REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO

Similar documents
REQUEST FOR PROPOSAL (RFP)

WRIGHT CITY R-II SCHOOL DISTRICT REQUEST FOR PROPOSAL Wright City West Elementary School Teacher Desks and Chairs June 27, 2018

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

KANSAS CITY PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR AUDIT SERVICES

PLEASANTVILLE HOUSING AUTHORITY

Submitter shall provide the following services: A. SCOPE OF SERVICES: Professional Engineering Services - Construction Services

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

SOMERSET COUNTY INSURANCE COMMISSION

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

LEGAL NOTICE REQUEST FOR PROPOSAL SEALED PROPOSAL For CONSULTANT FOR MISSOURI RIVER VEHICLE FERRY FEASIBILITY STUDY. For

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

St. George CCSD #258

Champaign Park District: Request for Bids for Playground Surfacing Mulch

GUILFORD COUNTY SCHOOLS Invitation for Bids

West Ridge Park Ballfield Light Pole Structural Assessment

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

Request for Proposal # Postage Meter Lease & Maintenance Service

REQUESTS FOR PROPOSALS

CITY OF O FALLON, MISSOURI REQUEST FOR PROPOSALS RFP NUMBER DOCUMENT SCANNING. September 15, 2017

Request for Proposal Data Network Cabling

TOWNSHIP OF BLOOMFIELD STANDARDIZED SUBMISSION REQUIREMENTS FOR PROFESSIONAL SERVICES INFORMATION FOR PROFESSIONAL SERVICES ENTITIES

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

COUNTY OF COLE JEFFERSON CITY, MISSOURI

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

CONTRACT FOR SERVICES RECITALS

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR ANIMAL CONTROL OFFICER FOR THE BOROUGH OF TOTOWA

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA

REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study

BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES

PROPOSALS MUST BE RECEIVED BY: 10:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

City of Bowie Private Property Exterior Home Repair Services

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

MO # RE:

TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

LEGAL NOTICE REQUEST FOR QUALIFICATIONS RFQ For CONSULTANT SERVICES CMAQ-5414(632) ST. CHARLES COUNTY GOVERNMENT ST.

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

City of Loveland, Ohio

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

Educational Service Unit #3 REQUEST FOR PROPOSAL INSTRUCTIONS GENERAL CONDITIONS AND SPECIFICATIONS FOR:

Request for Proposal # Executive Recruitment Services

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE:

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL

Request for Proposal For Scrap Metal Removal

West Hartford Housing Authority Request for Proposals (RFP) HQS Services

RFP GENERAL TERMS AND CONDITIONS

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

ADVERTISEMENT FOR BIDS. Water Plant Backup Generators City of Kearney, MO

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

PROPOSALS MUST BE RECEIVED BY: 11:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019

Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048

TOWNSHIP OF PEQUANNOCK. REQUEST FOR PROPOSALS for PROFESSIONAL SERVICES 2018 FEMA FMA HOME ELEVATION GRANT APPLICATION

GUTTENBERG HOUSING AUTHORITY

Texas Automobile Insurance Plan Association (TAIPA) Request for Proposal for Actuarial Services

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

REQUEST FOR SEALED PROPOSALS

REQUEST FOR PROPOSAL Compensation Consulting

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

REQUEST FOR QUALIFICATIONS

INFORMATION FOR BID. Tee Shirts (School Nutrition)

CITY OF UNION CITY REQUEST FOR PROPOSALS FOR FERAL CAT SPAYING AND NEUTERING SERVICES FOR THE CITY OF UNION CITY

REQUEST FOR QUALIFICATIONS/PROPOSALS CHESAPEAKE COLLEGE (RFQ/RFP) INSURANCE BROKER SERVICES FOR PROPERTY AND CASUALTY PROGRAM

TOWN OF HARRISON PLANNING BOARD PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT JANUARY 1, 2019 THROUGH DECEMBER 31, 2019

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

Cheyenne Wyoming RFP-17229

Request for Proposal CNC Mill For the Rockville High School

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

Transcription:

REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO. 018-017 NOTICE The Liberty Public School District #53 (District) will accept proposals for video interviewing software as described in the attached request. Qualified organizations (Respondent) are invited to submit six (6) copies of a proposal as described herein. PROPOSAL SHALL BE LABELED PROPOSAL-VIDEO INTERVIEWING SOFTWARE AND ADDRESSED TO: Jason Breit, Director of Purchasing Liberty Public School District #53 801 Kent Street Liberty, MO 64068 PROPOSAL MUST BE RECEIVED BY: 1:00 PM CST, Thursday, December 7, 2017 Questions may be directed to Jason Breit Phone: 816-736-5358 Email: jason.breit@lps53.org General District Information www.lps53.org

TABLE OF CONTENTS Certification Form Part I: Introduction and Process 1) Purpose 2) Information and Clarification About the District 3) Specifications 4) Timeline for Process 5) Selection Criteria 6) Review Process Part II: Instructions to Respondents 1) Qualifications 2) Submitting a Response 3) Felony Conviction Notification 4) Federal Work Authorization Program (E-Verify) Addendum 5) Federal work Authorization Program Affidavit Part III: General Conditions-Responses and Subsequent Contracts 1) Scope 2) Definitions 3) Completing Proposal 4) Request for Information 5) Confidentiality of Proposal Information 6) Submission of Proposal 7) Negotiation 8) Termination 9) Tax Exemption 10) Safety 11) Rights Reserved 12) Respondent Prohibited 13) Disclaimer of Liability 14) Hold Harmless 15) Law Governing 16) Anti-Discrimination Clause 17) Conflict of Interest 18) Insurance 19) Costs Page 2 of 17

LIBERTY PUBLIC SCHOOL DISTRICT NO. 53 REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO. 018-017 CERTIFICATION FORM The Liberty Public School District #53 (District) will accept proposals for video interviewing software as described in the attached request. Qualified organizations (Respondent) are invited to submit six (6) copies of a proposal as described herein. PROPOSALS SHALL BE LABELED PROPOSAL-VIDEO INTERVIEWING SOFTWARE AND ADDRESSED TO: Jason Breit, Director of Purchasing Liberty Public School District #53 801 Kent Street Liberty, MO 64068 PROPOSALS MUST BE RECEIVED BY: 1:00 PM CST, Thursday, December 7, 2017 The Liberty Public School District reserves the right to reject any and all proposals, to waive technical defects, and to select the proposal deemed most advantageous to the District. The undersigned certifies that he/she has the authority to bind this company in an agreement to supply the service or commodity in accordance with all terms and conditions specified herein. Please type or print the information below. Respondent is required to complete, sign and return this form with the proposal. Company Name City/State/Zip Print Name Signature Telephone # Fax # Date Tax ID# E-Mail Entity Type Page 3 of 17

PART I: INTRODUCTION AND PROCESS 1. PURPOSE The Liberty Public School District No. 53 is seeking to establish a contract for a fully-featured video interviewing software designed to assist the district in finding the most qualified applicants for a variety of positions in a fastpaced, large, suburban school district. Vendors must be qualified and experienced in providing a software and implementation solution that will be intuitive to understand and easy to navigate. 2. INFORMATION AND CLARIFICATION ABOUT THE DISTRICT Organization Seven Director School District Schools Early Childhood Center Pre-K Eleven Elementary Schools K-5 Four Middle Schools 6-8 Two High Schools 9-12 Enrollment, October 2017 Early Childhood Center 235 Elementary 5,542 Middle School 3,086 High School 3,700 TOTAL 12,563 Total Staff Administrative Staff 76 Support Staff 662 Teacher Staff 897 TOTAL 1,635 For more information about the District, visit our website www.lps53.org Page 4 of 17

