<<

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT PO BOX 217 LEWISVILLE, TX 75067

NOTICE TO BIDDERS RFP #2506-17

SCOPE OF WORK: Lewisville Independent School District is requesting proposals for Property and Casualty Insurance Program.

Firm Name Date

Firm Address Phone

Authorized Company Contact Representative Direct Name Phone

Address Direct Email

Sealed proposals will be received by the Purchasing Department of the Lewisville Independent School District until April 25, 2017 at 2:00pm CST for:

PROPERTY AND CASUALTY INSURANCE PROGRAM

Proposals will be opened at this time. Proposals received after this time and date will not be considered. The District is not responsible for unmarked or improperly marked proposals. The District is not responsible for proposals delivered after the scheduled deadline due to the external or internal mail system. The time and date recorded in the Purchasing Office shall be the official time of receipt.

Sealed proposals must be properly labeled on the OUTSIDE of the envelope as follows:

Valerie Cooper, Senior Buyer William T Bolin Administrative Center Purchasing Department 1565 W. Main Street, Room 220 Lewisville, TX 75067

“Request for Proposal #2506-17 - Property and Casualty Insurance Program” 1. If due to inclement weather, natural disaster, or for any other cause the District office location where bids/proposals are to be submitted is closed on the due date, the deadline for submission shall automatically be extended until the next District business day on which the office is open, unless the bidder is otherwise notified by the District. The time of day for submission shall remain the same.

2. Any requests for additional information pertaining to these specifications, should be directed in writing by fax or email to Valerie Cooper at fax number – 214/222-2450 or email - [email protected] by dates listed in the timetable.

Publish: March 24 and 31, 2017 SERVICES GENERAL CONDITIONS

1. Bids shall be completed on the forms provided. All prices must be typed or written in . Bids written in pencil will not be accepted. Each bid shall be placed in a separate envelope, sealed and properly identified with the bid title and the time and date to be opened as shown in the “Notice to Bidders”. Please note that the words “proposal” and “bid” may be used interchangeably throughout this packet but shall have the same meaning. The words “bidder” and “vendor” may also be used interchangeably.

2. Bids must be received in the Lewisville Independent School District Purchasing Department office before the hour and date specified. DO NOT FAX YOUR BID! The Lewisville Independent School District may also be referred to herein as Lewisville ISD, LISD, District or School District.

If due to inclement weather, natural disaster, or for any other cause the District office location where bids/proposals are to be submitted is closed on the due date, the deadline for submission shall automatically be extended until the next District business day on which the office is open, unless the bidder is otherwise notified by the District. The time of day deadline for submission shall remain the same.

3. The District is exempt from Federal Excise Tax State and City Sales Tax. Do not include Federal Excise Tax, State or City Sales Tax in your bid totals. If it is determined that tax was included in the bid, it will not be included in the tabulation or any awards. LISD will furnish the tax exemption certificate, if required.

4. Lewisville Independent School District reserves the right to accept or reject any or all proposals, accept or reject any part of any bid, waive minor technicalities and to accept the bid or bids that are determined to be the best value for the District.

5. All services being bid must conform to all appropriate local, state, and federal laws, ordinances, and regulations as well as LISD Board policies.

6. IT IS TO BE UNDERSTOOD THAT THE BIDDER, IF AWARDED AN ORDER OR CONTRACT, AGREES TO PROTECT, DEFEND, AND HOLD HARMLESS THE LEWISVILLE INDEPENDENT SCHOOL DISTRICT AND ITS OFFICIALS AND EMPLOYEES FROM ANY SUITS OR DEMANDS FOR PAYMENT THAT MAY BE BROUGHT AGAINST LEWISVILLE INDEPENDENT SCHOOL DISTRICT AND ITS OFFICIALS AND EMPLOYEES FOR THE USE OF ANY PATENTED MATERIAL, PROCESS, ARTICLE, OR DEVICE THAT MAY ENTER INTO THE MANUFACTURE AND/OR CONSTRUCTION OR FROM A PART OF THE WORK COVERED BY EITHER ORDER OR CONTRACT AND, BIDDER FURTHER AGREES TO INDEMNIFY AND HOLD HARMLESS THE LEWISVILLE INDEPENDENT SCHOOL DISTRICT AND ITS OFFICIALS AND EMPLOYEES FROM SUITS OR ACTIONS OF EVERY NATURE AND DESCRIPTION BROUGHT AGAINST IT FOR, OR ON ACCOUNT OF ANY INJURIES OR DAMAGES RECEIVED OR SUSTAINED BY ANY PARTY OR PARTIES BY, OR FOR ANY OF THE ACTS OF THE BIDDER, HIS EMPLOYEES, SERVANTS OR AGENTS.

7. It is not the policy of the District to purchase on the basis of low price alone. In evaluating bids submitted and per the Texas Education Code §44.031(b), the following considerations shall be taken into account to determine the best value for the District.

a. the purchase price; b. the reputation of the vendor and of the vendor’s goods or services; c. the quality of the vendor’s goods or services; d. the extent to which the goods or services meet the district’s needs; e. the vendor’s past relationship with the district; f. the impact on the ability of the district to comply with laws and rules relating to historically underutilized businesses; g. the total long-term cost to the district to acquire the vendor’s goods or services; h. for a contract for goods and services, other than goods and services related to telecommunications and information services, building construction and maintenance, or instructional materials, whether the vendor or the vendor's ultimate parent company or majority owner: (A) has its principal place of business in this state; or (B) employs at least 500 persons in this state; and i. any other relevant factor specifically listed in the request for bids and proposals.

(REV 9/28/16) 2 8. Contact between bidders and LISD personnel or officials during the proposal process or evaluation process is prohibited. Any attempt by bidders during the proposal process to contact LISD personnel or officials may result in disqualification. All communications shall go through the LISD Purchasing Department during this competitive process.

9. Any contract will be awarded in the best interest of Lewisville Independent School District. Additional information regarding contract award may be found in Specific Terms and Conditions Item #1.

10. Any and all protests regarding LISD bidding procedures will be governed by the “Lewisville Independent School District Procedure for Protests".

11. If bidder is awarded a contract, the District shall have the right to terminate for default all or any part of the contract if bidder breaches any of the terms herein or if the bidder becomes insolvent or files any petition in bankruptcy. Such right of termination is in addition to and not in lieu of any other remedies which the District may have under contract or in law or equity, specifically including, but not limited to, the right to collect for damages or demand specific performance. The District has the right to terminate this contract for convenience, without penalty, if the District fails to appropriate funds or provide for an annual renewal of a contract, following delivery of notice to the bidder specifying the extent to which performance hereunder is terminated and the date upon which such termination becomes effective.

12. The Lewisville Independent School District shall not be liable for non-funding of a contract.

13. Bidders not responding appropriately to Bid Requests will be deleted from LISD’s vendor list and will not be reinstated unless specifically requested by the bidder and approved by LISD.

14. All bidders must execute the “Affidavit of Non-Collusion”, “Felony Conviction Notification”, “Bidder’s Certificate”, “Debarment or Suspension Certification Form”, “Certification Regarding Lobbying”, “Clean Air & Water Act Form”, “Conflict of Interest Questionnaire”, “W-9 Form”, “Certificate of Interested Parties:, “EPCNT Interlocal Agreement Clause”, and “Deviation/Compliance Signature Form”, or “No Bid Notification” enclosed herein for this bid to be considered. The name of the company representative on these forms should be the same, and must be an individual in a position with actual authority to bind the company submitting the bid.

