

GRANT FUNDING
Harris County has the discretion to utilize grant funding or general funding, however, should grant
funding be utilized “grant funding” rules will apply. Any contract entered into by the County that is to be
paid from grant funds shall be limited to payment from the grant funding and the vendor/provider
understands that the County has not set aside any County funds for the payment of obligations under a
grant contract. All proposed body cameras must comply with grant funding requirements. JAG, ARRA,
and other grants that may be utilized from time to time at the time of purchase and awarded vendor(s) will
be made aware of the exact requirements.

Page 15 of 42
SPECIFICATIONS

Consulting, Recruitment and Staff Augmentation Services for


Harris County Central Technology Services (CTS)

SCOPE
Harris County is accepting proposals from qualified vendors to provide consulting, recruitment and staff
augmentation services for Harris County Central Technology Services (CTS) for the term beginning on or
about December 15, 2015 and ending twelve months thereafter.

Vendors are encouraged to review the entire Request for Proposal upon receipt. All questions must be
emailed to [email protected] or faxed to (713) 755-6695 Attention: Patty Kenyon. Deadline
for submittal of questions is 2:00 p.m. on October 12, 2015.

PRE-PROPOSAL CONFERENCE
A Pre-Proposal Conference will be held on October 19, 2015, at 9:30 A.M. at the Harris County
Purchasing Office at 1001 Preston, Suite 670 Houston, Texas 77002. Attendance is not mandatory;
however, all vendors are encouraged to attend in order to have a better understanding of the
requirements of this RFP.

Persons with disabilities requiring special accommodations should contact Patty Kenyon at
[email protected] or 713-274-4420 at least two (2) days prior to the Pre-Proposal Conference.

RENEWAL OPTIONS
Harris County may consider four (4) one year renewal options, renewable one year at a time, the First
renewal must be based upon the same terms, conditions and pricing as the original year. Second, Third
and Fourth Renewal must be based upon the same terms and conditions as the original award but the
pricing may increase. All renewals are subject to approval by Harris County Commissioners Court. Once
renewal options are exhausted, the contract must be rebid. The County reserves the option to re-bid at
any time if it is in its best interest and is not automatically bound to renewal.

HARRIS COUNTY BACKGROUND


Harris County is the third-largest county in the United States by population, including 34 cities with over
4.1 million residents, 15,000 employees and 300+ office locations and facilities. Additionally, Harris
County has the second-largest port based on exports and has over 125 law enforcement agencies. Harris
County has many departments that provide critical services to this large population, including but not
limited to, Public Safety, Law, Justice, Records, Property & Home, Transportation, Health & Medical,
Education, Family & Social Services and Parks & Recreation. Many of these services require the
collection, transfer and storage of sensitive information, including Personally Identifiable Information
(PII), Personal Health Information (PHI), financial data, and other sensitive business data. It is imperative
that the County is able to protect against the unauthorized disclosure of this sensitive information, and it is
also critical that the County be able to ensure the integrity and availability of information and services.

Harris County Central Technology Services (CTS) supports the mission of Harris County by developing,
implementing and supporting quality innovative and cost effective information technology solutions. It is
the responsibility of CTS’s teams to protect the confidentiality, integrity and availability of those
information systems and the data contained within them. CTS currently manages the large majority of the
County systems and networks with some departments maintaining local control and governance around
some or all of their environments. CTS is working towards a more centralized IT support model over
time, although some accountabilities will remain shared and/or decentralized.

Page 16 of 42
SPECIFICATIONS (CONTINUED)

REQUIREMENTS
Harris County Central Technology Services (CTS) is seeking qualified vendors to augment its Information
Technology (IT) capabilities by contracting IT Service vendors capable of providing one or more of the IT
Services outlined within this Request for Proposal. CTS is seeking companies with adequate resources in the
Houston area to fill the majority of required positions with vendor resources based in Houston, thus
eliminating travel expenses. Vendors will be awarded by category. Vendors should respond to only those
categories in which they have resources and expertise. Vendors not responding to the complete category
may/will be considered for award of that category.

CTS is seeking vendors with the resources and people with the skill sets aligned to the following key areas
within the organization: Back Office Applications, Front Office Applications; Justice Applications;
Infrastructure, Network, Security, Communications; and Public Safety. Attachment j lists each position with
complete job descriptions.

Vendors should include literature and other documents to support its abilities to perform the tasks
associated with services proposed. Examples of supporting documents include but are not limited to:
• Marketing literature
• Corporate and organizational structure
• Company’s total percentage of business revenue from performing tasks within this category
• Number of active accounts in this category
• References (minimum of 3 on the “Reference Sheet” – Attachment h)
• Local and National Resources

At the time a work order is prepared, the vendor with the then-available resources and expertise will be
assigned the project by CTS. The assessment of “then-available resources and expertise” will be the
responsibility of CTS and the vendor(s), mutually.

It is expected that the awarded vendor(s) should have the ability to IMMEDIATELY fill any of the listed
positions.