3. SPECIFICATIONS Functional Requirements General Requirements 1. Able to create custom questions in one-way interviewing 2. Able to create and receive unlimited interviews 3. Able to share videos with hiring managers 4. Ability for live two-way interviewing 5. Able to record and save two-way video interviews 6. Capable of screen sharing functionality in two-way interviews 7. A browser base platform 8. Ability to invite multiple people at different locations in two-way interviews 9. Able to integrate software with applicant tracking system. Specifically TalentEd/Recruit & Hire. PeopleAdmin tools. 10. Able to create workflows 11. Ability for applicants to respond in a variety of formats 12. Able to adjust candidate response times to interview questions 13. Ability to support the demands of a large school district with thousands of applications 14. Unlimited user licenses 15. System must be intuitive and require minimal training for principals/hiring managers Consultant Training and Support 1. Standard implementation is completed via a 1 on 1 train the trainer model with a single point of contact. 2. Vendor values customer service at the highest level and exemplifies that through the implementation process in addition to ongoing support. 3. End-to-end implementation, training and adoption strategies. 4. Extensive reference manuals and online tutorials. 5. An account manager to remain directly available to CFISD throughout and post implementation for the term of the contract and extensions. 6. Exclusive and active online client community that answers questions, shares templates, best practices, and other resources. 7. Contractor must provide applicant tracking consulting. 8. Contractor must provide on-line training sessions. 9. Customer support must be available twenty-four (24) hours a day, seven (7) days a week with guaranteed twenty-four (24) hour response time and immediate emergency support. TECHNICAL REQUIREMENTS Basic Requirements 1. Email - If the system needs to utilize CFISD email, it must communicate. 2. System Interfaces - The system must support secure, encrypted interfaces with existing CFISD used systems. 3. Browser - The systems must be browser neutral. 4. LDAP Compliant preferred. Program language crossover version. Page 5 of 17

5. Vendor should provide notification of upgrade options and allow District to control when upgrades or patches are deployed. 6. Evidence of backwards conforming capabilities. Compatible with software requirements moving forward. The remainder of this page has been left blank intentionally. Page 6 of 17

4. PRICE PROPOSAL FORM The Proposer is to provide information and pricing for all items listed below. Item # Description Implementation Cost Recurring Fees 1 Functional Requirements $ $ 2 Technical Requirements $ $ Additional Added Value Service Cost Options. Proposer is not required to complete this section. Proposer must indicate the type of service and any requirements. Optional pricing may be considered in the evaluation Item # Description Implementation Cost Recurring Fees 3 $ $ 4 $ $ 5 $ $ 6 $ $ Calendar days to complete this project with Project Plan and Calendar. Total project = Days Is pricing per student/enrollment or a flat fee? Page 7 of 17

5. PROPOSAL RESPONSE Additional Features Indicate by including X in the appropriate checkbox below, if the feature is available. Features and Criteria YES NO Functional Requirements General Requirements 1. Able to create custom questions in one-way interviewing 2. Able to create and receive unlimited interviews 3. Able to share videos with hiring managers 4. Ability for live two-way interviewing 5. Able to record and save two-way video interviews 6. Capable of screen sharing functionality in two-way interviews 7. A browser base platform 8. Ability to invite multiple people at different locations in two-way interviews 9. Able to integrate software with applicant tracking system. Specifically TalentEd/Recruit & Hire. PeopleAdmin tools. 10. Able to create workflows 11. Ability for applicants to respond in a variety of formats 12. Able to adjust candidate response times to interview questions 13. Ability to support the demands of a large school district with thousands of applications 14. Unlimited user licenses 15. System must be intuitive and require minimal training for principals/hiring managers Consultant Training and Support 1. Standard implementation is completed via a 1 on 1 train the trainer model with a single point of contact. 2. Vendor values customer service at the highest level and exemplifies that through the implementation process in addition to ongoing support. 3. End-to-end implementation, training and adoption strategies. 4. Extensive reference manuals and online tutorials. 5. An account manager to remain directly available to CFISD throughout and post implementation for the term of the contract and extensions. 6. Exclusive and active online client community that answers questions, shares templates, best practices, and other resources. 7. Contractor must provide applicant tracking consulting. 8. Contractor must provide on-line training sessions. 9. Customer support must be available twenty-four (24) hours a day, seven (7) days a week with guaranteed twenty-four (24) hour response time and immediate emergency support. Technical Requirements Basic Requirements 1. Email - If the system needs to utilize CFISD email, it must communicate. 2. System Interfaces - The system must support secure, encrypted interfaces with existing CFISD used systems. 3. Browser - The systems must be browser neutral. 4. LDAP Compliant preferred. Program language crossover version. 5. Vendor should provide notification of upgrade options and allow District to control when upgrades or patches are deployed. 6. Evidence of backwards conforming capabilities. Compatible with software requirements moving forward. Page 8 of 17