15. Bid results and recommendations will be presented to the Lewisville Independent School District Board of Trustees for approval at the earliest reasonable opportunity following the bid/proposal opening if anticipated expenditures exceed $49,999 or greater.

16. It is the policy of the Lewisville Independent School District not to discriminate on the basis of sex, disability, race, color, or national origin in its educational programs and/or activities, nor in its employment practices.

17. The bidder shall not sell, assign, transfer, or convey any contract resulting from this proposal, in whole or part, without prior written consent from the District. Any such consent shall not relieve the bidder of liability in the event of default by the assignee.

18. Awarded contracts may or may not be exclusive and may be awarded to multiple bidders. The District may also issue multiple bids or requests for proposals at a later date in order to seek additional bidders for the same time period, in the best interest of the District. If needed, the District may also utilize federal and state contracts, interlocal cooperative contracts or any legal procurement method to procure the same or similar products and services.

19. CERTIFICATION: By signing this proposal the bidder certifies and warrants that:

a. The bidder has not paid, or agreed to pay, any person or entity, other than bidder’s bona fide employees, a fee, percentage, commission or brokerage resulting from the award of any contract resulting from this bid. For breach or violation of this warranty, LISD shall have the right in addition to any other right or rights to cancel a resulting contract without liability and to deduct or otherwise recover the full amount of such fee, percentage, commission or brokerage. b. The prices in this bid have been arrived at independently without consultation, communication, or agreement for the purpose of restricting competition as to any matter relating to such prices, with any other bidder or potential bidder.

20. ERRORS OR OMISSIONS: The District is not responsible for any bidder’s errors or omissions.

3

21. CONFIDENTIAL INFORMATION: If a bidder believes that a bid, proposal, offer, or specification contains information that should be withheld from public disclosure, a conspicuous statement advising LISD of the alleged confidentiality must be attached and noted on page one and on each and every page believed to contain confidential information. The District is bound by the Texas Public Information Act and shall in no event be liable to any bidder for release of information in accordance with the Texas Public Information Act.

22. ADDENDUM: In the event that any changes to this Bid Document occur subsequent to the mailing or other delivery of the original Bid Document, the changes or corrections will be made by addendum. It is your responsibility to obtain any addenda that pertains to this Bid Document. LISD is no longer mailing the specifications or addenda.

4 STANDARD TERMS AND CONDITIONS

1. CONTRACT AND PURCHASE ORDERS: Submitting a response to this Bid Document is an offer by bidder to contract with the Lewisville Independent School District based upon the Specifications and the Standard Terms and Conditions and other information contained in this Bid Document. A proposal or bid does not become a contract with LISD unless and until the offer is accepted by the LISD (including approval by the LISD Board of Trustees if necessary) through (a) an Award Letter sent to the bidder and put into effect by the issuance of a LISD Purchase Order(s) signed by an authorized representative of the LISD Purchasing Department; or (b) execution of a separate contract after acceptance by the LISD (including approval by the LISD Board of Trustees if necessary). If LISD and bidder enter into a contract by one of the methods discussed above, the following standard terms and conditions shall apply. If LISD and bidder do not enter into a contract as discussed above, these Standard Terms and Conditions shall not apply.

This contract shall collectively include (1) a separate written contract, if applicable, (2) the Specific Terms and Conditions and the Specifications included in the Bid Request and any subsequent addenda thereto, (3) the bidder’s signed Notice to Bidders and any other information included with the Bid Request, (4) the bidder’s entire response to the Bid Request, (5) the bidder’s Award Letter, if applicable, (6) and any additional terms, conditions, or instructions contained in each individual Purchase Order, if applicable. The contract shall be interpreted by and governed under the law of the State of Texas and venue for any disputes shall be in Denton County.

2. CONTRACT MODIFICATION: No modification of this contract shall bind LISD unless a written contract amendment is executed by LISD and bidder.

3. If applicable, pricing and service modifications may be required in contract renewals to best fit the needs of LISD.

4. DEFAULT IN ONE INSTALLMENT TO CONSTITUTE TOTAL BREACH: (If applicable) each installment or lot of a contract is dependent on every other installment or lot and delivery of non-conforming services or a default of any nature under one installment or lot will impair the value of the whole contract and constitutes a breach of the contract as a whole.

5. GRATUITIES: LISD may, by written notice to the bidder, cancel this contract without liability to LISD if it is determined by LISD that gratuities, in the form of entertainment, gifts, or otherwise, were offered or given by the bidder, or any agent, or representative of the bidder, to any officer or employee of the Lewisville Independent School District with a view toward securing a contract or an order or securing favorable treatment with respect to the awarding or amending or the making of any determinations with respect to the performing of such a contract or order. In the event this contract is canceled by LISD pursuant to this provision, LISD shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurrent by the bidder in providing such gratuities.

6. ASSIGNMENT-DELEGATION: No right or interest in this contract shall be assigned by bidder without the written permission of LISD, and no delegation of any duty of bidder shall be made without written permission of LISD. Any attempted assignment or delegation by bidder shall be wholly void and totally ineffective for all purposes unless made in conformity with this paragraph.

7. ASSIGNMENT-CLAIMS: Bidder and the Lewisville Independent School District recognize that in actual economic practice overcharges resulting from anti-trust violations are borne by LISD. Therefore, bidder hereby assigns to the District the right to pursue any and all claims for such overcharges.

8. ADVERTISING: If awarded the contract, bidder shall not advertise or publish, without LISD’s prior written consent, the fact that LISD has entered into this contract, except to the extent necessary to comply with proper requests for information as required by law.

9. REMEDIES AND APPLICABLE LAWS: This contract shall be governed by Lewisville Independent School District policies and LISD and bidder shall have all remedies afforded each by the Uniform Commercial Code, as adopted in the State of Texas, except as otherwise provided in this contract or in statutes pertaining specifically to the State or School District. Whenever the term “Uniform Commercial Code” is used, it shall be construed as meaning the Uniform Commercial Code as adopted in the State of Texas as effective and in force on the date of this contract. This contract shall be governed by the laws of the State of Texas, and disputes pertaining to this contract may be brought only in the courts of the State of Texas in Denton County.

10. CONFLICT OF INTEREST: This contract is subject to cancellation by LISD if any person significantly involved in initiating, negotiating, securing, drafting or creating the contract on behalf of Lewisville Independent School 5 District, is at any time while the contract is in effect, an employee of any other party to the contract in any capacity or a consultant to any other party of the contract with respect to the subject matter of the contract.

11. FORCE MAJEURE: Neither party shall be held responsible for losses resulting if the fulfillment of any terms or conditions of this contract are delayed or prevented by a cause not within the control of the party whose performance is interfered with and which, by the exercise of reasonable diligence, said party is unable to prevent.

12. RIGHT TO ASSURANCE: Whenever one party to this contract in good faith has reason to question the other party’s intent to perform, he/she may demand that the other party give a written assurance of his/her intent to perform. In the event that demand is made and no assurance is given within five (5) days, the demanding party may treat this failure as an anticipatory repudiation of the contract.

13. INTERPRETATION-PAROLE EVIDENCE: This contract is intended by the parties as a final expression of their agreement and is intended also as a complete and exclusive statement of the terms of their agreement. No course of prior dealings between the parties and no usage of the trade shall be relevant to supplement or explain any term used in this contract. Acceptance or acquiescence in a course of performance rendered under this contract shall not be relevant to determine the meaning of this contract even though the accepting or acquiescing party has knowledge of the nature of the performance and opportunity to objection. Whenever a term defined by the Uniform Commercial Code is used in this contract, the definition contained in the Code is to control.

