notice


[PDF]notice - Rackcdn.com000417b6df56f4ae5bbf-f6bd2cfeac0f4625637eac684e9e6a05.r25.cf1.rackcdn.com/...

4 downloads 212 Views 6MB Size

E

TEXAS DEPARTMENT OF INSURANCE CONTRACT FOR PROVISION OF AN INTERACTIVE EDUCATIONAL TOOL AND RELATED SERVICES By and between the TEXAS DEPARTMENT OF INSURANCE and PRESLEY DESIGN STUDIO, LLC Executed May jjg, 2013 TDI Contract No. 45400 13-4894-16

NOTICE:

Portions or the whole of this contract may be protected by and subject to restrictions based upon, patent, copyright, trademarks or trade secrets or the content may contain proprietary or confidential information or a claim by contractor of proprietary or confidential information. No person shall make a copy, duplicate, facsimile, scan, or in any manner or by any method copy, duplicate, scan or distribute a copy of this contract, or share with any unauthorized person, whether the whole or a part of the contract, without specific authorization from the Texas Department of Insurance 4gency CounseL

Contrau So. 45400 13489416

\

TEXAS DEPARTMENT OF INSURANCE CONTRACT FOR PROVISION OF AN INTERACTIVE EDUCATIONAL TOOL AND RELATED SERVICES By and between the TEXAS DEPARTMENT OF INSURANCE and PRESLEY DESIGN STUDIO, LLC This contract for an interactive educational tool and related services (“contract”) is made by and between the TEXAS DEPARTMENT OF INSURANCE, an agency of the State of Texas, with its principal place of business located at 333 Guadalupe, Austin, Texas 78701, hereinafter referred to as “TDI,” and PRESLEY DESIGN STUDIO, a limited liability corporation, with its principal place of business located at 107 Water Street, Belton, Texas 76513, hereinafter referred to as “Contractor.”

Recitals On Wednesday, March 13, 2013, the Texas Department of Insurance (“TDI”) issued Request for Offers No. l3-MVB6l0l (“RFO”) to qualified firms or entities to provide an interactive educational tool and related services to TDI pursuant to Chapter 2157 of the Texas Government Code and 34 TAC §20.391: and Contractor submitted a timely offer in response to the RFO (“Offer”); and Following a re jew and evaluation of submitted proposals. TDI awarded contract to Contractor.

In consideration of the mutual covenants and agreements contained herein, the parties hereby agree as follows:

1

uthoraty

Thc authority for th s ontract an be 1 3und in Chapter 2157 of thc Texas Government Codc and 34 TAC §20.391. 2

Services

2.01. Services. C ontractor will pror ide to TDI all of the services and other deliverables as described in and in the manner required by the following documents (1) this three (3) page ontract (2) Exhibit A IDI’s Request for Offers No 13-MVB610l includina ‘\ddendum No Exi ibit B or ract) s Best and Fi a1 Offer ar d 3 F xhibit Co flractor 011cr Rc ons n lud ng (ontracto Oral P es ntatio i. arc I pr 17 ) 1

Texas Department of Insurance Contract No. 45400 13-489446 Interactive Educational Tool Page2of3

All of the above are attached to and incorporated as part of this Contract for all purposes. In the case of conflicts between this three (3) page contract and any of the exhibits, the following indicates the order of priority: (1) this three (3) page contract; (2) Exhibit A, TDI’s Request for Offers No. 13-MVB-6101, including Addendum No. 1; (2) Exhibit B, Contractor’s Best and Final Offer, and (3) Exhibit C, Contractor’s Offer Response, including Contractor’s Oral Presentation, dated April 17, 2013.

2.02. General Provisions. Contractor will provide services to TDI under this Contract in accordance with the requirements set forth in this Contract and as more specifically described in the RFO. Contractor will provide all other services reasonably related to the above services.

3.

Term

The initial term of this contract shall be from the date the contract is executed until August 31, 2013. TDI has the option in its sole discretion to renew this contract for up to three (3) additional one (1) year periods (September 1, 2013 through August 31, 2014; September 1, 2014 through August 31, 2015, and September 1, 2015 through August 31, 2016). In the event of such renewal, the scope of services, deliverable dates, and contract amount may be negotiated. Notwithstanding the termination or expiration of this contract, the provisions regarding indemnification, confidentiality, dispute resolution, intellectual property rights, audit rights, limitation of liability, tool development, limitation of distribution and warranties, shall survive the termination or expiration dates of this contract.

4.

Compensation

The total amount of this contract during the initial term shall not exceed SEVENTY THOUSAND NINETY AND NO/HUNDREDTHS DOLLARS, ($70,090.00). unless otherwise amended. The contract amount for any renewal periods shall be specified by written contract amendment signed by both parties. 5.

Certifications and &ffirmations

Contractor certifies that it is in compliance with the affirmations and certifications n the RFO, Section 1 3 and agrees to suci affirmations and ccrtifications 6.

Miscellaneous

b.O1. Multiple Original (.ontracts. I he partIes shall sign this contract in as many counterparts as ma reasonably be necessar. Each counterpart shall contain original sianatures of the parties and shall constitute an original, but together. all counterparts shall constitute only one (1) contract. 6.02. Headings. The paracraph and section headings used herein a d shall a e n legal forc or ffect what oes r

are

descriptie only

Texas l)epartmen: of lnurance Contract V0. 45300 i-’J9q-io Inzcractwe Educational Tool P:ee3 ‘13

7.

Sovereign Immunity

The parties agree and acknowledge that nothing contained in contractors proposal response or this contract shall in any manner be construed as a waiver of sovereign immunity or official immunity by TDI, its employees, or the state of Texas. TDI and the state of Texas retain all legal defenses and immunities available to each. TDI does not waive any privileges, rights, defenses, remedies, or immunities, available to TDI as an agency of the State of Texas or otherwise available to TDI. By the signatures below, including electronically submitted signatures, each signatory represents and warrants that they have the authority to enter into this Contract on behalf of the respective parties. The parties agree electronically submitted signatures are acceptable.

TEXAS DEPARTMENT OF INSURANCE

4

By

,

/7’

Karen A. Phillips Chief of Staff

Date:

4 / -

1

Date:

1 -Ii

çx E

TEXAS DEPARTMENT OF INSURANCE EXHIBIT A Contract No. 13-4894-16

Texas Department of Insurance Request for Offers No. 13-MVB-6101 including Addendum No. 1

____________________________________________ _____________________________________

________________________________________________ ___________________________________________________

Texas Department of Insurance REQUEST FOR OFFERS Posted to the Electronic State Business Daily Wednesday, March 13, 2013 All Respondents must complete the following: Company Name: Address: City/St/Zip: Phone No.: Fax No.: Tax Payer I.D, Number

Class/Item: Reference No,

Return by:

920-40, 915-01, 915-51, 915-96; 208-47, 209-48 13’MVB-6101 For Provision of an Interactive Educational Tool and Related services Thursday, March 28, 2013, at 2:00 p.m., Central Time -

NOTE: FAILURE TO PROPERLY COMPLETE AND SUBMIT A HUB SUBCONTRACTING PLAN WILL RESULT IN IMMEDIATE DISQUALIFICATION. General Instructions: Respondents must submit a response to this Request for Offer on or before the return by date and time. Pricing must be included. The Texas Department of Insurance reserves the right to negotiate pricing. The offer opening is open to the public. All costs associated or related to the delivery of any combination of the goods and/or services requested must be provided on this form. Proposals must be timedate stamped in the Texas Department of Insurance Service Center, located at 333 Guadalupe, Austin, Texas, Hobbs Building, Room 103 by no later than the hour and date specified for receipt of offers If ouri red or hand deliserd lobby security sign in and badging is required before proposals may be submitted t he Service Center Late responses will not be considered under any circumstances, Submit Responses to one of the following: Postal Service to: Hand Deliver or Fxpress 1ail to: U.S. rexas Department of Insurance Texas Department of Insurance Purchasing and Contract 4dministration Purchasing and Contract Administration &ttn: Martin V. Blair ttn: Martin V. Blair P.O. Box 149104 333 Guadalupe, Hobby Building Service 4ustin, Texas 78714-9104 Center, Room 103 Austin, Texas 78701

Each Response must shoss RFO number opening date and lime on return envelope

Texas Department of Insurance RFO No, 13..MVB-6101 Page 2 of 31

The Respondent’s authorized agent must sign below. By signing this response, Respondent certifies that if a Texas address is shown as the address of the Respondent, Respondent qualifies as a Texas Bidder as defined in 34 TAC 20.32<68). In addition, Respondent acknowledges that all information contained in the document is true and correct and acknowledges and represents that Respondent has read, acknowledges and accepts all requirements of this RFO. Failure to sign below will disqualify this response.

Authorized Signature

Title

Date

1.

Type of Solicitation:

Request for Offer (RFO)

2.

Issuing Office:

Texas Department of Insurance Purchasing and Contract Administration Office

3.

Responses Requested From:

Qualified Respondents

4.

Type:

Provision of an interactive educational tool and related services

5.

Responses to RFO:

Sealed Competitive Offers

6.

Deadline for Responses:

In Issuing Office No Later Than: See “Return by,” page 1

7.

Optional PreResponse Conference

No Conference will be held.

8.

Questions and Answers:

Deadline for Questions. All Questions must be in writing and emailed to Mjn.Blaitjjxas.ov by no later than Friday. March 15, 2013, at Th00 p.m., Central Time TDI will post questions and responses to questions on the Electronic State Business Daily by: Monday, March 18, 20l3 Telephone inquiries will not be accepted Questions may only be submitted by email Respondents are sold responsible for cr tying 1 DI s t mely erupt ol their questions by thc deadline specified above NOfE fDI will also accept alls and questions concerning how to wrrectly omplcac a HUB Subcontracting Plan Cuntat Martm V Blaia, Contract Specialist, (51 2j 322 4364, or email Martin Blair@ tditexayg

9.

0.

Contract, if any, resulting from RFO: dditional Requirements

Contract. See Exhibit

,

Sample Contract

_____________________________ ____________________________________ _______________________ ________________________________ ___________________________

_____

_______________ ___________ ______ _____________ ___________________ ________________ ___________________ ______ _____ ____

Texas Department of Insurance RFO No. 13-MVB-6101 Page 3 of 31

Initial contract term,

1,

Date of a ard

through project implementation/completion.

Maintenance/support, if required through August 31, 201 3

12.

TDI Optional Terms:

3 Additional one-year periods (September 1

13.

TDI Contact for this RFO:

Martin V. Blair. CTPM. CTCM. Contract E-mail: [email protected] Phone: (512) 322-4364

Faxed Responses:

Not Acceptable

14.

15.



August 3 I)

Specialist and Project Purchaser

Letters of Intent to

16.

Submit a Response:

Not Applicable

RFO General

Part Part

Organization

1. General Information 2.

Terms

and Conditions

Part 3. Statement of Work Part 4.

Respondent’s Response Format

Exhibit A. Sample Contract Exhibit B. TDI’s Technical Environment

Table of Contents

I. General Information

4

1.1. Introduction.

4

1.2.

General Terms.

4

1.3.

Respondent Affirmations and Certifications.