6. TIMELINE FOR PROCESS The timeline listed below is the District s estimation of time required to complete the process. All efforts shall be made to abide by this schedule; however, it is subject to change if necessary. Request for Proposals Issued November 9, 2017 Company Questions due to District November 30, 2017 Proposals Due December 7, 2017, by 1:00 PM CST Recommendation to Board 1 st Read December 19, 2017 Recommendation to Board 2 nd Read January 16, 2018 Notice to Proceed January 17, 2018 Target Go Live Date February 1, 2018 Communication with selection team members is limited to the respondent question period that closes November 30, 2017. Communication with Board members and/or other District staff in an effort to influence the outcome of the RFP selection process is prohibited and will result in rejection of the Company s proposal. 7. SELECTION CRITERIA All proposals will be evaluated on the following criteria: Prior comparable experience 0 25 Fees 0 25 Company s organization, size, structure 0 20 Qualifications of personnel assigned to work with the district 0 20 Responsiveness of the written proposal 0 10 Proposals will be evaluated to determine which proposal best meets the needs of the District. Evaluation considerations will include the following: Prior comparable experience, the Company's organization, size, and structure, qualifications of personnel assigned to work with the District, responsiveness of the written proposal, and fees. While a significant factor, cost will not be a dominant factor. Cost will be particularly important when all the other evaluation criteria are relatively equal. 8. REVIEW PROCESS Following the submittal deadline, the selection committee shall evaluate the proposals. The period of evaluation of the proposals may be extended. Companies will be evaluated according to their response to the Request for Proposal. The committee will create a short list of Companies and may invite the selected Companies to a presentation. Should interviews be needed in order to determine an award, each team will be allowed 45 minutes for the interview and questions and answers. Thirty minutes will be allotted for transition between interviews. The order of the interviews will be determined by random selection. Companies will be limited to four team members at the interview. Those attending should be the team members who will be assigned to the project. One or two Companies may be invited to meet with the Board of Education. Selection of a Company is anticipated to be at the regular meeting of the Board of Education on Tuesday, January 16, 2018. Page 9 of 17

PART II: INSTRUCTIONS TO RESPONDENTS 1. QUALIFICATIONS In addition to the signed Certification Form, the following information shall be included in the proposal: A. Basic Information: a) Name of Company b) The history, size and organization of the Company c) Direct mailing address d) Overview of Company history B. Company Personnel Profile: a) A list of specific staff who will be working with the District b) Individual qualifications c) Area(s) of expertise C. Company Experience Profile: a) Description of the Company s experience in public education D. Sample Agreement: a) A copy of the formal agreement you may recommend between your Company and the District E. Conflict of Interest: a) Potential conflict of interest statements F. References: a) Include contact name and email address or telephone number b) List of districts within the last five years for which the Company has provided service, indicate whether any of the districts have ceased their relationship with the Company, and a brief explanation why the relationship was terminated G. Insurance: a) A statement of insurance coverage H. Proposed Fee Structure: a) A proposed fee structure for the performance of services See 4. Price Proposal Form I. Partner Companies: a) Explanation of services to be provided by partner Companies (what areas of service and what percent of overall service to be performed by someone outside your Company) J. Include a two paragraph executive summary of rationale describing why your Company should be selected by the District. K. Felony Conviction Notification Form L. Federal Work Authorization Program (E-Verify) Addendum Form M. Federal Work Authorization Program Affidavit Form Page 10 of 17