14. COMPLIANCE OF LAWS: The final contract must be in compliance with all federal laws and Texas laws and regulations and is subject to termination by the Lewisville Independent School District, including termination for non-availability of funding and for prepayment, without penalty.

15. CHOICE OF LAW: The parties hereby agree that this contract was negotiated, made and entered into in the State of Texas and under the laws of the State of Texas.

16. INFRINGEMENT: Bidder agrees to protect and defend Lewisville Independent School District from claims involving infringement.

17. SPECIFICATIONS: Specifications define the minimum acceptable standard.

18. REMEDIES FOR NON-PERFORMANCE OF CONTRACT AND TERMINATION OF CONTRACT FOR CAUSE: If the bidder cannot comply with the terms and conditions in fulfilling its contract as anticipated, the bidder must supply the same products or services contracted from other sources at the contract price. The bidder’s refusal or delay in satisfying this provision will constitute a material breach of contract, whereupon the LISD may terminate the contract for cause as provided herein.

If any delay or failure of performance is caused by a Force Majeure event as described in Section 10 of these Standard Terms and Conditions, the LISD may, in its sole discretion, terminate this contract in whole or part.

Except as otherwise provided herein, this contract may be terminated for cause in whole or in part by either party in the event of substantial failure by the other party to fulfill its obligations under this contract through no fault of the terminating party; provided that no such termination for cause may be implemented unless and until the other party is given (1) at least ten (10) days written notice (delivered by certified mail, return receipt requested) of intent to terminate for cause, and (2) an opportunity for consultation with the terminating party, followed by a reasonable opportunity, of not more than ten (10) working days, to rectify the defects in products or performance, prior to such termination.

Valid causes for termination of this contract will include, but are not limited to:

(a) The bidder’s failure to adhere to any of the provisions of the General Conditions and Standard Terms and Conditions contained in this Bid Request. (b) The bidder delivering any product(s) that fails to meet the Specifications relating to the awarded product(s). (c) The bidder delivering any substitution(s) of product(s) different than those originally bid and awarded without the prior written approval of LISD. (d) Bidder’s noncompliance with any additional terms, conditions, or instructions contained in a separate contract or contained in any individual Purchase Order issued by the LISD. 19. ORDER OF PRECEDENCE: In the event of conflict between documents, the following order of precedence shall prevail: 1) terms and conditions set forth in a separate written contract by LISD, if applicable, 2) the Standard Terms and Conditions contained herein, 3) provisions set forth in the specifications as well as any addenda 6 thereto, 4) any other terms, conditions, or instructions contained in each individual purchase order, if applicable, 5) the general bidding instructions to bidders, including the General Conditions; and 6) bidder’s response to the Bid.

20. EXTENSION/TERMINATION CLAUSE: This contract shall be as listed in the Specific Terms and Conditions, #2, provided however, at the sole option of the District, upon the District giving bidder written notice of the intention to renew not later than the expiration of the then current term, provided that at the time the District gives written notice of renewal the bidder is not in default and the contract has not been terminated.

If the bidder does not intend to renew the contract, bidder shall provide the District with written notice via certified mail (return receipt requested) at least one-hundred twenty (120) days prior to the expiration of the then current term.

Negotiations for additional terms and price restructuring shall be completed no later than thirty (30) days prior to renewal date unless approved by the District. Price negotiations may be negotiated to prices below the current prices.

The District has the right to terminate this contract for convenience, without penalty, following delivery of written notice to the bidder with fifteen (15) days notification.

7 FORM A

AFFIDAVIT OF NON COLLUSION

The undersigned certifies that the bid/proposal prices contained in this proposal have been carefully checked and are submitted as correct and final and if the bid/proposal is accepted (within 90 days unless otherwise noted by bidder), agrees to furnish any and/or all services upon which prices are offered, at the price(s) and upon the conditions contained in the Specifications.

STATE OF

COUNTY OF

BEFORE ME, the undersigned authority, a Notary Public in and for the State of , on the day personally appeared who, after having first been duly sworn, upon oath did depose and say;

That the foregoing proposal submitted by Hereinafter called “Bidder” is the duly authorized agent of said company and that the person signing said proposal has been duly authorized to execute the same. The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership, or individual has not prepared this bid in collusion with any other bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business prior to the official opening of this bid.

Name and Address of Bidder:

Telephone Number

Fax Number Signature

Name:

Title:

SWORN TO AND SUBSCRIBED BEFORE ME THIS day of , 20

Notary Public in and for the State of

Company Name

8 FORM B FELONY CONVICTION NOTIFICATION

Section 44.034, Texas Education Code, Notification of Criminal History, Subsection (a), states “A person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony.”

Subsection (b) states “A school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract.”

This Notice is Not Required of a Publicly-Held Corporation

CRIMINAL HISTORY REVIEW OF CONTRACTOR EMPLOYEES

Bidder shall review §22.0834, Texas Education Code and 19 Texas Administrative Code §§153.1101 and 153.1117 regarding criminal history checks of school contractor employees. The rules define continuing duties related to contracted services, direct contact with students, covered contract employee and other relevant terms within the statute.

Except as otherwise provided herein, Contractor will obtain and certify in writing, before work begins, and at least annually, that the Contractor has received all criminal history record information that relates to an employee, applicant, agent or Subcontractor of the Contractor or a Subcontractor, if the person has or will have continuing duties related to the contracted services, and the duties are or will be performed on LISD’s property where students are regularly present or at another location where students are regularly present. Contractor shall assume all expenses associated with the background checks and shall immediately remove any employee or agent who was convicted of, received probation for, or received deferred adjudication for any felony as outlined below or any misdemeanor involving moral turpitude, from LISD’s property or other location where students are regularly present. LISD shall determine what constitutes “moral turpitude” or “a location where students are regularly present.”

Contractor or sub-contractors may not work on LISD property where students are present when they have been convicted, received probation or deferred adjudication for the following felony offenses:

1. Any offense against a person who was, at the time the offense occurred, under 18 years of age or enrolled at a public school; 2. Any sex offense; 3. Any crimes against persons involving: a. Controlled substances; or b. Property; or 4. Any other offense LISD believes might compromise the safety of students, employees or property.

Please complete the information below:

I, the undersigned agent for the firm named below, certify that the information concerning notification of felony convictions and criminal history checks for the company employees, agents, or subcontractors that will be on LISD campuses have been reviewed by me, and shall be complied with, and the following information furnished is true to the best of my knowledge.

Vendor’s Name:

Authorized Company Official’s Name (please print or type):

A. My firm is not owned nor operated by anyone who has been convicted of a felony.

Signature of Company Official: Date:

B. My firm is owned or operated by the following individual(s) who has/have been convicted of a felony:

Name of Felon(s):

Details of Conviction(s):

Signature of Company Official: Date: (Name should be the same as on Form A – Affidavit of Non Collusion)

C. My firm is a publicly held corporation, therefore, this reporting requirement is not applicable. Signature of Company Official: Date:

9 FORM C BIDDER’S CERTIFICATION

Texas Government Code Chapter 2252 relates to bids by nonresident contractors. The pertinent portions of the Act are as follows:

Section 2252.001(3) “Nonresident bidder” refers to a person who is not a resident.

Section 2252.001(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.

Section 2252.002, as amended by H.B. 3648, 83rd Legislature (2013 Regular Session): “AWARD OF CONTRACT TO NONRESIDENT BIDDER. A governmental entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lowest bid submitted by a responsible resident bidder by an amount that is not less than the greater of the following: (1) the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident’s principal place of business is located; or (2) the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which a majority of the manufacturing relating to the contract will be performed.”