Work Space
In most cases CTS will require that the vendor provide services from a local Harris County owned office.
However; there may be times when CTS would be agreeable for the vendor to work off-site i.e. home or
vendor provided location. These decisions will be made on an individual basis and will be solely guided
by CTS.

Job Descriptions
Job description (Attachment j) is a listing of positions that CTS potentially believes will need to be
utilized during the next twelve (12) to twenty-four (24) months. Positions may/will be utilized in all
Categories.

REGULATORY COMPLIANCE
All vendors must be compliant with appropriate Federal, state and county regulations, including
applicable provisions.

REIMBURSEMENT PROCEDURES
Vendors will be required to follow Harris County policies and procedures concerning travel and expense
reimbursement.

Page 17 of 42
SPECIFICATIONS (CONTINUED)

BACKGROUND CHECK
In accordance with Harris County employment policies for new hires, including temporaries, the following
requirements must be met at vendor’s expense:
1. National background check including, but not limited to, verification of previous employment;
2. Verification of licensure and/or certification;
3. Criminal activity background check; and
4. Pre-employment drug screen with confirmatory testing in the event of a positive screen

The awarded vendor must retain the above information and provide for review by Harris County upon
request. All awarded vendors will be required to execute an agreement mutually agreeable between the
parties which will include the acceptance of all policies, procedures, rules, regulations, etc. associated
with Central Technology Services including, but not limited to, its Drug Testing Policy.

STAFFING SERVICES

Supplemental Staffing for Staff Augmentation: Any position listed should be considered as potential
for staff augmentation (contractors).
Contract to Hire: Each position sought by CTS may potentially be designated as a Contract to Hire and
at some point may be hired by Harris County as an employee. Indicate in response if your company will
support this model and if there is a fee and/or timeframe required before hiring.
Agency for Recruiting: The selected agencies may be approached as an Agency for Recruiting for full
time positions. Indicate in response if your company will support this model and, if so, what is the fee
associated with such a transaction.
Office Space: Indicate if your company can provide office space for contractors/consultants and if there
is an associated fee for such space.

OWNERSHIP OF MATERIAL
With respect to software computer programs and/or source codes developed for Harris County CTS, the
work shall be considered “work-for-hire”, and Harris County CTS, not the vendor or vendor’s
employees/subcontractors, shall have full and complete ownership of all software computer programs
and/or source codes developed.

Page 18 of 42
SPECIFICATIONS (CONTINUED)

The following table (Figure 1) and Job Descriptions (Attachment j) lists the service category preferences
and position requirements that, in addition to pricing and proof of capability documentation, will govern
final vendor selection. Vendors should respond only to categories in which they can demonstrate
competency.

Figure 1

Codes*
Category IT Services Categories Required
1 IT Staffing Services—Staff Augmentation (Temporary and 2,3
Permanent Placement)
2 Information Technology Consulting 1,2,3,4
3 Network LAN/WAN Engineering and Implementation Services 1,2,3
4 MS Windows Server Engineering and Implementation Services 1,2,3
5 Unix/Linux Engineering and Implementation Services 1,2,3
(Oracle/UNIX/LINUX)
6 Business Process Design Consulting Services 1,2,3,4
7 Information Security Consulting Services Vendor 1,2,3

*Codes are defined as follows


1. Vendor and/or product independence
2. Significant presence of local resources
3. Client references in similar environment
4. Organization must be responsible for all aspects of Infrastructure Support (I.S.) projects including
engineering, budget, staff, schedule, and deliverables

Page 19 of 42
SPECIFICATIONS (CONTINUED)

Central Technology Services (CTS) - Position & Resource Skill Sets Required

Back Office Applications Front Office Applications


Applications Database Administrator - ORC-PeopleSoft Applications Programmer - Intermediate
Business Intelligence Architect Applications Programmer - Senior
Business Process Consultant - Expert Business Process Consultant - Expert
Data Modeler (Database Analyst-Prog / Data Warehouse Anal
/ Data Warehouse Arch / DB Mgr) Business Systems Analyst - Intermediate
Database Analyst/Programmer - Senior Business Systems Analyst - Senior
Database Report Writer Data Modeler
Electronic Data Interchange (EDI) Specialist GIS Developer (Geographic Information Systems)
ERP Project Manager Graphics Specialist
ERP Systems Administrator Internet/Web Architect
ERP/ORC-PeopleSoft Business Analyst - Intermediate Project Manager (Tech) - Intermediate
ERP/ORC-PeopleSoft Business Analyst - Senior Project Manager (Tech) - Senior
ERP/ORC-PeopleSoft Programmer - Associate Solution Architect
ERP/ORC-PeopleSoft Programmer - Intermediate Web Applications Developer - Intermediate
ERP/ORC-PeopleSoft Programmer · Senior Web Applications Developer - Senior
IT Test Analyst - Senior Web Designer - Intermediate
Master Data Management Specialist Web Designer - Senior
Middleware Analyst - Senior Web Developer - Intermediate
Middleware Consultant/ Architect Web Developer - Senior
Software Architect
Software Developer - Senior
Systems Administrator - Senior Justic Applications
Systems Analyst - Senior Applications Systems Analyst / Programmer
Systems Architect Enterprise Applications Systems Administrator
Systems Database Administrator - Senior - IT Support - ORC IT Test Analyst
Systems DB Administrator - Senior - IT Support - SQL Srv
Systems Programmer - Senior
Unix System Administrator - Senior Infrastructure
Enterprise IT Security Analyst Intermediate
Public Safety Enterprise Network Engineer Senior
NICE System Admin Enterprise Network Security Specialist Senior
RAN Performance Engineer – Senior Field Services Technician Senior