1

4. Preferences.

8

1 5 Response F valuation Process.

9

1 6. Acceptance ( riteria. 1.7 TN Contact Person

10 for RFO.

10

1.8. Contract %.dministration. 1.9. Monitoring and Ea1uation.

11 —

11

1.10.

Historicalh tiiderutilized Businesses HUBs.

1.12.

Submission of RFO Response.__________________________________ 12

1.13.

o TDI Obligations for Costs._____________________________________ 12

1.14.

Selected Respondent’s Obligations.

11

12

__________________________________________________ ____________________________________________ _______________________________________________ __________________________________________ __________________________________________ ________________________________________ ____________________________________ ___________________________ _________________

Texas I)epartinent of Insurance RFO No. 13-MVR-6101 Page 4 of 31

1.15,

Press Releases.

12

1.16.

Misunderstanding or Lack of Information.______________________

12

1.17.

Compliance

1.18.

Protest Procedure.

13

1.19.

Binding Effect of Proposal.

13

1.20.

Rejection of Offer and Cancellation of

1.21.

Right to Amend.

1.22.

Facsimile Response.

1.23.

Mail Preferred:

1.24.

Public Information.

with RFO

Modify.

TDI

12

Requirements.

RFO._______________________ 13

or Vithdra the

RFO.

13 13

Not Liable.___________________________________

13 13

Part II. Terms and Conditions

13

Part III. Statement of Work

23

3.1. General Overview._______________________________________________ 23

Part IV Respondent’s Response Format

27

4.1. Respondent Documents:

27

4.2. Subcontracting__________________________________________________

27

4.3.

27

Pre-RFO Conference.

4.4. Mandatory Response Requirements.________________________________

27

4.5.

30

Mandatory Pricing Form._______________________________________

1. General Information

1.1,

Introduction.

The following Request for Offer (RFO) is for the services as specified herein. The Texas Department of Insurance (TDI) is seeking sealed competitixe offers for the specified serxices as listed in Section 3O (Statement of Work) of this RFO, This RFO describes the requirements that must be met by Successful Respondent prior to receiving payment under any resulting TDI contract, 1,2. General rerms, 12,1 Purchasing uthoritv This purchasc is in ace 2O 391 Re pondent are cautioned to read the trms Respondent’s responses to these specifications RFO Reponc ssill automaticali disqualify the with this transaction.

dance with T x Go

C de Chapter 2l5 and 341A(

and c nditions carefully ward ill be based n Failure to provide the required information ‘a oh the Re’ponse fram onsideration for a’aard in connection

1.2.2. The Contract does not constitute nor imply a commitment on the part of TDI to purchase additional ser\ ices from Respondent in the future.

1.2.3. Initial Contract Term: The initial term of contract iS 1mm date of a’a ard through August 3 1. 201 3 in addition, certain pro\ is1on. including hut not limited to rh indemnification pro isions, ‘a ill sur\ se the termination or expiration of the contract.

Texas Department of Insurance RFO No. 13MVB-61O1 Page 5 of 31

1.2.4. Renewal Option: TDI has the option to renew the contract for up to three (3) additional one-year periods (September 1 August 31) for continued maintenance and support, if needed. —

The decision to renew this contract shall be in the sole and absolute discretion of the TDI. Such renewal shall be subject to all specifications and terms and conditions of the contract resulting from this procurement. By submission of a response to this solicitation. Respondent agrees to be bound, for the initial term of the contract and for any and all renewal terms that the TDI may elect to exercise, and to perform the services described at the rates quoted on the RFO. 1.2.5. Qualifications. To be entitled to consideration, Respondent must have available the necessary qualified personnel, skills, organization and facilities to fulfill all requirements under this RFO and any resulting contract. An offer received from a Respondent whose services or performance has been documented as unsatisfactory and/or whose serxices or performance have documented problems pending resolution at TDI may not be considered. 1.2.6. Governing Law. The RFO and any resulting contract shall be governed by and construed in accordance with the laws of the State of Texas (but not rules goeming conflicts of law issues). 1.2.7. Venue. Any action or proceeding related to any resulting contract shall be brought in Travis County, Texas, and senue is proper only in such county. 1.2.8. Additional Terms and Conditions. Any terms and conditions attached or submitted with RFO Response will not be considered by TDI unless the Respondent specifically refers to them and requests approval of such terms and conditions. Such Respondent’s terms and conditions may result in the disqualification of the RFO response. 1.2.9. Additional Language and Amendments. Any resulting contract may be amended only upon the written agreement between TDI and Successful Respondent; however, the contract may not be amended so as to conflict with the laws of the State of Texas. To the extent the laws of the State of Texas require TDI to include additional language in its contracts, the Respondent agrees to amend any resulting contract and to cooperate in the execution of any contract amendments necessary to effectuate such state law During the term of a resulting contract, if any. and any extensions or renew als. TDI resers es the right to request contract amendments or modifications as is determined to be in the best interests of TDI or the State and for compliance with all applicable state and federal laws, regulations, requirements and guidelines 1.2.10,

Requirements. Respondents must comply with all rules, regulations. md statutes relating to purchasing i h. Statc of 1 xas as sell as the requirements of this RFO Rspondents agree to ompIv w th all terms and conditions shown below and as made a part of this RFO In ubmitting responses, Respondents agree to comply with all requirements of the RFO and contract. including the provisions of the following Parts of the RFO General Information, TDI Terms and Conditions. Statement of Work. ann Respondenr Response rormar \ll parts of this RFO are incorporated as part of any resulting contract for all purposes.

1.3. Respondent Affirmations and Certifications. Signing this offer with a false statement is a material breach of contract and shall soid the submitted offer or any resulting contracts, and the Respondent shall be remosed from all offer lists B’ signature hereon iffixed, R spondent hereby ertifies that.

Texa Department of Insurance RFO No. 13.MYB-6101 Page 6 of 31

1.3.1. Economic Opportunity. The respondent has not given, offered to gie, nor intends to gise at anytime hereafter any economic opportunit\. future employment, gift, loan, gratuity. special discount. trip. faor, or service to a public servant in connection with the submitted offer. 1.3.2. Compensation for Preparation of Specifications. Pursuant to Texas Goxernment Code. Title 10. Subtitle D. Section 2155.004(a). neither the respondent nor any person or entity which ill participate financiall in any contract resulting from this RFO has not received compensation for participation in the preparation of specifications for this solicitation.

1.3.3. Certification to Contract. Pursuant to Texas Government Code. Title 10. Subtitle D. Section 2155.004(b). the Respondent certifies that the indiidual or business entity named in this offer or contract is not ineligible to receie the specified contract and acknowledges that this contract may be terminated and pament withheld if this certification is inaccurate. 1.3.3. Antitrust Law Violations. Pursuant to 15 U.S.C. Sec. 1. et seq. and Tex. Bus. & Comm. Code Sec.

15.01. et seq. neither the respondent nor the firm. corporation. partnership. or institution represented by the respondent. or anyone acting for such a firm. corporation or institution has violated the antitrust laws of this state. federal antitrust laws, nor communicated directly or indirectly the offer made to any competitor or any other person engaged in such line of business. if applicable, pursuant to Texas Family Code. Title 5. Subtitle D. Section 231.006(d). regarding child support. the respondent certifies that the individual or business entity named in this offer is not ineligible to receive the specified payment and acknowledges that this contract may be terminated and payment may be withheld if this certification is inaccurate. Furthermore, any respondent subject to Section 23 1 .006 must include names and Social Security numbers of each person with at least 25c1 ownership of the business entity submitting the offer. This information must be provided prior to award.

1.3.5. Child Support Requirements.

1.3.6. Debt owned to the State. Respondent agrees that any payments due under this contract will be applied towards any debt, including hut not limited to delinquent taxes and child support that is owed to the State of Texas. 1.3,7. Service Contracts, Respondent agrees to comply with Texas Government Code, Title 10, Subtitle D, Section 2155 4441, relating to use of sers ice contracts for products produced in the State of Texas. 1.3.8. Contracting with Executive Heads. Respondent certifies that they are in compliance with Texas Government (ode, 1 itle 6. Subtitle B Section 669 003 t the Government Code relating to contracting with x cutIvc head of a state agency. 1.3.9. lexas Resident Bidder. By signing this offer Rcspondent certifies that if a Texas address is ‘hown as the address of the Respondent. Respondent qualifies as a Texas Rcsident Respondent. 1.3,10.

Dispute of Contract. Pursuant to Chapter 2260 of the lexas Government Code. any dispute arising under a contract tor goods and ser\ ices [or which this chapter applies must he recoied under the pros istons of this chapter

1.3.11. Indemnity Clause. The Respondent shall defend. indemnfs. and hold harmie the State of Te\as. all or it’ otficer. agents and empio\ees from and against all claims, actions. ‘uits. demands. ioccedings. co’t, damages, and hahiltie, ari’ing out of. connected with, or resulting frni an\ acts or omIssions of

Texas Department of Insurance RFO No. 13MVB-61O1 Page 7 of 31

respondent or any agent, employee, subcontractor, or supplier of respondent in the execution or performance of this contract. 1.3.12.Pnblic Information Act. Information, documentation, and other material in connection with this solicitation or any resulting contract may be subject to public disclosure pursuant to Chapter 552 of the Texas Government Code (the “Public Information Act”). 1.3.13.

Additional Terms and Conditions. Any terms and conditions attached to a solicitation will not be considered unless specifically referred to on this solicitation and may result in disqualification.

1.3.14.

Appropriation Availability. Any contract resulting from this solicitation is contingent upon the continued asailability of lawful appropriations by the Texas Legislature.

1.3.15.

DTPA; Unfair Business Practices. Respondent represents and warrants that it has not been the subject of a Deceptive Trade Practices Act or any unfair business practice administrative hearing or court suit and that Respondent has not been found to be guilty of such practices in such proceedings. Respondent certifies that it has no officers who have served as officers of other entities who have been the subject of a Deceptive Trade Practices Act or any unfair business administrative hearing or court suit and that such officers have not been found to be guilty of such practices in such proceedings.

1.3.16.

Immigration. Respondent represents and warrants that it will comply with the requirements of the Immigration Reform and Control Act of 1986 regarding employment verification and retention of verification forms for any individuals hired on or after November 6, 1986, who will perform any labor or services under the purchase order (P0). Respondent represents and warrants that it also will comply with the requirements of the Immigration Act of 1990 and any other applicable immigration laws.

1.3.17.

Equal Opportunity. Respondent represents and warrants that it will comply with the Civil Rights Act in giving equal opportunity without regard to race, color, creed, sex or national origin.

1,3.18.

No Conflicts. Respondent represents and warrants that Respondent has no actual or potential conflicts of interest in providing services to TDI under the contract and that Respondents provision of services under the contract would not reasonably create an appearance of impropriety.

1.3.19.

D&. Respondent represents and warrants that it will comply with the requirements of the Americans with Disabilities Act ( \DA),

1.3.20.

False Statements; Breach of Representations, etc. B signature on Respondent’s RFO response, Respondent makes all the rpresentations. warranties, guarantees certifications and atfirmations included in this RFO If Respondent signs the R} 0 with a false statement or it is subsequently determined that Respondent has violated any of the representations, warranties guarantees, certifications or affirmations included in this RFO Respondent will be in default under the contract

1.3.21.