2. SUBMITTING A RESPONSE In submitting a proposal, the Respondent agrees to provide the services outlined in the proposal according to the fee structure enumerated in the same proposal. The successful Respondent will provide a Letter of Engagement for District approval which enumerate the terms of the agreement. The District reserves the right to terminate the relationship with the Respondents at any time and for any reason. During the agreement, the District reserves the right to utilize the services of another Company if the District determines it is in its best interest. Commencement of services shall be as soon as possible after the District Board of Education approves the proposal with the successful Respondent. The response shall follow the outline above and be concise. Failure to follow instructions may nullify the response from consideration. To be considered for selection, respondents should clearly limit responses to the specific criteria in the order listed. No joint responses (proposals) will be accepted by the District. The deadline for submitting the response shall be in accordance with the notice. Proposals received after this date and time will not be considered. Telephone, facsimile, electronic or electronic modification of proposals will not be considered. The District is not responsible for lateness or non-delivery by the United States Postal Service or other carrier to the District. The time and date recorded by the District shall be the official time of receipt. Page 11 of 17

FELONY CONVICTION NOTIFICATION The person or business entity that enters into an agreement with this 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. The district may terminate this agreement with a person or business entity if the District determines that the person or business entity failed to give notice by the next preceding subsection, or misrepresented the conduct resulting in the conviction. The District will compensate the person or business entity for services performed before the termination of the agreement. By submitting this offer and signing this certificate, this bidder: Certifies that the owner/operator has not been convicted of a felony, except as indicated on a separate attachment to this offer, and Certifies that no employee who will enter school buildings or potentially have contact with school children has been convicted of any felony or a misdemeanor involving violence or sexual contact or sexual abuse. It shall be the duty of the vendor to conduct the appropriate background checks on its employees and vendor agrees to share this information with the District upon request. Vendor Name: Vendor Address: Vendor E-mail Address: Vendor Telephone: Fax Number: Authorized Company Official s Name: (Printed) Signature of Company Official: Date: Page 12 of 17

FEDERAL WORK AUTHORIZATION PROGRAM ( E-VERIFY ) ADDENDUM Pursuant to Missouri Revised Statute 285.530, all business entities awarded any contract in excess of five thousand dollars ($5,000) with a Missouri public school district must, as a condition to the award of any such contract, be enrolled and participate in a federal work authorization program with respect to the employees working in connection with the contracted services being provided, or to be provided, to the District (to the extent allowed by E-Verify). In addition, the business entity must affirm the same through sworn affidavit and provision of documentation. In addition, the business entity must sign an affidavit that it does not knowingly employ any person who is an unauthorized alien in connection with the services being provided, or to be provided, to the District. Accordingly, your company: a) agrees to have an authorized person execute the attached Federal Work Authorization Program Affidavit attached hereto as Exhibit A and deliver the same to the District prior to or contemporaneously with the execution of its contract with the District; b) affirms it is enrolled in the E-Verify (formerly known as Basic Pilot ) work authorization program of the United States, and are participating in E-Verify with respect to your employees working in connection with the services being provided (to the extent allowed by E-Verify), or to be provided, by your company to the District; c) affirms that it is not knowingly employing any person who is an unauthorized alien in connection with the services being provided, or to be provided, by your company to the District; d) affirms you will notify the District if you cease participation in E-Verify, or if there is any action, claim or complaint made against you alleging any violation of Missouri Revised Statute 285.530, or any regulations issued thereto; e) agrees to provide documentation of your participation in E-Verify to the District prior to or contemporaneously with the execution of its contract with the District (or at any time thereafter upon request by the District), by providing to the District an E-Verify screen print-out (or equivalent documentation) confirming your participation in E-Verify; f) agrees to comply with any state or federal regulations or rules that may be issued subsequent to this addendum that relate to Missouri Revised Statute 285.530; and g) agrees that any failure by your company to abide by the requirements a) through f) above will be considered a material breach of your contract with the District. By: (signature) Printed Name and Title: For and on behalf of: (company name) Page 13 of 17

FEDERAL WORK AUTHORIZATION PROGRAM AFFIDAVIT I,, being of legal age and having been duly sworn upon my oath, state the following facts are true: 1. I am more than twenty-one years of age; and have first-hand knowledge of the matters set forth herein. 2. I am employed by (hereinafter Company ) and have authority to issue this affidavit on its behalf. 3. Company is enrolled in and participating in the United States E-Verify (formerly known as Basic Pilot ) federal work authorization program with respect to Company s employees working in connection with the services Company is providing to, or will provide to, the District, to the extent allowed by E-Verify. 4. Company does not knowingly employ any person who is an unauthorized alien in connection with the services the Company is providing to, or will provide to, the District. FURTHER AFFIANT SAYETH NOT. By: (individual signature) For (company name) Title: Subscribed and sworn to before me on this day of, 200. My commission expires: NOTARY PUBLIC Page 14 of 17