Page 20 of 42
SPECIFICATIONS (CONTINUED)

CATEGORY 1 - IT STAFFING SERVICES—STAFF AUGMENTATION

Staffing services:
Supplemental Staffing for Staff Augmentation: Any position listed should be considered as potential
for staff augmentation (contractors).
Contract to Hire: Each position sought by CTS may potentially be designated as a Contract to Hire and
at some point may be hired by Harris County as an employee. Indicate if your company will support this
model and, if so, is there a fee and/or timeframe required before hiring.
Agency for Recruiting: The selected agencies may be approached as an Agency for Recruiting for full
time positions. Indicate if your company will support this model and, if so, what is the fee associated
with such a transaction.
Office Space: Indicate if your company can provide office space for contractors/consultants and if there
is an associated fee for such space.

Vendor Capability Requirements


Vendors responding to this category of services must demonstrate the following capabilities as part of
their core competencies.

1.0 Explain your company’s ability to perform the following requirements and identify each response
with the corresponding number below.

1.1 Demonstrate level of staffing capability by providing the following information as it applies to
staff augmentation
a. Average candidates interviewed / placements
b. Fill rates (% unfilled after 30 days, 60 days, 90 days)
c. Client satisfaction measurement process and annual results (placements by positions) for
last 3 years

1.2 Demonstrate level of staffing capability by providing the following information as it applies to
permanent placement
a. Average candidates interviewed / placements
b. Fill rates (% unfilled after 30 days, 60 days, 90 days)
c. % placements terminated in <90 days, <6 months, < 1 year
d. Client satisfaction measurement process and annual results for last 3 years

1.3 Provide documentation outlining the formal recruiting and placement processes used in the
delivery of services. Examples of these process areas include:
a. Position requirements definition
b. Candidate identification or acquisition
c. Candidate screening and testing process
d. Interview process
e. Background check and drug testing services and / or process
f. Candidate acceptance process
g. Responsibilities and titles of individuals handling account
h. Turnover rate of staffing above

Page 21 of 42
SPECIFICATIONS (CONTINUED)

1.4. Examples of Infrastructure Support (I.S.) positions that will be required include, but are not
limited to, the following:
• Help Desk Analyst
• IT Instructor
• P.C. configuration and installation technicians
• P.C. troubleshooting and repair technicians
• Telecommunications Technicians
• Data Communications Technician
• Data Communications Engineer
• Network Administrator
• Network Engineer
• Network Operations Technician
• Project Manager
• Systems Analyst
• IS Analyst
• IS Application and Support Manager
• System Manager
• Technical Services Manager
• Network Manager
• Telecommunications Manager
• Developer
• Database Administrator
• Processor Modeler
• Data Modeler
• Report Developer
• Web Developer
• Interface Software Developer
• Interface Analyst
• Systems Administrator
• Operations Manager
• Systems Operator
• IT Security Specialist
• IT Security Auditor
• Systems Programmer
• Data and Voice Cable Technicians
• Business Systems Analyst
• Quality Assurance Analyst
• Business Analyst
• Windows Administrator
• UNIX Administrator/Engineer
• Field Technician

Page 22 of 42
SPECIFICATIONS (CONTINUED)

1.5 For each of the following, describe/explain your company’s capability and/or expertise to
accomplish tasks associated with this category:
Codes Required as established in Figure 1:
Fig.1/Cat.2/Code 2.
Significant presence of local resources

Fig.1/Cat.2/Code 3.
Client references in similar environment

Page 23 of 42
SPECIFICATIONS (CONTINUED)

CATEGORY 2 - INFORMATION TECHNOLOGY CONSULTING SERVICES

Vendor Capability Requirements


Vendors responding to this category of services must demonstrate the following capabilities as part of
their core competencies.

2.0 Explain your company’s ability to perform the following requirements and identify each response
with the corresponding number below.