Section 2252.002, as amended by H.B. 1050, 83rd Legislature (2013 Regular Session): “AWARD OF CONTRACT TO NONRESIDENT BIDDER: A governmental entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lowest bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in: (1) the state in which the nonresident’s principal place of business is located; or (2) a state in which the nonresident is a resident manufacturer.”

I certify that is a (Company Name)

Resident Bidder of Texas as defined in Texas Government Code Section 2252.001.

Signature

Print Name

I certify that is a (Company Name)

Nonresident Bidder of Texas as defined in Texas Government Code Section 2252.001 and

(1) our principal place of business is:

(City and State)

(2) a state in which we are a resident manufacturer:

(State)

(3) the state in which a majority of the manufacturing relating to the contract will be performed:

State)

Signature

Print Name

10 FORM D

DEBARMENT OR SUSPENSION CERTIFICATION FORM

Non-Federal entities are prohibited from contracting with or making sub-awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement of goods or services equal to or in excess of $25,000. Contractors receiving individual awards of $25,000 or more and all sub-recipients must certify that the organizations and its principals are not suspended or debarred.

By submitting this offer and signing this certificate, this bidder:

♦ Certifies that no suspension or debarment is in place, which would preclude receiving a federally funded contract under the Federal OMB, A-102, Common Rule (§_.36).

Vendor Name:

Vendor Address:

Vendor Telephone:

Authorized Company Official’s Name: (printed)

Signature of Company Official:

Date:

11 FORM E

Certification Regarding Lobbying

Applicable to Grants, Sub-Grants, Cooperative Agreements, and Contracts Exceeding $100,000 in Federal Funds.

Submission of this certification is a prerequisite for making or entering into this transaction and is imposed by section 1352, Title 31, U.S. Code. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

The undersigned certifies, to the best of his or her knowledge and belief, that:

(1) No Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with the awarding of a Federal contract, the making of a Federal grant, the making of a Federal loan, the entering into a cooperative agreement, and the extension, continuation, renewal, amendment, or modification of a Federal contract, grant, loan, or cooperative agreement.

(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with this Federal grant or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “disclosure Form to Report Lobbying,” in accordance with its instructions.

(3) The undersigned shall require that the language of this certification be included in the award documents for all covered sub-awards exceeding $100,000 in Federal funds at all appropriate tiers and that all sub- recipients shall certify and disclose accordingly.

______Name/Address of Organization

______Name/Title of Submitting Official

______Signature Date

12 FORM F

Clean Air & Water Act

I, the Proposer, am in compliance with all applicable standards, orders or regulations issued pursuant to the Clean Air Act of 1970, as Amended (42 U.S.C. 1857(h)), Section 508 of the Clean Water Act, as amended (33 U.S.C. 1368), Executive Order 117389 and Environmental Protection Agency Regulation, 40 CFR Part 15 as required under OMB Circular A-102, Attachment O, Paragraph 14 (1) regarding reporting violations to the grantor agency and to the United States Environment Protection Agency Assistant Administrator for the Enforcement.

Proposer Name

Title of Authorized Representative

Mailing Address

Signature FORM G

13

14 FORM H

15 FORM H (page 2)

16 FORM H (page 3)

17 FORM H (page 4)

18 FORM I

19 FORM J

INTERLOCAL AGREEMENT CLAUSE

Educational entities in the surrounding Lewisville Independent School District area have indicated an interest in participating under any resulting contract. Should these Educational entities decide to participate in any resulting contract, would you, (the vendor) agree that all terms, conditions, specifications, and pricing contained herein would apply?

Yes ______No ______

If you (the Vendor) checked yes, the following will apply:

Educational entities utilizing interlocal agreements with the Lewisville Independent School District will be eligible, but not obligated, to purchase materials/services under the contract(s) awarded as a result of this solicitation.

All purchases by Educational entity other than Lewisville Independent School District will be billed directly to that Educational entity and paid by that Educational entity. Lewisville Independent School District will not be responsible for another Educational entity’s debts. Each Educational entity will order its own material/service as needed.

For information regarding the Educational Purchasing Cooperative of North Texas, please visit their website at the following address: http://www.epcnt.com/INDEX.htm.

Company Name: (Typed or printed)

Title of Authorized Representative: (Typed or printed)

Signature of Authorized Company Official:

Date Signed:

20 FORM K DEVIATION/COMPLIANCE SIGNATURE FORM

COMPANY NAME

ADDRESS CITY STATE

PHONE NUMBER FAX NUMBER

If the bidder intends to deviate from the General Conditions, Standard Terms and Conditions, Specifications, or any other information listed in this Request for Proposals, all such deviations must be listed on this page, with complete and detailed conditions and information included or attached. The District will consider any deviations in its bid award decisions, and the District reserves the right to accept or reject any bid based upon any deviations indicated below or in any attachments or inclusions.

In the absence of any deviation entry on this form, the bidder assures the District of bidder’s full compliance with the General Conditions, Standard Terms and Conditions, Specifications, and all other information contained in this Request for Proposals.

No Deviation

Yes Deviations

If yes is checked, please list below.

21 FORM L

NO BID NOTIFICATION

VENDOR NAME AGENT’S NAME

ADDRESS BID NUMBER

DESCRIPTION

The Lewisville Independent School District is interested in receiving competitive pricing on all items bid. We also desire to keep your firm as a bidder and supplier of materials, equipment, and services. Therefore, it is important for us to determine why you are not bidding. We will analyze your input carefully and try to determine if future changes are needed in our specifications and/or procedures.

I did not bid for the following reason: (PLEASE CHECK ONE OF THE LISTED REASONS)

Do not supply the requested product or service

Quantities offered are too small or too large to be supplied by my company. (please circle one of the underlined)

Specifications are “too tight” or written around a particular product. (Please elaborate)

Cannot bid against manufacturer or jobber on this item. (please circle one of the underlined)

Time frame for bidding was too short for my company.

Not previously awarded a contract by LISD when you felt you were low bidder or offered best value to LISD.

Other:

Please indicate your choice for future notifications.

I wish to be notified.* I do not wish to be notified.

*The Lewisville ISD will make an effort to notify your company, but your selection to be notified does not state or imply a guarantee of notification by the Lewisville ISD.

The signing of this form confirms your company is not submitting a proposal and cannot be an awarded vendor for this bid. Do not sign or return this form if your company intends to participate in this bid.

SIGNATURE

DATE

22 FORMS CHECKLIST COMPLETION

Completed – Affidavit of Non Collusion - Form A

Completed – Felony Conviction Notification - Form B

Completed – Bidder’s Certification – Form C

Completed – Debarment or Suspension Certification Form – Form D

Completed - Certification Regarding Lobbying - Form E

Completed - Clean Air & Water Act – Form F

Completed – Conflict of Interest Questionnaire (CIQ) – Form G

Completed – W-9 – Request for Taxpayer Identification Number – Form H

Completed – Certificate of Interested Parties – Form I

Completed – EPCNT Interlocal Agreement Clause – Form J

Completed – Deviation/Compliance Signature – Form K

or

No Bid Notification – Form L** **Do not sign or return this form if your company intends to participate in this bid.

23 LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – CONDITIONS – page 1 RFP #2506-17

SCOPE OF WORK

Lewisville ISD is requesting proposals for meeting its obligations for providing property and casualty insurance coverage. The RFP will also serve as notice to the current carrier(s) as intent of Lewisville ISD’s desire to terminate the current agreement(s) upon its anniversary date. The effective date of the Property and Casualty Insurance Program will be September 1, 2017.