4udit Clause. Respondent unaerstands that acceptance of funcis under mis contract acts as acceptance of the ‘tuthority of the State Auditors Office, or any successor agency, to conduct an audit or inestigation in connection with those funds. Respondent further agrees to cooperate fully with the State Auditor’s Office r its successor in the conduct of the audit or ins estigatlon, including pros iding all records requested Respondent will ensure that this clause concerning the authority to audit funds receised indirectly by subcontractors through Respondent and the requIrement to cooperate is included in any subcontract awards

Texas Department of Insurance RFO No. 13MVB61O1 Page 8 of 31

1,3.22.

Execution of Offer. Suspension, Debarment, and Terrorism: Respondent certifies that the bidding entity and its principals are eligible to participate in this transaction and hae not been subjected to suspension. debarment, or similar ineligibility determined by any federal, state or local gosemmental entity and that Re’pondent is in compliance with the State of Texas statutes and rules relating to procurement and that Respondent is not listed on the federal government’s terrorism watch list as described in Executive Order 13224, Entities ineligible for federal procurement are listed at https://w ww .sam.gov/portal/public/SAM/.

1.3.23. Ineligibility. Under Section 2155.006 and 2261053, Texas Government Code. a state agency may not accept a bid or award a contract, including a contract for which purchasing authority is delegated to a state agency, that includes proposed financial participation by a person who, during the fiveyear period preceding the date of the bid or award, has been: (I) convicted of iolating a federal law in connection with a contract awarded by the federal government for relief, recovery, or reconstruction efforts as a result of Hurricane Rita, as defined by Section 39.459, Utilities Code, Hurricane Katrina, or any other disaster occurring after September 24, 2005: or (2) assessed a penalty in a federal civil or administrative enforcement action in connection with a contract awarded by the federal government for relief, recovery, or reconstruction efforts as a result of Hurricane Rita, as defined by Section 39.459, Utilities Code, Hurricane Katrina, or any other disaster occurring after September 24, 2005. Under Section 2155.006 and 2261.053 of the Texas Government Code, the Respondent certifies that the individual or business entity named in this offer is not ineligible to receive the specified contract and acknowledges that any contract resulting from this RFO may be terminated and payment withheld if this certification is inaccurate. 1.3.24. Lobbying. Respondent represent and warrants that payment to the Respondent and the Respondent’s receipt of appropriated or other funds under any contract resulting from this RFO are not prohibited by §556.005 or §556.008, Gov’t Code, relating to the prohibition of using state funds for lobbying activities. 1.3.25. Conflict of Interest. Respondent represents and warrants that it has no actual or potential conflicts of interest in providing the requested items to TDI under the RFO and any resulting contract, if any, and that the Respondent’s provision of the requested items under the RFO and any resulting contract, if any, would not unreasonably create an appearance of impropriety.

1.3.26. Electronic and Information Resources Accessibility Standards, 1 TAC §213,17, Respondent represents and warrants that any electronic and information resources products developed, procured, maintained, or used by TDI directly or used by the Respondent under any contract resulting from this RFO which requires the use of such product, or requires the use, to a significant extent, of such product in the performance of a sen ice or the furnishing of a product complies with the applicable State of 1 exas Accessibility requirements for Electronic and Information Resources specified in the Department of I if ormat n Resour rules at I Texas Administratis Code Chapter 213

1.4. Preferences. Please indicate below if Respondent claims a preference

) (_)

) )

Goods produced or offered by a Texas Respondent that is owned by a Texas resident service disabled seteran Goods produced or offered by a Texas Respondent that is not a Texas resident servicedisabled veteran gricultura1 products produced or grown in Texas gricultura1 pr ducts and services offered by a Texas Respondent Seric s offer d by a I xas R prndent that s owr d b a I xas sid nt s vii. disabGd tr

1

Texas Departineizt of Insurance RFO No. 13-MVB.6101 Page 9 of 31

() (_) (_) (_)

)

— —

3

3

—) —) (_)

() (_)

Services offered by a Texas Respondent that is not owned by a Texas resident sen ice-disabled seteran Texas Vegetation Natise to the Region USA produced supplies, materials, or equipment Products of persons ith mental or phy sical disabilities Products made of rec’cled. remanufactured. or environmentally sensitie materials including reccled steel Energy efficient products Rubberized asphault pa ing material Recycled motor oil and lubricants Products produced at facilities located on formerly contaminated property Products and services from economically depressed or blighted areas Vendor that meets or exceeds air quality standards Recycled or Reused Computer Equipment of Other Manufacturers Foods of higher nutritional salue

1.5. Response Evaluation Process. TDI ssill ealuate responses to the RFO in the following manner: 1.5.1. Initial Review. TDI ill res iew. evaluate, and rank responses. TDI ill not provide Respondents s ith information conceming the status of responses 4hile they are being revieed. The initial resiew sill consider hether all mandatory response requirements ere submitted and \hether the offered commodities. karranties. maintenance, services andJor supplies meet specifications. TDI may reject from further consideration any response that fails to meet mandatory response requirements. 1.5.2. Detailed Ealuation Phase. RFO responses determined during the initial resiew phase to meet mandatory response requirements will be further evaluated during the Detailed Evaluation Phase. Offer responses will be evaluated by TDI’s Purchasing and Contract Administration Office or an evaluation committee selected by TDI. in its sole discretion, according to the following criteria:

.

.

.

Evaluation Criteria Total Cost derived by the formu1a Lowest Offer -? Offer X 35 Score Demonstrated xperience of Respondent including number of y ars in business as a firm and Respondent s indicatd ability to pros ide timel and proper quality sers ices related to statement of work detailed in RFO, Clarity of Offer Offer is readable, thorough. organized and includes all required information and submissions and dernonstr’ttes Respondents undentanding and ability and capacity to fulfill the requirements of the RFO References. tf checked

Total Points

Maximum Possible Score

35 Points

3S Po nts

25 Points

Points

ioo Points

Texas Department of Insurance RFO No. 13-MVB-6101 Page lUof3l

1.5.3. Best and Final Offer. Following the Detailed Ealuation Phase and Oral Presentations (if any), TDI, in its sole discretion. may proceed in making an award, or may enter into a Best and Final Offer Phase. A Best and Final Offer Phase would allow the requested Respondents to modify original offers, incorporating clarifications provided during the Detailed Evaluation Phase. Best and Final Offers maythen be re-evaluated and re-scored by the Evaluation Committee, using the criteria outlined in Section 1.5.2 of this RFO. TDI anticipates using a Best and Final Offer (BAFO) process. Participating Respondents will hake an established time period in which to exercise due diligence and to confirm that all RFO requirements hae been identified, and to prepare their Best and Final Offer. 1.5.4.

Negotiations and Award of Contract. TDI, in its sole discretion, may enter into a Negotiation Phase. TDI will hae the option to negotiate Respondent’s Offer, including but not limited to price, installation and testing plan, maintenance and services features. TDI reserves the right to continue to evaluate Responses until such point as the best value for the State is determined. At the conclusion of the BAFO evaluations, as described above in section 1.5.3. if any, TDI shall determine the number of Respondents with which it will start contract negotiations. TDI may enter contract negotiations with one or more Respondents. At its discretion, TDI shall terminate contract negotiations when TDI determine that the best value for the State has been obtained. If a Best and Final Offer Phase is not used, TDI may re-score bid Responses, including any clarifications by Respondents and any information detailed through the Oral Presentation phase, according to the criteria set forth in Section 1.5.2. TDI may proceed in making an award by formalizing any and all negotiated changes to the RFO in writing, and submitting the revised RFO to the Selected Respondent for review prior to making an award. TDI shall make the decision to award a contract if it is in the best interest of the State to do so. The decision of TDI on any award is final. All Responses and working papers pursuant to this RFO are not subject to disclosure under the Public Information Act until the contract has been executed. TDI will award a contract to the Respondent whose offer response best conforms to the specifications, terms, conditions and standards of performance of this contract, and whose offer represents the best ialue to TDI.

1.6. Acceptance Criteria. Prior to payment under any contract resulting from this RFO, IDI will exaluate and test the hardware software warrantics maintenance ser’vies and/or supplies according to the following criteria and any additional cccptanc riter1a agrccd t prior o a sard and included in the contract 1.6.1 rhc serxices must met.t all spet.ifications and standards of performance of the ontract RFO and offer responsc and 1.6.2. Ihe servic ‘s must comply with requirements as described in this RFO 1,7. TDI Contact Person for RFO. Fxcept questions regarding HUB Subcontracting Plans. all requests for information concerning this RFO prior to award of TDI’s contract must be directed in jig to Martin V Blair (512) 322-4364: [email protected]çyy, Purchasing and Contract Administration Texas Department of Insurance, P. 0 Box 149104 Austin. Txas 78714-9104 This individual is the “TDI Contact Person” for this RFO Prior to award, lit. Respondcne or Re, pondent s gent ma not ontac other TDI employees regarding this RFO Follow mu rd f DI is 1 dc s gnate a ontract admin strat r to whom requests for information ii c rning the RFO 0 fteras d lou b dr ed t

Texas Department of In.surance RFO No. 13MVB-61O1 Page 11 of 31

.8. Contract Administration. Upon contract award. TDI will assign a Contract Administrator (CA) to work with Selected Respondent to ensure all requirements of the awarded contract, including but not limited to specifications and terms and conditions. are met throughout the term of the contract. If a contract issue arises at any time during the term of the contract, the CA will work with TDFs Purcha%ing and Contract Administration Department and the Selected Respondent to resole the matter promptly. In addition. TDI will notify the Selected Respondent of any issues of non-performance and/or non-compliance with terms of the contract. TDI and the other implementing agencies will work with the Selected Respondent to reole issues of non-performance and/or non-compliance with terms of the contract. 1.9. Monitoring and Evaluation. Upon contract award. TDI will monitor the progress of the contract. TDI shall have the right to withhold pay ment from the Selected Respondent for failure by the Selected Respondent to carry out any of its contractual obligations. Such a right to withhold shall continue until the Selected Respondent remedies such failure to perform. provided however that written notice of such failure has been communicated to the principal office of the Selected Respondent by certified mail. The Selected Respondent will take immediate corrective action to resohe any negati’e findings by TDI. 1.10. Historically Underutilized Businesses (HUBs). Historically Underutilized Businesses (HUBS) are strongly urged to respond to this RFP. Under State law. State agencies are required to make a good faith effort to increase the contract awards to HUBs for the purchase of goods or serr ices that State agencies expect to make during a fiscal year. For example. see rules promulgated at 34 Tex. Admin. Code § 20.11 through 20.28. Respondents that meet the qualifications are strongly encouraged to apply for certification as HUBs. Contact the Comptroller of Public Accounts. Texas Procurement and Support Services Di ision (TPASS). HUB Certification at 512-463-5872 for additional HUB certification information. TDI has determined that subcontracting is a probability with this RFP. Subcontracting Opportunities identified by National Institute of Government Purchasing (NIGP) Class/Item Codes are as follows: 915-01, 915-51, 91596, 920-40. TDI’s HUB Goal for this category (Other Services) is 36.2% See CPA rules applicable to certain subcontracts at 34 Tex, Admin, Code

§ 20.14.