2.1 Information Systems Strategy and Planning

2.2 Project management with a proven track record of delivering projects on time and on budget
with demonstrated successful experience in the following:
a. Develop overall Statement of Work Document
b. Develop detailed project plans
c. Provide budget, task and resource management
d. Implement project management processes and procedures
e. Plan and conduct Independent auditing of IT Projects
f. Plan and conduct Business Contingency Planning
g. Plan and conduct application design meetings with end-users and implementation resources
h. Conduct departmental walkthroughs (with vendor and application content expert teams)
i. Provide overall project communication and management
j. Oversee end-user content discovery and system design process
k. Plan and prepare for design meetings based on the future model defined by the User
Champions

2.3 Application Implementation Capabilities


a. Provide a brief overview of the client, vendor products implemented, nature of the
application, level of effort, and outcome. Include how many clients for each area and
selected client references
b. New Process Design and Implementation
i. Target Process Analysis
ii. Practice-level Process Design
iii. Process Pilot and Implementation
iv. Key Performance Indicators Design and Implementation
c. System Design and Implementation
i. Requirements Definition
ii. Functional Design
iii. Technical Design
iv. System Pilot and Verification (Including all levels of testing)
v. Data Migration Plan and Execution
vi. Solution Support Plan
vii. Production System Upgrade
d. Education Program Design and Execution
i. Needs Assessment
ii. Training Plan
iii. Customized Learning Program

Page 24 of 42
SPECIFICATIONS (CONTINUED)

e. Business Continuity Planning, Development and Documentation Services


f. Support planning (application) and transition

2.4. Software implementation technology experience. Specify primary technology strengths in each
category (e.g. development tools, languages used). Include how many clients for each area,
certification / partners with the vendors and selected client references.
a. PHP
b. Client Server (XP, Citrix, VMware, Windows 7, and 2003/2007)
c. Relational Databases (Oracle, SQL Server, and MySQL)
d. Web Development (Microsoft – Generic)
e. Web Development (Oracle Application Suite)
f. Web Content Management
g. E-Commerce
h. Apache Web Server
i. Java – J2EE
j. Software/Application maintenance and support
k. Electronic Document and Records Management (OpenText Content Suite)
l. SharePoint technology platform
m. ESRI ArcGIS
n. Microsoft .Net development-programming
o. DNN (DotNetNuke) Platform – Software Development
p. Microsoft Dynamics CRM

2.5. Describe your business process redesign methodologies that your company adheres to and/or has
developed as part of your delivery methodologies in the following areas:
a. Technology Transformation
• Application Portfolio Optimization
• IT Strategy
• IT Governance
• IT Change Management
b.Application Transformation
• Application Architecture Services
• Legacy Modernization
c. Application Transformation
• Data Warehousing and Business Intelligence

2.6. For each of the following, describe/explain your company’s capability and/or expertise to
accomplish tasks associated with this category:

Codes Required as established in Figure 1:


Fig.1/Cat.2/Code 1.
Vendor and / or product independence

Page 25 of 42
SPECIFICATIONS (CONTINUED)

Fig.1/Cat.2/Code 2.
Significant presence of local resources
Fig.1/Cat 2/Code 3.
Client references in similar environment
Fig.1/Cat 2/Code 4.
Organization must normally be responsible for all aspects of I.S. projects including
engineering, budget, staff, schedule, and deliverables

CATEGORY 3 - NETWORK LAN/WAN ENGINEERING AND IMPLEMENTATION


SERVICES

Vendor Capability Requirements


Vendors responding to this category of services must demonstrate the following capabilities as part of
their core competencies.

3.0 Explain and address your company’s ability to perform the following requirements. Include how
many clients for each area, certification / partners with the vendors and selected client references.
Identify each response with the corresponding number below:
a. Extensive experience with CISCO branded equipment and solutions
b. Additional Experience with BigIP F5 branded equipment and solutions
c. Network design including all physical infrastructure, hardware, software, data
communications, management tools and management processes in complex distributed
environments
d. Project management with a proven track record of delivering projects on time and on
budget.
e. Network strategy development
f. Data communications requirements planning, implementation and support
g. Network security planning, audit, design and implementation
h. Host connectivity and terminal emulation solutions
i. Network migration planning and implementation
j. IDP/IDS planning, design and implementation and support
k. Firewall planning, design and implementation and support
l. Application Firewall planning, design and implementation and support
m. Network performance monitoring management
n. Network capacity planning
o. Internet / Intranet / Extranet design, implementation and support
p. Network administration
q. Asset management
r. Software configuration, control and automated distribution
s. Virus protection services
t. Ability to perform after-hours and weekend support
u. Run book creation

Page 26 of 42
SPECIFICATIONS (CONTINUED)

3.1 For each of the following, describe/explain your company’s capability and/or expertise to
accomplish tasks associated with this category:
Codes Required as established in Figure 1:
Fig.1/Cat.3/Code 1.
Vendor and/or product independence
Fig.1/Cat.3/Code 2.
Significant presence of local resources
Fig.1/Cat.3/Code 3 .
Client references in similar environment

CATEGORY 4 – MS WINDOWS SERVER ENGINEERING AND IMPLEMENTATION


SERVICES
Vendor Capability Requirements
Vendors responding to this category of services must demonstrate the following capabilities as part of
their core competencies.