SPECIFIC TERMS AND CONDITIONS

1. This contract may be awarded to primary and secondary vendors, multiple vendors, by line item, or in total as determined to be the best value to Lewisville Independent School District. Lewisville Independent School District reserves the right to negotiate with any or all respondents and accept or reject any and/or all proposals, to waive any formalities and/or irregularities and to award in the best interest of the School District.

2. Length of Contract: All responses to this RFP shall be for a one (1) year agreement between the District and the provider with four (4) successive one (1) year extensions, based on the long-range needs of the District and mutual consent of both parties not to exceed five (5) years total.

3. No oral statement of any person shall modify or otherwise change, or affect the terms, conditions, or specifications stated in the resulting contract.

4. Final evaluation of this bid will be based on the Texas Educational Code 44.031 (b) per of the General Conditions. Evaluation of pricing will be based on Unit Price value to be submitted on the “PRICING SHEET”.

Point Evaluation Criteria Value Purchase Price 40 Reputation of the vendor and vendor’s goods or services 18 Quality of the vendor’s goods or services 15 Extent to which the goods or services meet the district’s needs 10 Vendor’s past relationship with the district 2 Impact of district’s compliance with laws and rules relating to Historically Underutilized Businesses 0 Total long-term cost to the district 5 Other relevant factors specifically listed in this RFP 10 Total Points 100

5. Timetable: Release RFP March 24, 2017 Deadline for Market Request April 7, 2017 – 2 p.. (CST) Compilation of Market Assignments April 10, 2017 Deadline for Questions April 12, 2017- 12:00 p.m. (Noon) CST Respond to Questions/Release of Addendum by April 13, 2017 Deadline for Submittal of Proposal April 25, 2017 - 2:00 p.m. CST Interview Process May 1 – May 4, 2017 Recommendation to Board June 12, 2017 Effective Date September 1, 2017

6. Communications: Contact between vendors and LISD personnel during the proposal process or evaluation process is prohibited. Any attempt by vendors during the proposal process to contact LISD personnel may result in disqualification. All communication shall go through the Purchasing Department during this competitive process. All questions received and the corresponding answers will be distributed to all bidders. No verbal responses will be provided. The deadline for questions about this proposal is stated in the timetable and the district will not respond to questions after this time and date. Response to questions will be posted in the form of an addendum to this RFP on the LISD Purchasing website LISD Purchasing website per the timetable. The vendors will be responsible for checking the website for any posted addenda.

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – CONDITIONS – page 2 RFP #2506-17

7. Deadline for Submittal: We must receive your response to this RFP by the day and time stated in the timetable at the Bolin Administrative Center, Purchasing Department, 1565 West Main Street, Room 220, Lewisville, TX 75067. Proposals received after this time and date will not be considered. The District is not responsible for unmarked or improperly marked proposals. The District is not responsible for proposals delivered after the scheduled deadline due to the external or internal mail system. The time and date recorded in the Purchasing Office shall be the official time of receipt. The District will not accept fax or emailed proposals.

If due to inclement weather, natural disaster, or for any other cause the District office location where bids/proposals are to be submitted is closed on the due date, the deadline for submission shall automatically be extended until the next District business day on which the office is open, unless the bidder is otherwise notified by the District. The time of day for submission shall remain the same.

8. Proposal Submittal: One original and three (3) copies of the proposal must be sealed in an envelope clearly marked on the outside with RFP #2506-17 – Property and Casualty Insurance Program. Please note ORIGINAL on the original proposal. This bid document must be returned in its entirety.

9. Acceptance: LISD reserves the right to accept or reject any or all of the proposals submitted, waive minor technicalities, and accept the offer most advantageous to the District. Contract, to awarded vendor(s), will be based on the determined “Best Value for the District.”

10. Contract shall be put into effect by means of a purchase order(s) executed by the District after proposal has been awarded.

11. If the District fails to appropriate funds to provide for the annual renewal of a contract, the District may cancel without termination charge. This is provided that the Contractor receives at least 30 days written notice of the termination stating the lack of funding as the reason for the termination.

12. Final evaluation of this RFP will be based on the Texas Educational Code 44.031 (b) per General Conditions. Evaluation of pricing will be based on Unit Price value to be submitted on the attached “PRICING SHEET”.

13. Transfer of contract by vendor is prohibited without authorization and approval of the Lewisville ISD Purchasing Department.

14. All invoices must be submitted to LISD’s Billing address:

Lewisville ISD Attn: Accounts Payable P O Box 217 Lewisville, TX 75067

If your company uses any other billing address, Lewisville ISD will not be responsible for late payments, service charges, etc. LISD’s purchase order number must be referenced on the invoice.

15. The Lewisville Independent School District reserves the right to use and duplicate as often as necessary any material that is submitted by the awarded vendor.

16. Provide LISD with order information on where purchase orders are to be sent:

Company Name

______PO/Street Address Phone Number

______City/State/Zip Code Fax Number

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – CONDITIONS – page 3 RFP #2506-17

17. Provide LISD with remit information on where payments are to be sent:

Company Name

______PO/Street Address Phone Number

______City/State/Zip Code Fax Number

18. Does your company accept purchase orders by email?

Yes No

If yes, please provide the email address:

19. The Lewisville Independent School District has implemented an electronic payment solution allowing the District to pay invoices electronically. LISD currently pays all invoices 30 days after receipt of invoice via check through standard USPS. Should the District choose to pay you via an electronic payment solution, the payment time to the firm can be drastically reduced upon receipt of invoice. This electronic payment process uses the backbone of the Visa/MasterCard network and the firm's payment gateway agreements. 'Note' LISD will not be held responsible for fees, if any, associated by the firm's payment gateway provider for acceptance and use of this payment process.

Will your company accept use of this electronic payment process? Yes. ______No ______If yes, Please provide the following information: Email or fax number where the payment can be processed: ______Contact name for payment processing: ______Contact phone for payment processing: ______Name of individual for authorizing use of this payment form: ______Phone of individual for authorizing use of this payment form: ______Title of individual authorizing use of this payment form:, ______Signature of individual authorizing use of this payment form: ______

20. References: Please provide three (3) references, preferably from school districts in the DFW area, who have used your services within the last three years. Additional references may be required.

A. School District Contact Name

Address Telephone Number

B. School District Contact Name

Address Telephone Number

C. School District Contact Name

Address Telephone Number

21. Vendor accepts full responsibility for adhering to Senate Bill 9 requirements, see Texas Education Code Section 22.0834. At no time shall firm or firm’s employees, agents or subcontractors have unsupervised contact with students. LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – CONDITIONS – page 4 RFP #2506-17

22. Market Requests: A market request form is to be completed by proposers to identify the insurance markets they intend to use. At this time, each proposer will be limited to four insurance markets.

23. Market assignments will be on the basis of date and time receipt of Market Request Form in the office of Valerie Cooper, combined with the proposer's ranking of insurance companies.

24. Companies are required to use the Compilation of Market Assignments when issuing their response through their selected proposer.

25. Proposers will be free to engage additional insurance markets not assigned after April 11, 2017.

26. Qualifications of Proposers or Insurers: Proposers and/or insurers shall be duly licensed, admitted carriers or non-admitted carriers that are approved by the surplus lines stamping office of Texas and must comply with all applicable state insurance and property casualty laws and requirements of duly constituted regulatory authorities. In addition, proposals will be accepted from municipal joint self-insurance funds established to serve Texas schools, cities, counties and other political subdivisions (latest audited financial statements of the program or plan must be submitted). Agents must furnish a Best's policy rating for each separate insurance company for which coverage is quoted.