PART III: GENERAL CONDITIONS-RESPONSES & SUBSEQUENT CONTRACTS 1. SCOPE: The following terms and conditions shall govern the submission of proposals and subsequent contracts. 2. DEFINITIONS AS USED HEREIN: a. The term "request for proposal or RFP means a solicitation of a formal, sealed proposal. b. The term "respondent" or Company means the person or entity submitting a formal sealed proposal. c. The term "District" means Liberty Public School District No. 53. d. The term "School Board" means the governing body of the District. e. The term "contractor" means the respondent awarded a contract under this proposal. 3. COMPLETING PROPOSAL: All information must be legible. Any and all corrections and/or erasures must be initialed. Each proposal must be signed in ink by an authorized representative of the respondent and required information must be provided. The contents of the proposal submitted by the successful respondent will become a part of any contract award as a result of this solicitation. 4. REQUEST FOR INFORMATION: Any requests for clarification of additional information deemed necessary by any respondent to present a proper proposal shall be made in accordance with the timeline. All requests will be responded to in writing by the District in the form of an addendum addressed to all prospective respondents. Verbal responses and/or representations shall not be binding on the District. 5. CONFIDENTIALITY OF PROPOSAL INFORMATION: All proposals and supporting documents will remain confidential until a final contract has been executed. All responses become the property of Liberty Public School District No. 53 and will be part of public record. 6. SUBMISSION OF PROPOSAL: Proposals are to be sealed and submitted prior to the date and time indicated on the Certification Form. At such time, all proposals received will be formally opened. The opening will consist of only the name and address recording of respondents. Proposals received after the date and time indicated on the Certification Form shall not be considered. Proposals may be withdrawn or modified in writing prior to the proposal submission deadline. Proposals that are resubmitted or modified must be sealed and submitted prior to the proposal submission deadline. Each respondent may submit only one (1) response to this proposal. 7. NEGOTIATION: The District reserves the right to negotiate any and all elements of this proposal. The District will attempt to negotiate and contract for services described in this solicitation with the most qualified Company(s). If an agreement cannot be reached, there will be an attempt to negotiate a contract with the next most qualified Company(s). This process will continue until an agreement is reached. 8. TERMINATION: Subject to the provisions below, any contract derived from this Request For Proposal may be terminated by either party upon thirty (30) days advance written notice to the other party; but if any work or service hereunder is in progress, but not completed as of the date of termination, then said contract may be extended upon written approval of the District until said work or services are completed and accepted. (a) TERMINATION FOR CONVENIENCE In the event that the contract is terminated or cancelled upon request and for the convenience of the District, without the required thirty (30) days advance written notice, then the District shall negotiate reasonable termination costs, if applicable. (b) TERMINATION FOR CAUSE Termination by the District for cause, default or negligence on the part of the contractor shall be excluded from the foregoing provision; termination costs, if any, shall not apply. The thirty (30) days advance notice requirement is waived in the event of Termination for Cause. Page 15 of 17