4.0 Explain and address your company’s ability to perform the following requirements and identify each
response with the corresponding number below.

a. Provide list of products that you are Microsoft certified in


b. MS Windows Server based solution design and implementation including all physical
infrastructure, hardware, software, data communications, storage, management tools and
management processes in complex distributed environments
c. MS Exchange Server 2007 & 2010 based solution design, support and implementation
services
d. MS SQL Server 2008 & 2012 based solution design, implementation and support services
e. MS Project Server 2010 solution design, implementation and support services
f. MS SharePoint Server 2013 solution design, implementation and support services
g. MS Dynamics CRM
h. Other MS Products and Solutions as required
i. Project management with a proven track record of delivering projects on time and on
budget
j. VMware design, architectural design and implementation
k. Solution requirements planning, implementation and support
l. Citrix Server as VMware (desired but not currently Required)
m. Host connectivity and terminal emulation solutions
n. System migration planning and implementation
o. System performance management
p. System capacity planning
q. Systems administration
r. Asset management
s. Software configuration, control and automated distribution.
t. Virus protection services
u. Ability to perform after-hours and weekend support
v. Run book creation
w. System management, monitoring and administration

Page 27 of 42
SPECIFICATIONS (CONTINUED)

4.1 For each of the following, describe/explain your company’s capability and/or expertise to
accomplish tasks associated with this category:

Codes Required as established in Figure 1:


Fig.1/Cat.4/Code 1.
Vendor and/or product independence
Fig.1/Cat.4/Code 2.
Significant presence of local resources
Fig.1/Cat. 4/Code 3.
Client references in similar environment

CATEGORY 5 – UNIX/LINUX ENGINEERING AND IMPLEMENTATION SERVICES

Vendor Capability Requirements


Vendors responding to this category of services must demonstrate the following capabilities as part of
their core competencies.

5.0 Explain and address your company’s ability to perform the following requirements and identify each
response with the corresponding number below.

a. Oracle 10 and 11g certified


b. Oracle based solution design and implementation including all physical infrastructure,
hardware, software, data communications, storage, management tools and management
processes in complex distributed environments
c. Project management with a proven track record of delivering projects on time and on
budget.
d. Virtualization design and implementation (as implemented by Oracle using LDOMs and
Zones, etc. Note, this is a critical requirement)
e. UNIX/LINUX solution requirements planning, implementation and support
f. Host connectivity and terminal emulation solutions
g. System migration planning and implementation
h. LDAP Server design, build and management
i. SAN design, implementation and management
j. High availability solution design and implementation
k. Veritas Netbackup backup engineering, planning, capacity and administration
l. System performance management
m. System capacity planning
n. Systems administration and monitoring
o. Asset management
p. Software configuration, control and automated distribution.
q. Virus protection services
r. Ability to perform after-hours and weekend support
s. Run book creation

Page 28 of 42
SPECIFICATIONS (CONTINUED)

5.1 For each of the following, describe/explain your company’s capability and/or expertise to
accomplish tasks associated with this category:

Codes Required as established in Figure 1:


Fig.1/Cat.5/Code 1.
Vendor and/or product independence
Fig.1/Cat.5/Code 2.
Significant presence of local resources
Fig.1/Cat. 5/Code 3.
Client references in similar environment

CATEGORY 6 – BUSINESS PROCESS DESIGN CONSULTING SERVICES

Vendor Capability Requirements


Vendors responding to this category of services must demonstrate the following capabilities as part of
their core competencies.

6.0 Explain and address your company’s ability to perform the following requirements and identify each
response with the corresponding number below.

6.1 Project management with a proven track record of delivering projects on time and on budget
with demonstrated successful experience in the following:
a. Develop overall Statement of Work Document
b. Develop detailed project plans
c. Provide budget, task and resource management
d. Implement project management processes and procedures
e. Plan and conduct Business Process redesign meetings with end-users and implementation
resources
f. Conduct departmental walkthroughs (with vendor, subject matter experts and application
content expert teams)
g. Provide overall project communication and management
h. Oversee end-user content discovery and business process design process
i. Plan and prepare for design meetings based on the future model defined by the User
Champions

6.2 Please describe your business process design methodologies that you adhere to and /or have
developed as part of your delivery methodologies in the following areas:
a. Business Transformation
i. Process Consulting
ii. Business Continuity Consulting
iii. Risk Management Consulting
iv. Business Performance Consulting
v. Change Management Readiness Assessment and Planning
IT Process Consulting
vi. Model-Based Approach (SPEAR, etc.)
vii. Non-model Bases Approach (PROBE, etc.)
b. Independent Verification and Validation

Page 29 of 42
SPECIFICATIONS (CONTINUED)

6.3 Expertise in process reengineering

6.4 For each of the following, describe/explain your company’s capability and/or expertise to
accomplish tasks associated with this category:

Codes Required as established in Figure 1:

Fig.1/Cat.6/Code 1.
Vendor and / or product independence
Fig.1/Cat.6/Code 2.
Significant presence of local resources
Fig.1/Cat 6/Code 3.
Client references in similar environment
Fig.1/Cat 6/Code 4.
Organization must normally be responsible for all aspects of I.S. projects including
engineering, budget, staff, schedule, and deliverables

CATEGORY 7 – INFORMATION SECURITY CONSULTING SERVICES

Vendor Capability Requirements


Vendors responding to this category of services must demonstrate the following capabilities as part of
their core competencies.