27. Other Conditions: The proposers must have the knowledge and capability of complying with the Governmental Accounting Standards Board (GASB), Statement No. 10 should they be required, which establishes accounting and financial reporting procedures. The carrier must be able to provide the required reports. Please describe in your proposal how this would be carried out if necessary.

28. Each proposer should outline in detail its experience in providing property and casualty services to other similar political subdivisions. A minimum of three references must be listed, with phone numbers. Account representatives in each major area should be identified.

29. Please specify all fees and commissions to be received and paid by each proposer, vendor, and/or carrier. All governing law will be in the State of Texas, County of Denton.

30. The following Exhibits have been included:

A. Property and Contents Values B. Inland Marine Schedule C. Auto Schedule D. Loss Information E. Stadium Inspections F. Premium History

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – MARKET REQUEST FORM – page 5 RFP #2506-17

Property Casualty Program Market Request Form

The purpose of this form is to identify the insurance markets to be used by proposers. Market Request Forms are to be submitted by fax or e-mail by 2:00 p.m. CST, April 7, 2017 to:

Valerie Cooper Buyer – Purchasing Department Lewisville ISD E-mail: [email protected] Fax: 214/222-2450

You will be notified of the market assignments by e-mail.

Proposer

Company

Address

Telephone: Fax:

Email address

Ranked Preference Property Insurance Company

1

2

3

4

Ranked Preference Inland Marine Insurance Company

1

2

3

4

Ranked Preference General Liability Insurance Company

1

2

3

4

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – MARKET REQUEST FORM – page 6 RFP #2506-17

Ranked Preference Blanket Crime Coverage Insurance Company

1

2

3

4

Ranked Preference School Professional Legal Liability Insurance Company

1

2

3

4

Ranked Preference Auto Liability / Physical Damage Insurance Company

1

2

3

4

Ranked Preference Boiler & Machinery Insurance Company

1

2

3

4

Ranked Preference Excess Liability Insurance Company

1

2

3

4

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – MARKET REQUEST FORM – page 7 RFP #2506-17

Ranked Preference Information Security and Privacy Liability Coverage

1

2

3

4

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – SPECIFICATIONS – page 8 RFP #2506-17

SPECIFICATIONS

UNDERWRITING INFORMATION

Swimming Pools: Two (2) indoor natatoriums. Each has one pool. Each natatorium has a three (3) meter diving board and a diving pool. The pools are open to the public at various times and lifeguards are provided by the District.

Bleachers: Each middle school has a set of bleachers in the competition gym. MS, Purnell Support Center and Shadow Ridge MS all have football bleachers. All high schools have bleachers in their competition gyms – at least two (2) per high school.

Stadiums: Each high school has a football stadium with seating capacity ranging from 8,000 to 10,000. Each high school has a baseball and softball stadium – capacity ranging from 500 to 1000.

Elevators: All two and three story buildings have elevators

Student accident insurance is purchased by the District through Texas Student Resources.

MVR's are checked annually for all LISD employees who drive a vehicle owned or leased by LISD. This check is done through the State of Texas.

Driver's education is offered to students of Lewisville ISD.

Does entity have safety/loss control program? Yes

Are regular safety/loss control meetings held? Yes – Food Service & Maintenance

Does Lewisville ISD have a procedure to report & prevent sexual harassment? Yes

Does Lewisville ISD have a written policy for the administration of corporal punishment? Yes

Roof Inspections are conducted internally by Lewisville ISD Facility Services staff.

All outdoor and indoor bleachers have been inspected by a licensed structural engineer within the last three years. See Exhibit E.

General Liability Number of students: 52,856 (as of 3/10/2017)

Elementary (K-5) 22,018

Middle School (6-8) 12,346

High School (9-12) 16,898

Early Childhood 1,658

Lewisville ISD operates preschool centers for children of LISD employees. Space is limited to children age 3 or 4 years old. Maximum number of children is 40 – 20 per location. Cost is $173 per week. The centers are operated out of Hebron Valley Elementary, Lillie Jackson Early Childhood Center and McAuliffe Elementary School. LISD hires all staff for these centers.

After-School day care program Lewisville ISD operates an after school day care program for students in grades K – 5 at each of the District’s elementary schools. LISD staff supervises the children from the time school is out – 2:50 PM – until 6:30 PM. Annual Tuition is $2,160. Number of Teachers and Employees:

Athletic Trainers 10 Accountants 9 LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – SPECIFICATIONS – page 9 RFP #2506-17

Full Time Teachers 3,781 Part Time Teachers 17

Counselors 134 Nurses 69

Administrators 251 All Other Employees 2,069

School Professional Legal Liability

Number of Members Comprising Board of Education: 7

Members are: Elected X

Term of Office for Board Members 3 years

Budget Figures for Current and Past Four (4) Years (General Fund only):

Year Budget Expenditures Current Surplus/Deficit

2015-2016 446,504,217 120,671,037 2014-2015 427,340,193 117,694,483 2013-2014 405,806,626 131,637,846 2012-2013 393,516,509 133,878,222

Does the applicant have a written policy regarding suspension, dismissal or non-renewal of staff (professional or non- professional) and detention or suspension of students?

Yes or No Yes

Has the Board adopted a pay scale or hiring practice for personnel providing for enumeration without regard to age, sex, race or creed?

Yes or No Yes

Has Board adopted an affirmative action program of employment?

Yes or No Yes

Does the applicant have written policy regarding corporal punishment?

Yes or No Yes

Total amount of outstanding bonds $1,313,641,143

Bond Rating for Lewisville ISD AA+

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – SPECIFICATIONS – page 10 RFP #2506-17

Cyber Security Insurance

Personal Identifiable Information, Protected Health Information, Financial Account Information, and Intellectual Property/Trade Secrets are maintained by applicant and information holder.

Estimated number of records is over 5,000,000.

Control in place by district: • An information handling and labeling policy dictating what information may be collected and how information should be stored • A data retention policy outlining when data may be disposed of appropriately • A policy of least privilege defining who may be granted access to information • A process for reviewing user access privileges on a regular basis, including when a user changes positions internally

District outsources part of information handling, network, computers systems and information security function.

District formally addressed the security risk associated with each vendor and has contractual provisions to indemnity the organization in the event of a security failure or loss of confidential information.

The District’s security program: • Individual officially designated as a responsible security officer (CISO, CSO, etc ) • An Information Security Policy communicating how information is protected by the organization • An Acceptable Use Policy communicating appropriate use of data to users • Encrypted confidential data at rest and data in transit

The District uses the following security technologies: • Firewalls at the perimeter of the network • Corporate antivirus/anti-malware software • Intrusion detection systems • Automatic push updates to all computing resources for critical updates, patches and security hot-fixes • Web filter appliances • VM server protection • SSL VPN appliance • Visitor management system for campuses

The District is subject to the following laws or regulations dictating information security: • Health Insurance Portability and Accountability Act • Sarbanes-Oxley • Federal Education Rights Privacy Act (FERPA) • CIPA • COPPA

The District has a documented Business Continuity and Disaster Recovery Plan and a formal backup process for backing up, archiving and restoring confidential data and formal training processes on data privacy and security issues.

The District has a process in place to ensure employees, third parties, contactors and vendors with potential access to confidential data receive background screening.

The District does terminate all associated computer access and user accounts as part of the regular exit process when an employee leaves the District.

At least one complete back-up file generation is stored and secured off-site separate from the District’s main operations in a restricted area.