1.11 Historically Underutilized Business Subcontracting Plan ALL RESPONDENTS MUST SUBMIT THE HUB SUBCONTRACTING PLAN AND/OR SELF QRMANCE LB SUBCONTRACTING PLAN WITH THE RFP RES PONSE JO BE CONSIDERED RESPONSIE. Proposals submitted without a correctly ompleted HUB Subcontracting Plan and/or Self Performance HUB Subcontracting Plan will be disqualified. HSP forms and instructions arc ontained at the following Comptroller of Public Accounts link I ittp. /w w o pa

sLate

t

.

u\/proc urementiprug/huh/hub-suheunti aetHig-olaHi

[DI will accept questions regarding the correct submission of a HLB Subcontracting Plan Address questions in email to [email protected]. or call (512) 322-4364. NOTE fl’ELL: HUB Rules require at least een “i business days for certain HUB Subcontracting Plan methods. NOTE The HUB Suhcontiacting Prime Contractor Progre’.s Assessment Report must he \ubmit[ed on a monthis bai after a contract award ha\ been issued.

Texas Department of Insurance RFO No. 13-MYB-6101 Page 12 of 31

12.Submission of RFO Response. All offers must be legible. Each Respondent must submit one (1) original offer signed in ink and four (4) copies of the signed offer and a complete copy on CD or flash drive. All offers must be submitted in a sealed envelope with a label that reads: “RFO 13-MVB-6101”

1J3.No TDI Obligations for Costs. TDI accepts no obligations for costs incurred in responding to this RFO in anticipation of being awarded a contract. All of the costs and expenses incurred by any Respondent or prospective Respondent in connection with or arising out of its possible or actual Response to this RFO. including without limitation the cost of developing and preparing a Response. shall be entirely the responsibility of the Respondent and shall not be borne or reimbursed directly or indirectly by TDI. hether or not (a) the prospective Respondent formally submits a Response: (h) such Response. if submitted, is rejected by TDI: (c) the Respondent is awarded the contract: or (d) the RFO is withdrawn by TDI. l.14.Selected Respondent’s Obligations. 1.14.1. The Selected Respondent has the sole ultimate responsibility for all actions necessary to ensure that the services provided meet the requirements of the awarded contract. unless specifically designated otherwise therein. Except as explicitly provided, all costs incurred in the performance of any contract awarded pursuant to this RFO shall be borne by the Selected Respondent.

1.13.2. Selected Respondent will he responsible for the performance of any contractual obligations that may result from an award based on this RFO and shall not be relieved of non-performance of any or all subcontractor(s). 15.Press Releases. Press releases pertaining to this REQ and/or any resulting contract or the serx ices to hich they are related shall not be made without the prior written approval of TDI, and then only in accordance with explicit written instructions from TDI. The disclosure of the contents of bids prior to the award of a contract under this RFO may result in disqualification. 1.16.Misunderstanding or Lack of Information. 1.16.1. Respondents stho respond to this RFO must be thoroughly informed concerning all relevant facts, data, and estimates, which are necessary for the purpose of assembling an offer, and concerning all difficulties that may be encountered in manauing or operating the project under the contract. No plea of ignorance of conditions that exist or of conditions or difficulties that may be encountered will be accepted as an excuse for any failure or omission on the part of the Selected Respondent to fulfill in esery detail all of the requirements of the contract or will be accepted as a basis for any claim w hatsoevcr for additional compensation. 1.16,2. By submitting a Response. each Respondcnt ackn wledgs a d agrces that t fully understands and u ill abide b the terms and conditions of this RFO and it will not tiake any claims for, or have an rights t .cancellation or relief without penalty because of any misunderstanding or lack of information. 1.17.( ompliance wfth RFO Requirements. By submitting a RLsponse. acknowledging and accepting the contract, or delrvering any services under the contract. Respondent acknowledges, accepts and agrees to all terms of the contract. including, but not limited to, Response to this REQ is an offer to contract with TDI based upon the terms. conditions and this REQ specifications contained in this RFO. Bids and Responses do not become part of a contract or agreement w ith TDI unless and until thes are accepted and agreed to h TDI. il parts of this REQ are incorporated as part of an\ reuiting contract for all purposes. TDI. at its sole discretion. ma disquaiif an offer from consideration if ‘IDI determines an ofterisnon-responsie and/or non-compliant, in whole or in part. with the requirements set fc’rth in rhis RFO

Texas Department of Insurance RFO No. 13-M1’B-6101 Page 13 of 31

.18.Protest Procedure. Any protest shall be governed by TDI’s offer protest rules, which are set forth in 28 TEx. ADMIN. CODE 101 1.1107. —

1.19.Binding Effect of Proposal. Unless otherwise agreed in writing signed by TDI, each Respondent agrees to and shall be bound by the information and documentation provided with the offer, including prices quoted for services. By submitting a offer, the Respondent commits to providing the goods and services required at the prices set forth in the offer. Offers must be valid for ninety (90) calendar days following the offer receipt date. L20.Rejection of Offer and Cancellation of RFO. Issuance of this RFO does not constitute a commitment on the part of TDI to award a contract. TDI is under no obligation to award any contract as a result of this RFO. TDI maintains the right to reject any or all bids and to cancel this RFO if it considers it in the best interests of TDI to do so. TDI reserves the right to reject, in its sole discretion, any or all RFO Responses and all or any part of any Response and waive minor technicalities. TDI will award a contract, if any, to serve the best interests of TDI and the State of Texas. TDI’s waiver of any de iations in any Response will not constitute a modification of this RFO and will not preclude TDI from asserting all rights against Selected Respondent for failure to fully comply with all terms and conditions of this RFO. L2LRight to Amend, Modify, or Withdraw the RFO. TDI reserves the right to alter, amend or modify any provisions of this RFO provided such modifications do not constitute a substantial change to the specifications or TDI may rescind, revoke, or withdraw this RFO, in whole or in part, at any time prior to the award of any contract if it is determined by TDI to be in the best interest of TDI or the State to do so. L22.Facsimile Response. Facsimile Responses to this RFO will not be accepted. TDI and the State shall not be responsible for failure of electronic equipment or operator error. Responses that are late, illegible, incomplete, or otherwise non responsive will not be considered. 1.23.Mail Preferred; TDI Not Liable. RFOs are issued to allow sufficient time for receipt of the preferred mail Response. If TDI provides facsimile serx ice under section 1,22 of this RFO, it is as a convenience only, TDI is not responsible for Responses receised late, illegible, incomplete, or otherwise nomresponsive. due to failure of electronic equipment or operator error L24.Pubhc Information, IDI is ubject to tht,. I axas Public Information Act (fey. Gov’ Code (h o2) Rcspondent undcrstands that IDI is bound by thc provisions of the Texas Public Information &ct and Attorney Gcncral Opinions issued under that statutc Bids submitted to 1DI in response to this RFO become the property of TDI, max be nproauceci ny TDi inn may oe subject to reiease by TDI to any requestor as public information Any information that Respondent belieses may be protected from disclosure should be clearly designated as such’ such information may or may not be exempt from disclosure, Part IL Terms and Conditions 21

(ompliance with Requirements In submitting a r’sponse to th R quest for Offcr RFO) all R” pondi. ts a mply ith all rcquirements f this RFO rd an r suIting TDI Purchas o r t P0 i h loll rP s hhrir t m ai i S

Texas Department of Insurance RFO No. 13-MVIJ61OI Page 14 of 31

Work. and Respondent Response Format, All parts of this RFO are incorporated as part of any resulting contract for all purposes. 2.2.

Award of Contract. A response to this RFO N an offer to contract w ith TDI based upon the terms, conditions and specifications contained in this RFO. Offers and RFO responses do not become part of a contract or agreement with TDI unless and until they are accepted by TDI through Purchasing & Contracting Division’s issuance of the contract. TDI reserves the right to make any corrections or include additional requirements in the contract prior to issuance that are necessary for TDI’s compliance, as an agency of the State of Texas, with all state and federal requirements.

2.3.

Rejection of RFOs; Open Records; Reissuance. TDI reserves the right to reject, in its sole discretion, any or all RFO responses and all or any part of any response and waive minor technicalities. TDI reserves the right to negotiate price with Respondent and award the contract to best serve the interests of TDI and the State. TDIs waiver ot any deviations in any response will not constitute a modification of this RFO and will not preclude TDI from asserting all rights against Respondent for failure to fully comply with all terms and conditions of this RFO. TDI reserves the rights to make any corrections or to include additional requirements in the contract prior to issuance that are necessary for TDI’ s compliance as an agency of the State of Texas with all state and federal requirements. All RFO responses become the property of TDI and may be subject to release to any requester under the provisions of the Texas Public Information Act, Chapter 552 of the Texas Government Code, and Attorney General Opinions issued under that statute. TDI may reissue another RFO for the goods and/or services described in this RFO or similar goods and/or services at any time.

2.4.

Pricing; F.O.B. Destination. All pricing must be submitted on the Mandatory Pricing Form included in Part IV of this RFO and must comply with these requirements. If a trade discount is shown on RFO response, it should be deducted and net line extensions shown. Respondent must be willing to negotiate from prices indicated on Mandatory Response Form. “Discount from list” responses are not acceptable unless specifically requested. Cash discounts will not be considered in determining the lowest and best response. All cash discounts offered will be taken if earned. All Respondents must quote F.O.B. destination; otherwise, Respondent must show exact cost to deliver as specified in the RFO. All Respondents must quote unit price on quantity and unit of measure specified Prices must he extended with total shown. In case of errors in extension in responses. unit prices will govern. Responses subject to unlimited price increases will not be considered. Responses subject to percentage price increases will not be considered.

2.5.

Additional Specifications. Re’,pondents guarantee and warrant that all goods and/or services offered will meet or exceed all specifications of this RFO All items offered shall be new and in first class Londition, ncluding c ntainers suitablc f r shipment and storagc, unless otherwise indicatcd in this RFO No substitutions or cancellations are permitted without prior written approxal of I DI s Purchasing and Contract \dministration TDI will not be bound by any oral statements or representations contrary to the written specifications of this RFO Samples, when requested, must be furnishd fruc f xpcnc to TDI If not detruyed iii examinatiun, thczy will be returned to Re\pondent. on request, at Respondent’s expense. Each sample should be marked with Respondent’s name, address. and fDI requisition number Respondents must not enclose samples in or attach samples to RFO responses .

2,6.