7.0 Explain and address your company’s ability to perform the following requirements and identify each
response with the corresponding number below.

a. Technical Security Assessments – Perform assessment ranging from enterprise-wide


evaluations to individual programs, including detailed security assessments, network and
application vulnerability assessments, and penetration testing. Validate architecture
designs.
b. Enterprise Risk and Compliance Assessments – Perform assessments to assist with meeting
compliance objectives by identifying the overlap between best practice standards and
industry-specific requirements. This includes, but is not limited to Annual Reports on
Compliance and quarterly scans.
c. Security Program and Policy Services – Develop, improve, or communicate security policy
and strategy. Assist with the entire lifecycle of enterprise security programs and policies.
d. Incident Response and Forensics Services – Provide detailed and comprehensive
methodology for responding to computer security incidents.
e. Provide forensics services – Perform data recovery services on magnetic media.
f. Identity Management and Authentication Services – Ability to assess, design, and deploy
cost-effective and scalable identity management and authentication solutions that leverage
existing security investments.
g. Security Awareness and Training – Develop enterprise-wide security awareness and
training programs.
h. Wide-ranging, deep expertise in information security, and related regulations and standards.
i. Develop repeatable methodologies for tracking, analyzing, and reporting compliance data.
j. Personnel should be Certified Information Systems Security Professionals (CISSPs) and/or
Certified Information Systems Auditors (CISAs).
k. Provide list of products that you are Microsoft certified in

Page 30 of 42
SPECIFICATIONS (CONTINUED)

l. Vendor independent based solution design and implementation including all physical
infrastructure, hardware, software, data communications, storage, management tools and
management processes in complex distributed environments
m. RSA Security based solution design, support and implementation services, including RSA
File Security Manager, RSA Key Manager, RSA enVision and RSA SecurID
n. Tripwire Enterprise based solution design, implementation and support services
o. Tenable based solution design, implementation and support services
p. Imperva solution design, implementation and support services , including Database Activity
Montoring
q. nuBridges Key Management solution design, implementation and support services
r. Project management with a proven track record of delivering projects on time and on
budget
s. Solution requirements planning, implementation and support
t. System migration planning and implementation
u. System performance management
• System capacity planning
• Systems administration
• Software configuration, control and automated distribution
7.1 For each of the following, describe/explain your company’s capability and/or expertise to
accomplish tasks associated with this category:

Codes required as established in Figure 1:


Fig.1/Cat.7/Code 1.
Vendor and/or product independence
Fig.1/Cat.7/Code 2.
Significant presence of local resources
Fig.1/Cat 7/Code 3.
Client references in similar environment
Fig.1/Cat 7/Code 4.
Organization must normally be responsible for all aspects of I.S. projects including
engineering, budget, staff, schedule, and deliverables

Page 31 of 42
PRICING/DELIVERY INSTRUCTIONS

CATEGORY 1 - RESOURCE REQUIREMENTS/PRICING

The Mark-Up percentage is the percentage above base salary [Not to Exceed] that your company would charge Harris County for staff time. Provide
your pricing and Mark-Up Percentage on Attachment j and on the PRICING/DELIVERY PAGE utilizing the example illustrated below.

Hypothetical Pricing Example:

Base Salary - Not to Mark-up Percentage Overall Billing Final Billing Rate
Exceed Percentage
$10/hr 20% 120% $12/hr

Markup Percentage: ___________________ % for Temporary

Note #1: Response may include multiple Mark-up % based on vendor-defined segmentations of position or position classifications.

Note #2: Response should only include Mark-up %

Note #3: Harris County reserves the right to interview any and all personnel prior to commencement of duties and also have the authority to
accept or reject that individual for any reason.

Note #4: Harris County reserves the right to audit the vendor(s) pay rates at any time.

Note #5: As a condition to payment, the new hires (or Direct Hires) provided by the vendor shall have worked at Harris County for at least
sixty (60) days, and the vendor shall submit to the Agency detailed monthly written invoices that include but are not limited to the following:
the positions requested, name of the vendor employees filling the position, the period of time the vendor employee has worked at the Agency
and certification by Agency’s employees supervising vendor employees that the information on the invoice is correct.

Placement fees: Permanent Placement ______________

Note: Detail any additional “Value Added Services” (value provided through management, process or other means that independently adds value to
contracted services without any additional charges) that you feel should be considered in awarding this category.

Local and National Resources:


Total # of Personnel: _____________ Total of Personnel available within the Greater Houston Area for category 2: _____________

Page 32 of 42
PRICING/DELIVERY INSTRUCTIONS (CONTINUED)

CATEGORY 2 - RESOURCE REQUIREMENTS/PRICING

Responses must include the following information:

Local National
Consulting Role / General Duties – Defined by Position Skills and Requirements – Defined Number of Number of Hourly
Position Responding Vendor by Responding Vendor Resources Resources Bill Rate
Principal Consultant/
Partner/
Practice Manager
Sr. Manager
Manager
Sr. Consultant
Staff Consultant
Additional
Consulting
Role/Position -
Vendor Defined
Below

Note: Detail any additional “Value Added Services” (value provided through management, process or other means that independently adds value to
contracted services without any additional charges) that should be considered in awarding this category.