The District has a MDM that allows to remotely wipe lost/stolen equipment. The District’s end point protection system for Windows has a journaling and rollback remediation feature to restore files to an uninfected state.

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – SPECIFICATIONS – page 11 RFP #2506-17

The Network Infrastructure: • Anti-virus-Webroot • Firewall-Palo Alto • ISP-Grande • Intrusion Detection-Palo Alto • DNS Firewall-Infoblox • SS2 VPN-Juniper • Webfilter-Content Keeper • Virtual Machine Server Protection-V Shield Deep Security

During the past five (5) years, the District has not experienced any occurrences, Claims or Losses related to a failure of security of the District’s computer system nor has anyone filed suit or made a Claim against the District with regard to invasion or interference with rights of privacy, wrongful disclosure of Confidential Information or does the applicant have knowledge of a situation or circumstance which might otherwise result in a claim against the District with regard to issues related to the insurance sought.

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – SPECIFICATIONS – page 12 RFP #2506-17

Lewisville ISD Property Casualty Program Requested Property and Contents Coverage

1. Property covered Exhibit A

2. Type of coverage All Risk (including theft), Replacement Cost

3. Policy Limits $600,000,000 (loss limit policy)

4. Basis of loss recovery Blanket / Replacement Cost

5. Coinsurance None

6. Deductibles; quote Quote $50,000, $100,000, $125,000

7. Automatic coverage on newly $3,000,000 limit for up to 90 days. acquired property

8. Increased cost of construction and demolition Please provide an explanation as to costs are requested. coverage provided by carrier

9. Loss history Exhibit D

10. Extra Expense Limit $100,000

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – SPECIFICATIONS – page 13 RFP #2506-17

Lewisville ISD Property Casualty Program Requested Inland Marine Coverage

1. Contractors Equipment Exhibit B

2. Type of Coverage All Risk (including theft), 100%Replacement Cost

3. Policy Limits $528,636

4. Deductible; quote $500 and $1,000

5. Extra Expense $10,000

6. Transit $2,500

7. Loss Information Exhibit D LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – SPECIFICATIONS – page 14 RFP #2506-17

Lewisville ISD Property Casualty Program Requested General Liability Personal Injury Liability Employee Benefits Liability Coverage

1. Pays expenses, including judgments and defense costs.

2. Provides coverage for care, custody, and control.

3. Includes incidental medical malpractice.

4. Provides coverage for libel, slander, defamation of character, assault, athletic injuries, premises liability, advertising liability, completed operations liability, and products liability. Sexual harassment including student to student and employee to student, abuse, and molestation alleging bodily injury must be covered. Corporal punishment claims alleging bodily injury must be covered.

5. Limits of liability:

$2,000,000 General Aggregate Limits $2,000,000 Completed Operations Liability $1,000,000 Personal and Advertising Injury $1,000,000 per Occurrence

6. Provides protection for elected officials, appointed board members, administrators, teachers, student teachers, and all other employees (including volunteers) who were, are, or shall be employed by the district.

7. Claims arising out of the negligent act, error, or omission of the district and/or its employees relative to the administration of employee benefits programs must be covered.

8. Deductible: $10,000 and $25,000

9. Loss Information: Exhibit D. LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – SPECIFICATIONS – page 15 RFP #2506-17

Lewisville ISD Property Casualty Program Requested Blanket Crime Coverage

1. Coverage will include employee dishonesty, loss inside and outside the premises for money and securities and faithful performance on a blanket basis.

2. Theft, Disappearance, and Destruction Coverage Form: Limit - $50,000

3. Public Employee Dishonesty (per loss) Limit - $50,000

4. Deductible: quote $500 and $1,000

5. Loss Information: Exhibit D. LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – SPECIFICATIONS – page 16 RFP #2506-17

Lewisville ISD Property Casualty Program Requested Professional Legal Liability Coverage

1. Provides protection for elected officials, appointed board members, administrators, teachers, student teachers, and all other employees (including volunteers) who were, are, or shall be employed by the district.

2. Limits of Liability: quote $3,000,000 per occurrence and $3,000,000 aggregate.

3. Deductibles: quote $10,000, $25,000 and $50,000.

4. The company will pay all sums which the Insured shall become legally obligated to pay on any claims first made against them during the policy period. Full prior acts coverage is necessary.

5. The company shall defend civil suits against the Insured alleging Wrongful Act, including but not limited to Civil Rights-Section 1983, discrimination, and sexual harassment, abuse, and/or molestation.

6. A claim shall include demand received by the Insured for money, services or nonpecuniary relief. This shall include the service of suit or institution of arbitration proceedings against the Insured.

7. Claims expenses shall include lawyer's fees and all other fees, costs, and expenses arising from defense of any claim. Please state whether these are inside or outside policy limits.

8. The company will pay all premiums on bonds to release attachments for any amount not in excess of applicable limit of liability of the policy.

9. Claims arising out of corporal punishment/student discipline/special education must be covered.

10. Cancellation by either the bidding organization or Lewisville ISD will be within thirty (30) days written notice or ten (10) days in the case of nonpayment.

11. Please provide an explanation of any Prior Acts coverage and how an Extended Discovery Period will be quoted.

12. Loss Information: Exhibit D.

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – SPECIFICATIONS – page 17 RFP #2506-17

Lewisville ISD Property Casualty Program Proposal Questionnaire

Professional Legal Liability

Please respond to the following coverage questions regarding School Professional Legal Liability (be very specific in your response as to whether the following are covered, excluded, or silent); (if there are any limits please state those limits): a. Administrative proceedings, OCR hearings, Special Education hearings or mediation; b. Student to Student sexual abuse or molestation; c. Discrimination claims by students; d. Injury arising out of breach of a written, oral, or implied contract or agreement; e. Breach of employment contract; f. Punitive, exemplary, and liquidated damages; g. Claims arising out of mental anguish or emotional distress; h. Attorney fees – outside or inside the limit of liability.

These responses must be included with the School Professional Legal Liability Proposal Form. The questionnaire must be signed and dated by both the Company and the Agent making the proposal. LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – SPECIFICATIONS – page 18 RFP #2506-17

Lewisville ISD Property Casualty Program Requested Automobile Liability and Physical Damage Coverage

1. Minimum liability limits and coverages desired:

2. Bodily injury and Property damage - $1,000,000 Combined Single Limits.

3. Hired and non-owned vehicle coverage.

4. Physical Damage coverage: Comprehensive with collision coverage is required for 2013-2017 vehicles.

5. Automatic Coverage: Subject to audit, it is agreed that automatic coverage is provided for substitute and newly acquired automobiles (cars, trucks, trailers, and buses) for the same coverages provided for all similar type automobiles.

6. Personal Injury Protection and Uninsured/Underinsured Motorist coverages are not requested because of Texas Attorney General's opinion, #H-602, however they may be proposed as an alternate.

7. Schedule of vehicles and values: Exhibit C.

8. Loss information: Exhibit D. LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – SPECIFICATIONS – page 19 RFP #2506-17

Lewisville ISD Property Casualty Program Requested Boiler and Machinery Coverage

1. Comprehensive coverage.

2. Policy limit of $600,000,000 per accident should be bid.

3. Quote deductible of $5,000 for all objects except refrigerating systems and their components, 300 Horsepower and larger. Quote deductibles of $10,000 and $25,000 for refrigerating systems and their components, 300 Horsepower and larger.