Deliery; Dates; Delays; Deliery Hours. Regardless of whether the latest acceptable delisery datc is pecified n this RFO Rcspondent must specify the delivery date for the requested goods and! or e vi “s be delier’d to fDI’s desion ited location Failur to state a delis rs imc obligates R rd nt ipl d us ry i 14 a en r day or b h e t otab L ci s v dat

Texas Department of Insurance RFO ‘,‘o. 13-MYB-6101 Page 15 of 31

specified in this RFO, Unrealistically short or long delivery promises may cause response to be disregarded. Consistent failure to meet delivery promises without valid reason may result in Respondent’s removal from the Comptroller of Public Accounts, Texas Procurement and Support Ser ices (TPASS) offer list. If Respondent determines that it will be unable to comply with any schedule deadline or delivery of equipment, warranties or serx ices required under the contract, Respondent will notify TDI in advance in writing of the expected delay, the reason for the delay, and the date by hich the equipment, warranties or sers ices may be expected. TDI may, in its sole discretion, approve such delay in writing. Notwithstanding anything in this Section to the contrary, TDI reseres the right to terminate all or any part of the contract and TDI does not waive any rights or remedies available to TDI for Respondents nonperformance under the contract. Delivery must be made during normal working hours only, unless prior written approval for delivery before or after normal working hours has been obtained from TDI’s Purchasing and Contract Administration. 2.7,

Time for Submission. See “Return by” date and time, page 1. TDI reserxes the right to evaluate Responses submitted prior to the stated deadline as they are received.

2.8.

TDVs Address. See Page 1.

2.9,

No Alterations or Withdrawals of RFO after Deadline. RFOs cannot be altered or amended after the deadline specified on page 1 of this RFO. Any alterations made before this deadline must be initialed by Respondent or Respondent’s authorized agent. No RFOs can be withdrawn after the deadline without approval by TDIs Purchasing and Contract Administration of Respondent’s written explanation for withdrawal.

2.10.

Facsimile Response. Facsimile responses to this RFO will not be accepted.

2.11.

Mail Preferred; TDI Not Liable. RFOs are issued to allow sufficient time for receipt of the preferred mail response. If TDI provides facsimile service under Section 2.10 of this RFO, it is as a conxenience only. TDI is not responsible for RFOs received late, illegible, incomplete, or otherwise non-responsie due to failure of electronic equipment or operator error.

2.12.

Tie RFOs. Consistent and continued tie responses could cause rejection of RFOs by TDI’s Purcha’.ing and Contract Administration and/or investigation of antitrust violations. In case nf tie RFOs, the award will be made in accordance with current statutes.

2.13.

Attachments. TDI will not consider any terms and conditions or other documents attached to an RFO Response as part of the Response unless the Respondent specifically and prommentlv refers to ach of them in this REQ Response In iddition, see Sections 22. 2 14 2 15 16 and 2 17 of this REQ r ga dma Ii nitations on tcrms and onditions or attachments to Rcspondent s REQ Response IDI rcscres th. right, in its sole discretion, to reject any Respondent terms and mnditions or other documents r atta hmcnts as part of Respondent s RFO Response .

2,14.

Inacceptable Term’, in Respondents Response. Respondent’s Response to this iFO iiicludin any attachments thereto, are part of the contract of the parties only to the Lxtent the Response does not conflict with this REQ. No fDI action, including but not limited to issuance of a contract, will constitute an acceptance of conflicting terms conditions or attachments. ny terms submitted by Respondent regardless of whether such terms conflict with this REQ and/or contract or contract. which onflict with or are in violation of Texas law or in conflict w ith the rulLs policies and ro dures of EPASS, are soid recardless f rhether I)I acc”pts such erms o is deemed to haxe Pt d ch crm Many e ms nd c nd tIo i vp cally nc uded n r pons may r su t 1

Texas Department of insurance RFO No. 13-MVB-6101 Page 16 of 31

disqualification of the response; such unacceptable terms and conditions may include, but are not limited to. the following: 1) 2) 3) 4) 5) 6)

responses that incorporate the laws of a State other than Texas; requirements for prepayment; limitations on TDI’s remedies; requirements that TDI indemnify the Respondent: requirements that Respondent’s documents control in case of conflicts requirements that Respondents documents control even if Respondent accepts or acknowledges the contract 7) disclaimer of warranties

The above and other unacceptable terms and conditions included in a Respondents RFO Response may result in disqualification of the response. If an award is made to such a Respondent, such terms and conditions are void and are not part of the contract between Respondent and TDI. 2.15.

Incorporation of Entire RFO. All items included in this RFO apply to and become part of the terms and conditions of all Responses and any purchase order issued as a result of this RFO. If Respondent takes no exceptions to the RFO, then Respondent will be required to pros ide the goods andlor services and comply with all terms and conditions as specified in the RFO. Any exceptions must be expressly agreed to by TDI in writing and by reference to the particular section of this RFO for which an exception is acceptable. Notwithstanding any other agreement or provision of this RFO to the contrary, any exceptions are subject to the limitations described in this RFO.

2.16.

Agreement between TDI & Respondent. If TDI makes a contract award as a result of the issuance of this RFO. the entire agreement between TDI and the Respondent will consist of the following documents: the TDI Purchase Order, this RFO as issued by TDL and Respondent’s Response to this RFO subject to the limitations described in this RFO.

2.17.

Conflicting Provisions. Unless expressly authorized by the contract by reference to this section, in the event of conflicting terms or provisions between this RFO, the contract and Respondent’s Response to this RFO, this RFO and the contract will controL

2.18.

Authority to Bind TDI; Execute Documents, Unless expressly delegated by the Commissioner of Insurance or unless expressly authorized by this RFO, only the Commissioner of Insurance or his delcgate has authority to execute any documents or grant any permissions on behalf of I’DI with respect to aereements betwecn Respondent and DL WI’s Purchasing tnd Contract Administration Off ic ias authorit t su P0 s and P0 riv sions as may b rcquircd

2.19.

Specifications; Performance. Respondcnt w ill pros ide the quality of aoods andlor services dcscribed in this RhO and in the manner described in the requirements of this RFO Respondent s iailure iu unfocm o .ill rLquirements uf this RFO may, dmong uthi things iesult in TDI’s withholding of acceptance and payments under thc contract, TDIs iancellation of all or part of the ontract, I DI s res ocation of any prior acceptance and Respondent s refund of amounts paid prior to revocation of acceptance

2.20,

Respondent’s Costs. Respondent will bear all costs and expenses for the pros ision of goods and/or ervi es r quir d by this RhO and th contract Prices quoted must in lu& all fees and out of pocket xpcnse in udinc bu o imitcd to trascl All uch osts nd xpenses ar inludcd n the pri es t ed h a o e iou ts bc oaid h ID

Texas Department of Insurance RFO No, 13-M1’B-6101 Page 17of31

2.21.

No Prepayments. TDI will not prepay for any goods and/or ser ices delivered to or proided to TDI by Respondent in its performance under the contract. TDI may inspect goods and/or services prior to acceptance and payment.

2.22.

Refunds. Respondent will promptly refund or credit within thirty (30) calendar days any funds erroneously paid by TDI that are not expressly authorized under the contract.

2.23.

Invoices. Upon delivery of the requested items and/or delivery of goods and/or services as specified in this RFO, successful Respondent will submit to TDI Accounts Payable one (1) copy of an itemized inoice with the contract and contract number on all copies of invoices indicating payment requested for services rendered in accordance with the terms of the contract. The invoice may be conveyed electronically but must indicate the following: (1) TDI’s purchase order number referenced on the purchase order; (2) the Respondent’s valid payee identification number (this number should be the same number referenced as the VID in this RFO: (3) the Respondent’s mailing and e-mail address (if applicable); (4) the Respondent’s telephone number; (5) name and phone number of designated person to answer invoice questions; (6) TDI’s full name, agency number (454) and delivery address; (7) description of goods or services; (8) unit numbers corresponding to the original purchase order; and (9) any other relevant information supporting and explaining the payment requested.

2.24.

Termination and Cancellation Circumstances. any one of the following circumstances:

The contract may be terminated or cancelled in

2.24.1. Mutual Agreement. Upon the mutual written agreement of TDI and Respondent, the contract may be terminated or cancelled. 2.24.2. TDI Upon 30 days Notice. TDI may. in its sole discretion, terminate or cancel the contract with thirty (30) days written notice to Respondent. 2.24.3. Respondent s Nonperformance. If Respondent fails to comply with any requirement of the t contract, including, but not limited to, this RFO, TDI may immediately terminate or cancel all or any part of the contract, may obtain substitute goods and/or services, may withhold acceptance and payments to Respondent. may revoke any prior acceptance. may require Respondent to refund amounts paid prior to revocation of acceptance and may pursue all rights and remedies against Respondent under the contract and any applicable law. In addition. TDI will report defaulting Respondents to FPASS for TPASSs possible action against Respondent, including, but not limited to, Respondent’s removal from fPASS or state offer lists 2 24.4. ailability of State Funds; LegisIatie Action, Necessity of Performance e contract i subject tc termination or ancellation. without penalty to fDI ithcr in whole or in part, subjcct to the aailability of state funds IDI is a statc agency whose authority md appropriations are subject to actions of the fexas Legislature If TDI becomes subject to a lecislatixe change rcvocation of ‘Latutor’v authority cr Ia k f apprupriated fund’, ihat suuId uznder Respondent’s ddivery ur performance under the contract impossible or unnecessary the contract will be terminated or cancelled and be deemed null and void. In the exent of a termination or cancellatIon under this section, DI will not be liable to Respondent for any damages that are caused or associated with such termination or cancellation and TDI will not be required to give notice. TDI reseres the right to recover eisorable c sts fees expenses and oth” amounts or damages ailabl o IDI und r the o nra o unde applicab e law in uding bu not im t”r to attorn”ys d u t f r i tior ar a i at R p ndm. t cqu st i r n ti r

Texas Department of Insurance RFO No. 13-M1B.6lO1 Page 18 of 31

cancellation is for cause. This right is in addition to any other remedies available to TDI under the contract or under applicable law. TDI reserves the right to pursue any and all applicable rights and remedies if the contract is terminated for any reason and TDI expressly waives no such rights or remedies. 2.25.

Substitute Goods and/or Services. In the event TDI terminates or cancels the contract for Respondent’s nonperformance or for cause, TDI may procure, upon such reasonable terms and in such manner as it deems appropriate, substitute goods and/or services similar to those so terminated or cancelled and Respondent will be liable to TDI for any excess or additional costs incurred by TDI in acquiring such goods and/or serx ices plus court costs and attorneys fees. TDI’s reco’. cry of costs under this Section is in addition to any other remedies available to TDI under the contract or under applicable law.

2.26.

Notice of Termination or Cancellation Delivery. Any termination by TN of the contract that requires notice may be accomplished by TDI’s delivery to Respondent of a notice of termination or cancellation specifying that the contract is terminated or cancelled.

2.27.

Termination or Cancellation Effectiveness. Unless otherwise specified in this RFO or the contract, any termination or cancellation of the contract will be effective upon the date specified in TDI’s notice of termination or cancellation.

2.28.

TDI Not Liable Upon Termination. If the contract is terminated for any reason, TDI and the State of Texas will not be liable to Respondent for any damages. claims, losses or any other amounts arising from or related to any such termination.

2.29.

Respondent Assignments. Respondent hereby assigns to TIM any and all claims for overcharges associated with this contract that arise under the antitrust laws of the United States 15 U.S.C.A. Section 1, et seq., and that arise under the antitrust laws of the State of Texas, Tex. Bus. & Comm. Code Ann. Section 15.01, et seq. See also section 1.3,4 of this RFO.

2.30.