Page 33 of 42
PRICING/DELIVERY INSTRUCTIONS (CONTINUED)

CATEGORY 3 - RESOURCE REQUIREMENTS/PRICING

Responses must include the following information:

Local National
General Duties – Defined by Position Skills and Requirements – Defined by Number of Number of Hourly
Consulting Role / Position Responding Vendor Responding Vendor Resources Resources Bill Rate
Enterprise Network Designer
/ Architect
Sr. Network Engineer
Network Engineer
Project Manager
Data Communications
Designer / Architect
Data Communications
Engineer
Installation Engineer/
Technician
Data and Voice Cable
Technician
Additional Consulting
Role/Position -Vendor
Defined Below

Note: Detail any additional “Value Added Services” (value provided through management, process or other means that independently adds value to
contracted services without any additional charges) that should be considered in awarding this category.

Page 34 of 42
PRICING/DELIVERY INSTRUCTIONS (CONTINUED)

CATEGORY 4 - RESOURCE REQUIREMENTS/PRICING

Responses must include the following information:

Local National
General Duties – Defined by Position Skills and Requirements – Defined Number of Number of Hourly
Consulting Role / Position Responding Vendor by Responding Vendor Resources Resources Bill Rate
Enterprise Microsoft Windows
Designer / Architect
Senior Microsoft Windows
Engineer
VMware Designer / Architect
Project Manager
Citrix Designer / Architect
Microsoft Windows Engineer
2
Installation Engineer/
Technician
Microsoft Windows SMS
Engineer 2

Additional Consulting
Role/Position -Vendor
Defined Below

Note: Detail any additional “Value Added Services” (value provided through management, process or other means that independently adds value to
contracted services without any additional charges) that should be considered in awarding this category.

Page 35 of 42
PRICING/DELIVERY INSTRUCTIONS (CONTINUED)

CATEGORY 5 - RESOURCE REQUIREMENTS/PRICING


Responses must include the following information:

Local National
Consulting Role / General Duties – Defined by Position Skills and Requirements – Defined by Number of Number of Hourly Bill
Position Responding Vendor Responding Vendor Resources Resources Rate
Enterprise
UNIX/LINUX/Oracle
Designer / Architect
Senior UNIX/LINUX
Engineer
Oracle Designer /
Architect
Project Manager
Senior UNIX/LINUX
Engineer
UNIX/LINUX Engineer 2
Installation Engineer/
Technician
Additional Consulting
Role/Position -Vendor
Defined Below

Note: Detail any additional “Value Added Services” (value provided through management, process or other means that independently adds value to
contracted services without any additional charges) that should be considered in awarding this category.

Page 36 of 42
PRICING/DELIVERY INSTRUCTIONS (CONTINUED)

CATEGORY 6 - RESOURCE REQUIREMENTS/PRICING

Responses must include the following information:

Local National
Consulting Role / General Duties – Defined by Position Skills and Requirements – Defined Number of Number of Hourly Bill
Position Responding Vendor by Responding Vendor Resources Resources Rate
Principal Consultant/
Partner/
Practice Manager
Sr. Manager
Manager
Sr. Consultant
Staff Consultant
Additional Consulting
Role/Position -Vendor
Defined Below

Note: Detail any additional “Value Added Services” (value provided through management, process or other means that independently adds value to
contracted services without any additional charges) that should be considered in awarding this category.

Page 37 of 42
PRICING/DELIVERY INSTRUCTIONS (CONTINUED)

CATEGORY 7 - RESOURCE REQUIREMENTS/PRICING


Responses must include the following information:

Local National
Consulting Role / General Duties – Defined by Position Skills and Requirements – Defined Number of Number of Hourly Bill
Position Responding Vendor by Responding Vendor Resources Resources Rate
Information Security
Analyst Jr. (CISSP)
Information Security
Analyst, Sr. (CISSP)
Information Security
Management (CISSP)
Information Security
Auditor (CISSP,
CISA)
Information Security
Project Manager
(PMP)
QSA/ASV Consultant
Risk Management
Consultant
Additional
Consulting
Role/Position -
Vendor Defined
Below

Note: Detail any additional “Value Added Services” (value provided through management, process or other means that independently adds value to
contracted services without any additional charges) that should be considered in awarding this category.

Page 38 of 42
PRICING/DELIVERY INSTRUCTIONS (CONTINUED)

RENEWAL OPTIONS
Harris County may consider four (4) one year renewal options, renewable one year at a time, the first
renewal must be based upon the same terms, conditions and pricing as the original year. Second, Third
and Fourth Renewal must be based upon the same terms and conditions as the original award but the
pricing may increase. All renewals are subject to approval by Harris County Commissioners Court. Once
renewal options are exhausted, the contract must be rebid. The County reserves the option to re-bid at
any time if it is in its best interest and is not automatically bound to renewal.