(c) TERMINATION DUE TO UNAVAILABILITY OF FUNDS When funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal year, the contract shall be cancelled and the contractor shall be reimbursed for the reasonable value of any nonrecurring costs incurred but not amortized in the price of the supplies or services delivered under the contract. 9. TAX EXEMPTION: The District and its Agencies are exempt from State and local sales taxes. Sites of all transactions derived from this proposal shall be deemed to have been accomplished within the State of Missouri. 10. SAFETY: All practices, materials, supplies, and equipment shall comply with the Federal Occupational Safety and Health Act, as well as any pertinent Federal, State and/or local safety or environmental codes. 11. RIGHTS RESERVED: The District reserves the right to reject any or all proposals, to waive any minor informality or irregularity in any proposal, and to make award to the response deemed to be most advantageous to the District. The District reserves the right to use the services of multiple Companies. 12. RESPONDENT PROHIBITED: Respondents are prohibited from assigning, transferring, conveying, subletting, or otherwise disposing of this proposal or any resultant agreement or its rights, title, or interest therein or its power to execute such agreement to any other person, company or corporation without the previous written approval of the District. 13. DISCLAIMER OF LIABILITY: The District, or any of its agencies, will not hold harmless or indemnify any respondent for any liability whatsoever. 14. HOLD HARMLESS: The contractor shall agree to protect, defend, indemnify, and hold the School Board, Liberty Public School District, its officers, commissions, employees and agents free and harmless from and against any and all losses, penalties, damages, settlements, costs, charges, professional fees or other expenses or liabilities of every kind and character resulting from the error, omission or negligent act of the contractor, its agents, employees or representatives, in the performance of the contractor's duties under any agreement resulting from award of this proposal. 15. LAW GOVERNING: All contractual agreements shall be subject to, governed by, and construed according to the laws of the State of Missouri. 16. ANTI-DISCRIMINATION CLAUSE: No respondent of this request shall in any way, directly or indirectly discriminate against any person because of age, race, color, handicap, sex, national origin, or religious creed. 17. CONFLICT OF INTEREST: The successful respondent shall not have conflicts of interest as to revenues derived from the results of tests or recommendations made on behalf of the Company. No salaried officer or employee of the District and no member of the School Board shall have a financial interest, direct or indirect, in this contract. A violation of this provision renders the contract void. The Contractor further covenants that in the performance of this contract no person having such interest shall be employed to work on this project. 18. INSURANCE: The contractor shall be required to maintain and carry in force, for the duration of the contract, insurance coverage of the types and minimum liability as set forth below: a. PROFESSIONAL LIABILITY Professional liability insurance protection must be carried by the contractor, for the duration of the contract, in the minimum amount of $1,000,000.00 each claim/$1,000,000.00 aggregate, including errors and/or omissions. b. COMMERCIAL GENERAL LIABILITY Limits: Each Occurrence: $ 1,000,000 Personal & Advertising Injury: $ 1,000,000 Products/Completed Operations Aggregate: $ 2,000,000 Page 16 of 17

General Aggregate: $ 2,000,000 Policy must include the following conditions: Contractual Liability Independent Contractors Additional Insured: Liberty Public School District c. AUTOMOBILE LIABILITY Policy shall protect the contractor against claims for bodily injury and/or property damage arising out of the ownership or use of any owned, hired and/or non-owned vehicle and must include protection for either: 1. All owned autos; hired autos; and non-owned autos Limits of auto liability insurance shall be the same as required in the Commercial General Liability section with the exception of the District being named as additional insured. d. WORKERS' COMPENSATION This insurance shall protect the contractor against all claims under applicable State Workers' Compensation Laws. The contractor shall also be protected against claims for injury, disease or death of employees which, for any reason, may not fall within the provisions of a Workers' Compensation Law. The policy limits shall not be less than the following: Workers' Compensation: Employer's Liability: Bodily Injury by Accident: Bodily Injury by Disease: Bodily Injury by Disease: Statutory $ 500,000 Each Accident $ 500,000 Policy Limit $ 500,000 Each Employee Before entering into contract, the successful respondent shall furnish to the District Purchasing Office a Certificate of Insurance verifying all of the foregoing coverage and identifying the District as an "additional insured" on both the general liability and automobile policies. This inclusion shall not make the District a partner or joint venture with the contract respondent in its operations hereunder. Prior to any material change or cancellation, the District will be given thirty (30) days advance notice by registered mail to the stated address of the certificate holder. Further, the District will be immediately notified of any reduction or possible reduction in aggregate limits of any such policy where such reduction, when added to any previous reductions, would exceed 10% of the aggregate. In the event of an occurrence, it is further agreed that any insurance maintained by the District, shall apply in excess of and not contribute with insurance provided by policies named in this contract. The certificate holder on the Certificate of Insurance shall be as follows: Liberty Public School District No. 53 8 Victory Lane Liberty, MO 64068 19. COSTS All costs incurred in the preparation of the response to this request for proposal shall be the sole responsibility of the respondent. Page 17 of 17