TDI’s Tax Exemption; Payment of Taxes by Respondent. Purchases made for State use are exempt from the State Sales Tax and Federal Excise Tax. Respondents must not include taxes in RFO’.. fax Exemption Certificates will be furnished by TDI on request. Respondent will be responsible for payment of all taxes, including, but not limited to, state, federal, foreign, or local taxes, including income tax, withholding tax. social security tax, pension contributions, and any other form of payroll or other taxes, for all Respondent’s Employees At Respondent’s sole cost and expense, Respondent will secure and maintain any and all insurance premiums that are required by he rontract or are necessary to protect the interests of the State of I exas and FDI or that Respondent nay need or desire f r Respondent or Respondent Lmplo,, ees

2.31

Limitation on uthority, No Other Obligations. Respondent will have no authority to act for or on behalf of UDI or the State of Texas except as expressly provided for in the contract; no other authority, power or use is granted or irnplieu. Respondent may not incur any dent obligation. expenses. or Ii thility of any kind on behalf of IDI r the State of Texas

2.32.

No Other Benefits. Respondent has no exclusive rights or benefits other than those set forth herein.

2,33.

Parties Bound, rhe contract will be binding upon and inure to the benefit of TDI and Respondent and o their repec I heirs ‘xccutors administrators legal representat yes and uccessors

Texas Department of Insurance RFO No. 1341 VB61O1 Page 19 qf 31

2.34.

Assignment. Respondent will have no right to transfer, assign. or pledge as security for a debt all or any part of Respondents interest in the contract without the prior written consent of TDI.

2.35.

Time Limits. Time is of the essence in the contract and accordingly all time limits will be strictly construed and rigidly enforced.

2.36.

No Waiver. No provision of the contract will constitute or he construed as a waiver of any of the privileges, rights, defenses, remedies, or immunities available to TDI as an agency of the State of Texas or otherwise available to TDI. The failure to enforce or any delay in the enforcement of any privileges, rights, defenses, remedies, or immunities detailed in the contract or otherwise available to TDI by law will not constitute a waiver of said privileges, rights, defenses, remedies, or immunities or he considered as a basis for estoppel. TDI does not waive any pri\ ileges, rights, defenses, remedies, or immunities available to TDI as an agency of the State of Texas or otherwise available to TDI.

2.37.

Nondisclosure Provision; Texas Public Information Act. Respondent will not disclose to anyone, directly or indirectly, any information designated as confidential or that is or could be construed as confidential or subject to restrictions on disclosure under applicable law (“Confidential Information”) and receied from TDI or such Confidential Information to which Respondent has access as a result of or in the course of performance under the contract. This prohibition does not apply to information required to be disclosed by law, legal process, and applicable professional standards or to information disclosed in connection with litigation relating to the contract or Respondent’s performance. Notwithstanding any provisions of this Agreement to the contrary. Respondent understands that TDI is bound by the provisions of the Texas Public Information Act and Attorney General Opinions issued under that statute. Within three (3) days of receipt. Respondent will refer to TDI any third party requests received directly by Respondent for information to which Respondent has access as a result of or in the course of performance under the contract.

2.38.

Personal Injury; Property Damage. Respondent will he liable for any bodily injury or personal injury to any individual caused by any of Respondent’s Employees during any assignment under the terms of the contract. In the event of loss. destniction or damage to any TDI or State of Texas property by Respondent’s Employees. Respondent will indemnify TDI or the State of Texas and pay to TDI or the State of Texas the full cost of repair. reconstruction or replacement. at TDI’s election. Respondent will reimburse TDI or the State of Texas for such property damage within thirty (30> calendar days after receipt of TDI’ notice of amount due to Respondent.

2.39.

RESPONDENT WILL INDEMNIFY. SAVE AND HOLD H \RMLESS TDI, ITS OFFICERS. AGENTS, REPRESENTATIVES ND EMPLOYEES, ND THE STATE OF TExAs. ITS OFFICERS. AGENTS. REPRESENT-TlVES ND EMPLOYEES FROM ANY AND -xLL CLIMS, D MAGES. LOSSES, COSTS. EXPENSES. JUDGMENTS, LOSSES OR ANY OTHER AMOUNTS. INCLUDiNG. BUT NOT LIMITED TO. ATTORNEYS’ FEES AND COURT COSTS. ACCRUING OR RESULTING FROM OR REsPoNDENT WILL RELATED TO REsPONDENT’s PERFORMANCE UNDER THE CONTRACT. \D INDEMNIFY. SAVE HOLD HARMLESS TDI. ITS OFFICERS, AGENTS. AND EMPLO’iEES, \1) THE ST TE OF TEXAS, ITS OFFICERS. AGENTS, AND EMPLOYEES FROM NY ND ALL CLAIMS. DAMAGES. LOSSES, COSTS, EXPENSES. JUDGMENTS, LOSSES OR ANY OTHER 4MOUNTS. INCLUDING, BUT NOT LIMITED ro, ATTORNEYS’ FEES AND COURT COSTS, RI5LNG FROM OR REL \TED TO ACTS OR OMISSIONS OF REsPoNDENT OR RESPONDENT’S ExIPL0YEEs. TDI WILL

Indemnification,

NOT INDEMNIFY, SA’E AND HOLD HARMLESS RESPONDENT FOR AN AMOtNTS FOR 4NY

PURPOSES,

Texas Department of Insurance RFO No. 13-MVI?-6101 Page 20 of3l

2.40.

Patent, Trademark. Copyright Infringement. Respondent will defend and indemnify TDI and the State of Texas against claims of patent. trademark, copyright, trade secret or other proprietary rights, violations or infringement arising from TDI’s or Respondent’s use of or acquisition of any goods and/or services or other items pros ided to TDI by Respondent or otherwise to which TDI has access as a result of Respondent’s performance under the contract, provided that TDJ will notify Respondent of any such claim within a reasonable time of TDI’s receiving notice of any such claim. Respondent will pay all reasonable costs of TDI’s counsel. If Respondent is notified of any claim subject to this section. Respondent will notify TDI of such claim within five (5) business days of such notice. If TDI determines that a conflict exists between its interests and those of Respondent or if TDI is required by’ applicable law to select separate counsel. TDI will be permitted to select separate counsel and the reasonable costs of such TDI counsel will be paid by Respondent. No settlement of any such claim will be made by Respondent without TDI’s prior written approval. Respondent will reimburse TDI and the State of Texas for any claims, damages. costs. expenses or other amounts, including, but not limited to, attorneys fees and court costs, arising from any such claim. Respondent represents that it has determined what licenses, patents and permits are required under the contract and has acquired all such licenses, patents and permits.

2.41.

Support Documents; Inspection of Records. Respondent will maintain and retain supporting fiscal documents adequate to ensure that claims for contract funds are in accordance with applicable State of Texas requirements. These supporting fiscal documents will be maintained and retained by Respondent for a period of four (4) years after the date of submission of the final invoices or until a resolution of all billing questions. whichever is later. Respondent will make available at reasonable times and upon reasonable notice, and for reasonable periods, work papers. reports, books. records. and supporting documents kept current by Respondent pertaining to the contract for purposes of inspecting, monitoring. auditing. or evaluating by TDI or the State of Texas.

2,42.

Notices. Any written notices required under the contract will be by either hand delivery’ to Respondent’s office or to TDI’s Austin office, attention Purchasing Manager. 333 Guadalupe. P. 0. Box 149104, Austin. Texas 78714-9104, or by U.S. Mail, certified, return receipt requested, addressed to the appropriate address listed above in this section. Notice will be effective on receipt by the affected party. TDI and Respondent agree that either party may change the designated notice address in this section by written notification to the other party.

2.43.

Force Majeure. TDI may grant relief from performance of the contract if Respondent is prevented from compliance and performance by’ an act of war, order of legal authority, act of God. or other unavoidable cause not attributable to the fault or negligence of Respondent. The burden of proof for the need of force majeure relief under this section will rest upon Respondent. To obtain release based on force maJeure, Respondent must file a written request with IDI.

2A4.

Subcontracts. Respondent may not subcontract tot any of the goods and/or ser\ ices required under the contract without the prior written consent of TDI See Section 1 11 of this RFO regarding subcontracting with HUBs Respondent expressly understands and acknow ledges that, in cntermg into any approsed subcontract, I’DI or the State of Texas is not liable to any subLontractor of Respondent will retain responsibility for ensuring that the Respondent for any amounts. performances rendered under ‘my subcontracts comply with all requirements of this procurement as if such performances were rendered by Respondent

2.45.

‘rifle and Ownership. TDI and the State of Texas ss ill receive and Respondent will convey to TDI and the State title, ownership and licenses. whichever is applicable to all goods and/or serx ices tinder the contract.

Texas 1)epartinenr of Insurance RFO No. 13-MVB-6101 Page 21 qf 31

2.46.

Severability. If any pros isbn of the contract will, for any reason, be held to violate any applicable law. and so much of the contract is held to be unenforceable, then the invalidity of such a specific provision will not be held to invalidate any other provisions: such other provisions will remain in full force and effect unless removal of said invalid provisions destroys the legitimate purpose of the contract, in which event the contract will be canceled.

2,47.

Entire Agreement. Except as expressly provided otherwise herein, the contract will represent the entire agreement by and between TDI and Respondent regarding the subject matter of this RFO. This agreement may not be changed except by TDIs written Change Notice to the contract or otherwise by the mutual written agreement of the parties.

2.48.

Dispute Resolution. th 76 Texas Legislature added Chapter 2260 to the Texas Government Code. which 2.48.1. The pertains to the resolution of breach of contract claims against the state. TDI has adopted rules under Chapter 2260, as authorized by that statute. To the extent that Chapter 2260 of the Texas Government Code applies to a contract resulting from this RFO, then the dispute resolution process provided for in Chapter 2260 of the Texas Govemment Code shall be used, as further described herein, by TDI and Respondent to attempt to resolve any claim for breach of contract made by the Respondent arising under the contract.

2.48.2. Respondent’s claim for breach of contract that the parties cannot resolve in the ordinary course of business shall be submitted to the negotiation process provided in Chapter 2260, subchapter B. of the Government Code. To initiate the process, the Respondent shall submit written notice, as required by subchapter B of Chapter 2260. to the attention of TDI General Counsel. The written notice shall expressly state that the provisions of Chapter 2260. subchapter B are being invoked by the Respondent. Said notice must also be given to all other representative of TDI and the Respondent otherwise entitled to notice under the parties’ contract. Compliance by the Respondent with Chapter 2260, subchapter B is a condition precedent to filing a contested case proceeding under Chapter 2260. subchapter C, of the Government Code 2.48.3. The contested case process provided in Chapter 2260. subchapter C. of the Government Code is the Respondent’s sole and exclusive process for seeking a remedy for any and all alleged breaches of contract by TDI if the parties are unable to resolve their disputes under Section 3.51.2. 2.38.4.

Compliance w ah the contested case process provided in Chapter 2260. subchapter C is a eondtion precedent to \eeklng consent to sue from the Legislature under Chapter 107 ot the Civil Practices and Remedies Code. The execution of a contract by TDI or any other conduct of any representativc of TDI relating to a contract shall not be considered or construed as a wais r by fDI of sovereign immunity r of any rights, privileges, defenses or mmunities available to D1 as an agency of the State of Texas or as a waiver of IDI’ s termrnation rights or other termination provisions or expiration dates of the contract

2.48.5.