4. Basis of recovery: repair or replacement.

5. Stipulated time for repair or replacement will be 18 months.

6. Expediting expenses of $25,000.

7. Water damage limits of $25,000.

8. Ammonia Contamination limits of $25,000.

9. Hazardous substance limits of $25,000.

10. Demolition increased cost of construction of $1,000,000.

11. Loss Information: Exhibit D.

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – SPECIFICATIONS – page 20 RFP #2506-17

Lewisville ISD Property Casualty Program Security Insurance

Please provide a quote for comprehensive coverage and coverage details for the following cyber security insurance options:

(A) Information Security & Privacy Liability Coverage

(B) Privacy Notification Costs Coverage

(C) Regulatory Defense and Penalties Coverage

(D) Website Media Content Liability Coverage

(E) Cyber Extortion Coverage

(F) First Party Data Protection Coverage

(G) First Party Network Business Interruption Coverage

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – PRICING – page 21 RFP #2506-17

Lewisville ISD Property Casualty Program Proposal Form

Property and Contents

Deductible $100,000:

Total Cost $:______

Deductible $125,000:

Total Cost $:______

Deductible $150,000:

Total Cost $:______

Is this an all risks or named perils policy?

Is this a blanket values or scheduled policy?

What is the coinsurance percentage?

Did you include extra expense due to code enforcement?

How much?

Is there a separate deductible for wind and hail?

How much?

Insurance Company

Address

City , State Zip

Current AM Best Rating

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – PRICING – page 22 RFP #2506-17

Lewisville ISD Property Casualty Program Proposal Form

Contractors Equipment (Inland Marine Policy)

Deductible $250: Total Cost $:______

Deductible $500: Total Cost $:______

Insurance Company

Address

City , State Zip

Current AM Best Rating

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – PRICING – page 23 RFP #2506-17

Lewisville ISD Property Casualty Program Proposal Form

General Liability Personal Injury Liability Employee Benefits Liability

Deductible $1,000 Total Cost $:______

Deductible $5,000 Total Cost $:______

Deductible $10,000 Total Cost $:

Includes incidental medical malpractice?

Provides coverage for libel, slander, defamation of character?

Provides coverage for sexual harassment – student on student, teacher on student, abuse, molestation alleging bodily injury?

Includes employee benefits administration coverage?

Insurance Company

Address

City , State Zip

Current AM Best Rating LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – PRICING – page 24 RFP #2506-17

Lewisville ISD Property Casualty Program Proposal Form

Blanket Crime Coverage

Deductible $500: Total Cost $:______

Deductible $1,000: Total Cost $:______

Deductible $10,000 Total Cost $:

Does the policy cover mysterious disappearance?

Insurance Company

Address

City , State Zip

Current AM Best Rating LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – PRICING – page 25 RFP #2506-17

Lewisville ISD Property Casualty Program Proposal Form

Professional Legal Liability Deductible $5,000 Total Cost $:______

Deductible $10,000 Total Cost $:______

Deductible $25,000 Total Cost $:

Professional Legal Liability

Please respond to the following coverage questions regarding School Professional Legal Liability (be very specific in your response as to whether the following are covered, excluded, or silent); (if there are any limits, please state those limits): a. Representation for the District at administrative proceedings, OCR hearings, Special Education hearings or mediation; b. Student to Student or teacher to student sexual abuse or molestation; c. Discrimination claims by students; d. Injury arising out of breach of a written, oral, or implied contract or agreement; e. Breach of employment contract; f. Punitive, exemplary, and liquidated damages; g. Claims arising out of mental anguish or emotional distress. h. Claims arising out of corporal punishment and/or student discipline

I. Are legal fees (attorney costs) excluded from the limit or included in the limit of liability?

Insurance Company

Address

City , State Zip

Current AM Best Rating

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – PRICING – page 26 RFP #2506-17

Lewisville ISD Property Casualty Program Proposal Form

Automobile Liability

Deductible $0.00 Total Cost $:

Deductible $250 Total Cost $:

Deductible $1,000 Total Cost $:

Auto Physical Damage Coverage

Comprehensive

Deductible $250 – Deductible Deductible $25 - Mischief or Vandalism

Total Cost $:

Collision

Deductible $1,000

Total Cost $:

Does the policy provide for automatic coverage?

Insurance Company

Address

City , State Zip

Current AM Best Rating

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – PRICING – page 27 RFP #2506-17

Lewisville ISD Property Casualty Program Proposal Form

Boiler and Machinery

Deductible - under 300 HP $5,000 Deductible - over 300 HP $10,000

Total Cost $:______

Deductible - under 300 HP $5,000 Deductible - over 300 HP $25,000

Total Cost $:______

Insurance Company

Address

City , State Zip

Current AM Best Rating

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – PRICING – page 28 RFP #2506-17

Lewisville ISD Property Casualty Program Proposal Form

(A) Comprehensive coverage for Information Security & Privacy Liability Coverage

Limit:

Deductible:

(B) Privacy Notification Costs Coverage

Limit:

Deductible:

(C) Regulatory Defense and Penalties Coverage

Limit:

Deductible:

(D) Website Media Content Liability Coverage

Limit:

Deductible:

(E) Cyber Extortion Coverage

Limit:

Deductible:

(F) First Party Data Protection Coverage

Limit:

Deductible:

(G) First Party Network Business Interruption Coverage

Limit:

Deductible:

Insurance Company

Address

City , State Zip

Current AM Best Rating

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 29 RFP #2506-17

EXHIBIT A

PROPERTY AND CONTENTS VALUES

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 30 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 31 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 32 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 33 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 34 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 35 RFP #2506-17

TECHNOLOGY ASSETS

Active Technology Inventory Assets District Wide Various $81,208,380 Switches Cisco 3750 - 21 $168,000 Cisco 3850 -251 $2,080,000 Cisco 4510 -76 $4,180,000 Access Points Cisco 3602 - 5932 $5,930,000 Voice Gateways Cisco 2911 -16 $96,000 Cisco 4331 -5 $30,000 Phones Cisco/Avaya – 8172 $2,043,000 UPS’s APC8000 - 76 $235,600 APC2200 - 240 $264,000 Intercom Quantum - 69 $2,070,000

Estimated Total Technology Assets Value - $98,304,980

INSTRUMENT ASSETS

Estimated Band Instrument Assets - $7,215,355 Estimated Orchestra Instrument Assets - $1,295,390

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 36 RFP #2506-17

EXHIBIT B

INLAND MARINE SCHEDULE

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 37 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 38 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 39 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 40 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 41 RFP #2506-17

EXHIBIT C

AUTO SCHEDULE

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 42 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 43 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 44 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 45 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 46 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 47 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 48 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 49 RFP #2506-17

EXHIBIT D

LOSS INFORMATION

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 50 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 51 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 52 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 53 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 54 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 55 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 56 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 57 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 58 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 59 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 60 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 61 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 62 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 63 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 64 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 65 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 66 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 67 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 68 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 69 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 70 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 71 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 72 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 73 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 74 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 75 RFP #2506-17

EXHIBIT E

STADIUM INSPECTIONS

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 76 RFP #2506-17

Lewisville ISD uses Sunland Group to perform inspections on all outdoor and indoor bleachers every other year on an alternating between interior gym bleachers and exterior stadium bleachers. Lewisville ISD Facility Services staff performs an annual bleacher inspection on the same systems in the years they are not inspected by Sunland Group. This assures that all bleachers are inspected annually.

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 77 RFP #2506-17

EXHIBIT F

PREMIUM HISTORY

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 78 RFP #2506-17

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PROPOSAL - PROPERTY & CASUALTY INSURANCE PROGRAM – EXHIBITS – page 79 RFP #2506-17