Page 39 of 42
Job No.: 15/0242 Attachment a

TAX FORM/DEBT/RESIDENCE CERTIFICATION


(for Advertised Projects)

Taxpayer Identification Number (T.I.N.):

Company Name submitting Bid/Proposal:

Mailing Address:

Are you registered to do business in the State of Texas? Yes No

If you are an individual, list the names and addresses of any partnership of which you are a general partner or
any assumed name(s) under which you operate your business

I. Property: List all taxable property in Harris County owned by you or above partnerships as well as any
d/b/a names. (Use a second sheet of paper if necessary.)

Harris County Tax Acct. No.* Property address or location**

* This is the property account identification number assigned by the Harris County Appraisal Agency.
** For real property, specify the property address or legal description. For business personal property, specify
the address where the property is located. For example, office equipment will normally be at your office, but
inventory may be stored at a warehouse or other location.

II. Harris County Debt - Do you owe any debts to Harris County (taxes on properties listed in I above,
tickets, fines, tolls, court judgments, etc.)?

Yes No If yes, attach a separate page explaining the debt.

III. Residence Certification - Pursuant to Texas Government Code §2252.001 et seq., as amended, Harris
County requests Residence Certification. §2252.001 et seq. of the Government Code provides some
restrictions on the awarding of governmental contracts; pertinent provisions of §2252.001 are stated below:

(3) "Nonresident bidder" refers to a person who is not a resident.

(4) "Resident bidder" refers to a person whose principal place of business is in this state,
including a contractor whose ultimate parent company or majority owner has its principal
place of business in this state.

I certify that is a Resident Bidder of Texas as defined in Government


[Company Name]
Code §2252.001.

I certify that is a Nonresident Bidder as defined in Government Code


[Company Name]
§2252.001 and our principal place of business is .
[City and State]
Revised 12/09

Page 40 of 42
Attachment e

MINIMUM INSURANCE REQUIREMENTS

During the term of the Contract, the Contractor at its sole cost and expense shall provide primary commercial
insurance of such type and with such terms and limits as may be reasonably associated with the Contract. As a
minimum, the Contractor shall provide and maintain the following coverage and limits:

A. Workers Compensation, as required by the laws of Texas, and Employers’ Liability, as well as All
States, USL&H and other endorsements if applicable to the project, and in accordance with state law.

Employers’ Liability
• Each Accident: $1,000,000
• Disease–Each Employee: $1,000,000
• Policy Limit: $1,000,000

B. Commercial General Liability, including but not limited to the coverage indicated below. Coverage shall
not exclude or limit Products/Completed Operations, Contractual Liability, or Cross Liability. Where
exposure exists, the County may require coverage for watercraft, blasting, collapse, explosions, blowout,
cratering, underground damage, pollution, or other coverage. Harris County shall be named Additional
Insured on primary/non-contributory basis.

• Each Occurrence: $1,000,000


• Personal and Advertising Injury: $1,000,000
• Products/Completed Operations: $1,000,000
• General Aggregate (per project): $2,000,000

C. Automobile Liability, including coverage for all owned, hired, and non-owned vehicles used in connection
with the contract. Harris County shall be named Additional Insured on primary/non-contributory basis.
• Combined Single Limit-Each Accident: $1,000,000

D. Umbrella/Excess Liability (Harris County shall be named Additional Insured on primary/non-contributory


basis)
• Each Occurrence/Aggregate: $1,000,000

E. Professional/Errors & Omissions Liability (if applicable)


• Each Occurrence/Aggregate: $1,000,000

The County reserves the right to require additional insurance if necessary. Coverage shall be issued by companies
licensed (by TDI) to do business in Texas and who have an A.M. Best rating of at least A-. Contractor shall furnish
evidence of such insurance to the County in the form of unaltered insurance certificates. If any part of the contract is
sublet, insurance shall be provided by or on behalf of any subcontractor, and shall be sufficient to cover their portion
of the contract. Contractor shall furnish evidence of such insurance to the County as well.

Policies of insurance required by the contract shall waive all rights of subrogation against the County, its officers,
employees and agents. If any applicable insurance policies are cancelled, materially changed, or non-renewed,
contractor shall give written notice to the County at least 30 days prior to such effective date and within 30 days
thereafter, shall provide evidence of suitable replacement policies. Failure to keep in force the required insurance
coverage may result in termination of the contract. Upon request, certified copies of original insurance policies shall
be furnished to the County.

The requirements stipulated in this attachment do not establish limits of contractor liability.

Rev. 10/2011

Page 41 of 42
Attachment h

REFERENCES

Category:

[This form must be used for one (1) category only. Please make additional copies of this form if you are
proposing services for more than one category.]

Reference #1

Organization Name:
Contact Name/Telephone No.:
Email:
Address:

Services provided:

Reference #2

Organization Name:
Contact Name/Telephone No.:
Email:
Address:

Services provided:

Reference #3

Organization Name:
Contact Name/Telephone No.:
Email:
Address:

Services provided:

Page 42 of 42

You might also like