Neither the occurrence of an event nor the pendency of a claim for breach of contract constitutes grounds for the suspension of performance by the Respondent. in whole or in part.

2.38,6, To the extent that Chapter 2260 of the Texas Go\ernment Code does not appl to a contract resulting from this RFO. should a dispute arise out of the contract. TDI and Respondent will first attempt to resolve r hrouh direct diccussons n a spirit of mutual cooperation, If the

Texas Department of Insurance RFO No. 13-MVB-6101 Page 22 of 31

parties’ attempts to resolve their disagreements through negotiation fail, the dispute will be mediated by a mutually acceptable third-party to be chosen by TDI and Respondent within fifteen (15) days after written notice by one of them demanding mediation under this Section. Respondent will pay all costs of the mediation unless TDI. in its sole good faith discretion. approves such or some portion of such Costs. By mutual agreement. TDI and Respondent ma\ use a non-binding form of dispute resolution other than mediation. The execution of a contract h TDI or any other conduct of any representati\e of TDI relating to a contract shall not be considered or construed as a waiver by TDI of sovereign immunity or of any rights. privileges, defenses or immunities available to TDI as an agency of the State of Texas or as a waiver of TDI’s termination rights or other termination provisions or expiration dates of the contract. To the extent consistent w ith other Texas Law. including, but not limited to. the Texas Public Information Act and the Texas Open Meetings Act, any non-binding dispute resolution process conducted under the terms of this section will be confidential within the meaning of Tex. Civ. Prac. & Rem. Code Ann. § 154.053 and 153.073. 2.49.

Notice About Certain Information Laws and Practices. With few exceptions, you are entitled to be informed about the information that the TDI collects about you. Under sections 552.022 and 552.023 of the Texas Government Code, you have a right to review or receive copies of information about yourself, including private information. However, TDI may withhold information for reasons other than to protect your right to privacy. Under section 559.004 of the Texas Government Code, you are entitled to request that TDI correct information that TDI has about you that is incorrect. For more information about the procedure and costs for obtaining information from TDI or about the procedure for correcting information kept by TDI. please contact the Agency Counsel Section of TDI’s Legal & Compliance Division at (512) 475-1757 or visit the Corrections Procedure section of TDI’s web page at www.tdi.texas.gov.

2.50.

Product Terms and Conditions. 2.50.1. Web based Components. For any web based components. the Respondent’s system or service must meet all the State of Texas Accessibility requirements. These requirements were changed to comply with the 79 ( provisions of House Bill 2819 th Regular Session), and aligns the State requirements with The State of Texas accessibility the Federal accessibility standards (Section 508). requirements can be found in the Texas Administratie Code, Title 1, Administration, Part 10. Department of Information Resources. Chapter 206, State Web Sites that is available at the following URL’ httffinfo.sos,state,tx us/pls/,pub/readtacSext.ViewTAC kac, v1ew4f1=1,p=1 0&ch2Q

2.50.2. Flectronic and Information Resources kccessibilitv Standards, s Required by I JAC Chapter 213 (pplicable to State Agenc and Institution of Higher Education Purchases Only). Effective September 1. 2006. state agencies and institutions of higher education shall procure products which comply w th the State of Texas ‘\ccessihiiit’. requirements for Electronic and information Resources specified in 1 TAC Chapter 21 3 when such products are a\ailahle in the commercial marketplace or when such products are developed n response to a procurement solicitation. c2.) Respondent shall proside FDI with the URL to its Voluntar. Product Accessibility Template VPAT for reviewing compliance with the State of Texas Accessibility requirements hased on the federal standards established under Section 0S of the 5 aailab1e Rehabilitation Act. or indicate that the productiservice accessibility information i \Viiard” Acessibl \dministr i n “Bu the from Services Genera

Texas Department of Insurance RFO No, 13-MVB-6101 Page 23 of 31

(http://ww.buyaccessible.gov). Vendors not listed with the “Buy Accessible Wizard” or supplying a L’RL to their VPAT must pros ide TDI with a report that addresses the same accessibility criteria in substantively the same format. Additional information regarding the “Buy Accessible Wizard” or obtaining a copy of the VPAT is located at http://www section508 ov/. .

.

2.50.3. Purchase of Commodity Items Applicable to State Agency Purchases Only>. (1) Texas Government Code. §2157.068 requires State agencies to buy commodity items, as defined in 2.50.3(2) below, in accordance with contracts developed by DIR. unless the agency obtains an exemption from DIR pursuant to I Tex. Admin. Code Chapter 212. If the commodity item is not aailahle on a DIR contract, or an exemption is not granted by DIR. then the purchase must be made pursuant to I Tex.Admin.Code §20.391. (2) Commodity items are commercially available software, hardware and technology services that are generally available to businesses or the public and for which DIR determines that a reasonable demand exists in two or more state agencies. Hardware is the physical technology used to process, manage, store, transmit, receive or delier information. Software is the commercially available programs that operate hardware and includes all supporting documentation, media on which the software may be contained or stored, related materials, modifications, versions, upgrades, enhancements, updates or replacements. Technology services are the services, functions and activities that facilitate the design, implementation, creation. or use of software or hardware. Technology services include seat management. staffing augmentation, training, Technology services do not include maintenance and subscription services. telecommunications services. Seat management is services through which a state agency transfers its responsibilities to a vendor to manage its personal computing needs. including all necessary hardware. software and technology services. (3) Vendor agrees to coordinate all State agency commodity item sales through existing DIR contracts. Institutions of higher education are exempt from this Subsection.

2.51. Liquidated Damages: Intentionally Left Blank 2.52. Acceptance of Terms. By submitting an offer, acknowledging and accepting the contract or delivering any goods and/or ser ices under the contract. Respondent acknowledges, accepts and agrees to all terms of the contract, including, but not limited to. this RFO.

Part 111. Statement of Work 3.1. General Ovemew. Ehe fexas Departnent f Insurance (IDI) is requesting sealed c mpct education tool md related ser ices. as indicated below in this RIO

tive otfurs for provism n

3.1.1. The interactive educational tool will: a. b. c.

use a standard template ot basic coverages to let consumers select and compare coverages provide policy coerage information in plain language use graphics that illustrate the concepts of rates and coerages.

3.1,2, Other key features are:

of a

ntcractise

Texas Department of Insurance RFO No. 13-MYB-6101 Page 24 of 31

a.

b. c. d.

The tool will be interactise. For example, the consumer could select one or more various coverage types. then see the impact of haing or not having them in terms of out-of-pocket costs if the consumer’s car or home is damaged b hail, flooding. w md. or other perils. The tool ill comply v ith section 508 accessibility standards. The tool v ill be asailable in English and Spanish. The tool will work on mobile devices.

3.1.3. The tool ill: a. b. c. d. e.

hae a goal and a narratie that leads the user to the goal, consequences from choices. and reards or upgrades along the way. have levels, for example, easy. medium, and difficult. with the goal to reach the highest lesel. proide the user with tools to use for protection: for example, to help prevent damage from wildfire, the homeowner can water the foundation of their house and remove vegetation that totiches the house. be accessible to all ages. teens to boomers. have simple instructions and be intuitive for users.

3.2. Scenario analysis: The scenarios below illustrate how the coverage a consumer has purchased in their insurance polic will affect what the consumer pays out-of-pocket when the consumer has a loss. These scenarios are intended to provide a basis for comparing one proposal to another.

3.2.1. Automobile insurance wser refers to the person who is playing the game) a. Present a sample auto policy Declaration page and highlight the coverage and deductible amounts in the policy. Explain what a deductible is. i. Present the user w’ith a math problem; if the user made a claim for repairs and the repairs totaled 5, how much would the deductible be? h. User picks a sedan. pickup truck. or sports car. Show the user how the choice of vehicle will impact the insurance premium the user will pay. c. User gets a parking ticket. Show the user the effect it will have on the premium rate. d. User has one speeding ticket and gets another speeding ticket. The user takes a driver’s education course to remove one ticket. Show the effect this w ill have on the premium rate. e. User causes an accident that damages both the user’s and the other dri\er’s car. Estimated cost to repair the user’s car is S, and to repair the other driver’s car is i. If the user has liability coverage only, then the damage to the other driver’s car is covered. Damage to the user’s car is not covered and user will pay the cost to repair their car. The user will pay $ ii. If the usur has collision coserage and minimum liability limits, then the damage to the user’s car for damage to their car minus and the other driver s car is cosered, The user will pay S their collision deductiblL amount Ihe damage to thc other driver’s car vill hc paid u to minimum limits, If the user ha’s liability coveragc above the minimum limits, then the damage to he other drvcrs ii car is covered up to the limit amount. Another driver hits the user’’. car. The other driver has liabili[\ insurance Coverage. I. if the user has collision msurance. then the damage to the user’s car is covered. I g, Another driver hits the user’s car. The other driver does not have insurance. If the user has uninsured/underinsured motorist coverage, then the damage to the user’s car i covered. If the user has collision coverage, then the damage to the user’s car is covered. Ii, h The Hsrs car s damaged during a hailtorm and flood event The car was flooded and there are ‘dincs’ from the hailstones Etmatc to repair the car s If the user has liahdity LO ace onk then none of the pairs are covered —

.

$_____

Texas Department of Insurance RFO No. 13-MVII-6101 Page 25 of 31

ii.

If the user has comprehensive coverage, then the damage to the users car is covered minus the user’s deductible amount.

3.2.2. Homeowners insurance (user refers to the person who is playing the game) a. Present a sample homeowner policy Declaration page and highlight the coverage and deductible amounts in the policy. Explain what a deductible is: Present the user with a math problem: if the user made a claim for i. repairs to the roof of the home and the repairs totaled $__, how much would the deductible be? b. Present a scenario to illustrate the difference between actual cash value and replacement cost coverage. Example: Homeowners insurance policies offer actual cash value or replacement cost coverage to replace your damaged, stolen, or destroyed personal property.

• • •

Replacement cost is what you would pay for the item at today’s cost. Actual cash value is what you would pay for a similar item at today’s cost minus depreciation (replacement cost minus depreciation). Depreciation is a decrease in value due to wear and tear or age. Claim Scenario: Your home and some furnishings were damaged during a recent wildfire. You made a claim to your insurance company and have met your deductible. Now you are looking at replacing the damaged furnishings. Last year. you bought a sofa for your living room for 52,000. The amount of money you will receive to replace your sofa depends on the type of coverage you have. • •

If you have actual cash value coverage, the company might pay you $1,500 because that is the actual cash value of the sofa today (replacement cost minus depreciation). If you have replacement cost coverage, the company will pay $2,100 because that is what it would cost to buy a similar sofa today.

Note: If you have replacement cost coverage, most insurance companies will give you the actual cash value of an item and require you to s.ubmit a receipt for the new item before paying you the

remainder. Example: • With actual cash value coverage, you will receive a payment from the insurance company for $L500. • With replacement cost coverage. von will first receive a payment from the insurance company for 51,500. When you submit your receipt for the sofa, the company will pay for the difference between S 1.500 and the amount von paid to replace the sofa upto 52.100. S2.100 = Amount of the receipt for your new sofa S I .500 = Actual cash value of the sofa and amount sent to you by the company after you filed a claim $600 = Amount the company will send you after you submit a receipt for $2,100 c.

A flood disaster occurs following Tropical Storm Mary and the user’s home is flooded. In addition, mold develops on some walls within the home. Carpet and flooring need to be replaced along with interior paint throughout Mold remediation will he necessary also. The cost of flooring and paint repairs is estimated to be S. The mold remediation estimate is

_______________

Texas Department of Insurance RFO No. 13-MVH-6101 Page 26 f 31

and the user will deductible. Insurance will pay The user has a dwelling policy with a pay S_. Mold damage w ill not he covered. The user has a homeowner’s policy with a S___ deductible and mold coverage up to S. ii. Insurance will pay S__. and the user will pay S_ deductible. mold coverage up to $__. and a The user has a homeowner’s policy with a S iii. and the user will pay S_. flood insurance policy with a deductible. Insurance will pay S d. During Tropical Storm Mary, the next door neighbor’s huge elm tree falls on the user’s house. deductible. Insurance will pay $__ and the user will The user has a renter’s policy with a i. pay S. The user has a homeowner’s policy v4 ith a S deductible. Insurance will pay S and the ii. user will pay S__. e. The user lives on Galveston Island and Hurricane Sam blows the roof off the home and rain damages the interior. Estimated cost of repairs is S___ for a new roof and S__ for the interior paint. carpet. and flooring. deductible and a windstorm policy through the The user has a homeowner’s policy with a i. Texas Windstorm Insurance Association. The homeowner’s policy will cover rhe windstorm policy will cover The user’s share of the cost will be S_____ ii. f. The user returns home after a vacation and finds the home has been vandalized. The user had a burglar alarm, the alarm was set, but the thieves moved quickly before the police arrived. The thieves stole two laptops. three flat screen TVs. and some gold, silver, and diamond jewelry. In addition. the thieves kicked in the back door and damaged some furniture. The user estimates the cost to replace the laptops Cost to repair the back door and . and the jewelry is S the flat screen TVs is S is S the furniture is S______ The user has a homeowner’s policy and replacement cost coverage. The insurance company will i. pay $_ and the user w ill pay S. The user has a homeowner’s policy and actual cash value coverage. The insurance company A ill ii. pay S_ and the user will pay $. wildfire destroys the user’s home and garage with an SUV inside. Cost to rebuild the home is S. A g. replace the SUV is S. replace the contents of the home is S and replacement cost coverage. The insurance company will policy homeowner’s The user has a i. pay S and the user will pay S__. The user has a homeowner’s policy and actual cash value coverage. The insurance company will ii. pay S_ and the user will pay S_. The user has an auto policy with comprehensive coverage. The insurance company will pay iii. and the user will pay $__. S i.



.

.

.

3.2.3. Examples of games to consider when developing the proposal include.

e t

Centers hr Disease Control Zombie disaster preparedness materials i. p]/emer2enc\ .cdc,govsocialrnediaJzornbies asp Text based adventure games Adventure Island i. Monkey Island ii. Piant s, Zombies iii Aetna. New York Times ruleon4he-healthcare4aw.html Math games. p://www edheadpgL MedPartners simulated patient inter lew:

g

Bioterior ri$ ease

a, h.

d.



choose

:i

role: htt7vw uie.edu/ph!pnare/b1oteToris

____

____No

_____No

_____ _______

Texas Department of Insurance RFO No. 13-MV B-6101 Page 27 of 31

Part IV. Respondent’s Response Format

4.1. Respondent Documents: All Respondent’s documents that are related to goods and/or services, this RFO. the Offer Responses or the contract. if any. are collectively referred to in this RFO as “Respondent Documents.” Responses must include copies of all Respondent documents. TDI resenes the right to reject all Respondent documents that are not included or submitted 4ith RFO Responses. Respondent documents that are not submitted \kith Responden(s RFO response ill not be accepted or considered part of the response or any resulting Purchase Order. 4.2. Subcontracting: Respondents must indicate if any portion of this contract ill be subcontracted. Failure to answer the following questions may result in disqualifIcation. 4.2.1

If an award is issued, do you plan to utilize a subcontractor or supplier for any portion of the contract? Yes If yes. Provide the percentage of the total awards that would he subcontracted or supplied by HUBs?

HSP Completed?

Yes

HSP Submitted with Response?

No No

Yes

If no, Explain below or on a separate document, why no subcontracting opportunities are available or ‘.hat efforts were made to subcontract. 4.2.2

Is Respondent a certified as a Texas HUB?

Yes

4.3. Pre-RFO Conference. There will be no pre-RFO conference for this procurement. 4.4. Mandatory Response Requirements. 3.4.1. Legible Signature: Original & four (4 copies and one (1) COMPLETE electronic copy on CD or ilash. All REQ Responses must he legible. All Respondents must sign this REQ in ink in the space pro\ ided for ‘.gnature in this REQ Failure to manuali sign m the ‘pac pro\ ided for signature on this REQ automatically disqualifies the response The person signing REQ Response must sho title or authority to bind his or her firm in a contract. 4.4.2. Fill in Blanks and Attachments, Lnless otnerwise indicated, Respondents must ompletL. all of the following blanks and include all required attachments in its REQ Response at the_time of the initial submsionof tResoisetoIDI.

a

Respondents Contact Person. Respondent must list the name. title, phone number and fax number of the ndi idual s ho ill be the contact person for the term of contract. if any. resulting from this RFO

\ame:

____________________________________ ___________________________________ _________________________

______________ ____________________________________________________________ _______________________________________________________________ __________________________________________________________________________ __________________________________________________________________________ _______________________________________________________________

Texas Department of Insurance RFO No. 13-MVB-6101 Page 28 of 31

iii. PhoneNumber: iv. Fax Number: v. Email:

i. Business Location: I.

TI. Ill.

b.

c.

Address:

City: State:

References. Respondents must list at least two (2) state agencies or other entities to which Respondent has provided and warranted the requested or similar commodities, warranties, maintenance, services and/or supplies during the past two (2) years and the names and telephone numbers of each such agency’s or entity’s contract administrator and purchasing supervisor. If none, specify none. (I)

Agency or Entity: i. Name and Telephone Number of Contact:

(2)

Agency or Entity: i. Name and Telephone Number of Contact:

Cancellations. Respondents must list all contracts or purchase orders that Respondent executed or accepted within the last two (2) years and that were canceled by any state agency or other entity prior to completion. For each canceled contract or purchase order, include a detailed explanation for the cancellation and final resolution of the matter. Include the names and telephone numbers of each such agency’s or entity’s contact individual who has knowledge of the cancellation and the reason for the cancellation. If none. (I) (2) 3) (4)

d.

specify none. Failure to indicate will disqualify offer.

Relaties1Employees; Definition of Employee. State law imposes restrictions on certain contracts with former or retired agency employees. Respondents must list all of the following. (I) relatives of Respondent who are currently working or have worked for TDI; and (2) employees of Respondent who are current, f rm r. r rti ed empi see f TDI Sucm fyi Rspon lent m St notify TDI of any pr pct1s mplovm wh is a former mploee of I’DI prior to Lmployee’s performance r receipt of Lompensatlon under any j purchase order, \s used throughout this REQ. the term Employee mcludes ans mdi iduals who, fhe term on behalf f Respondent, will r nay pirtripaee in any ontract resulting from this REQ of representatives and other respondents personnel, ment agents personnel. replac rcludes all Emplose Respondent. Respondent regardless of how emplosd or contracted by

If none. j specify none. Failure to indicate will disqualify offer. (1 t2 (3) -t) e.

Qualifications/Experience, Respondent must spceifealR detail the Respondents ruabhcations experienLe. number of employee%. and number of year% in hu’iness pros iding Data Enrs Sers ices. RespondLnt mtist

_______________________________

Texas Department of Insurance RFO No. 13-M1B-6101 Page 29 of 31

f.

certify that each employee, including replacement employees, if any. vill po\sess the qualifications. education. training, and experience necessary to perform the services under the contract in the manner required by this RFO. Failure to provide information requested will disqualify offer. (1) 2) (3) (4) Executhe Head of Agency. Respondent certifies that they are in compliance with Texas Government Code, Title 6, Subtitle B, Section 669.003 of the Government Code, relating to contracting with executive head of a state agency. If Section 669.003 applies, respondent will complete the follo\\ing information in order for the offer to be evaluated: i.

Name of Former Executive: Name of State Agency, Date of Separation from State Agency: Position with Respondent: Date of Employment with Respondent:

g.

Mandatory Pricing Form. Respondents must complete and attach the Mandatory Pricing Form included in this RFO. Respondents must include prices, which include all costs of Successful Respondent in delivering, installing and warranting goods and ser ices that meets the specifications of this RFO. TDI will pay no costs or expenses of Respondent in submitting an RFO Response to this RFO. TDI will pay no amounts incurred prior to or for periods prior to the effective date of TDI’s Purchase Order, if any, resulting from this RFO.

h.

Names and Social Security Numbers. Names and Social Security Numbers. Responses must include names and Social Security Numbers of each person with at least 25c ownership of the business entity submitting the RFO. TDI may accept RFOs that do not include this information if TDI obtains the required information before the contract. if any. is executed. Respondents that have pre-registered this information on the TPASS Centralized Master Respondents List ha\e satisfied this requirement. If not pre-registered or if the information has changed. Respondents must complete the following: (

1) Federal Privacy Act Notice: This notice is given pursuant to the Federal Privacy Act. Disclosure of your Social Security Number (SSN is required under Section 231.006(c) and Section 231.302(c)(2) of the Texas Family Code. The SSN will he used to identify persons that may owe child ‘support. The SSN will be kept confidential to the fullest extent allowed tinder Section 231.302(e) of the Texas Family Code.

12) Enter name aho c and Social Seeurit Number below (3)

rnDm-mm

‘4 Enter name above and Social Security Number below.

5 mDmmm

Information. Respondent must be able to provide proof of the following minimum insurance coverage when working for DI on location’ Comprehensive General Liability Coverage S50.000 per occurrence: Property Damage I iability Coveragc S50 000 minimum per occurrence Respondent must be able to pre ide proof of St mdi ds W rkers Compe sation Insurance covering an Employe of Responder t who is to perform serve in&r thi ontra t Insurance

__________________

_

Texas 1)epartment of Insurance RFO .Vo. 13-MV B-6101 Page 30 of 31

Insurance coverage as described above must be maintained by Respondent during the entire term of the ithin five (5) business days of contract contract. Respondent must provide TDI with proof of insurance award in one of the following forms: i. a current binder of co\erae: ii. iii.

a current policy of insurance: or a current certificate of insurance

j.

Respondent Identification. RFOs must include RESPONDENT ID (Respondent ID #) Number, full firm name and address of Respondent. The Payee ID Number is the taxpayer number assigned and used by the Comptroller of Public Accounts of Texas. Respondent must enter this number in the spaces provided on page 1 of this RFO. if the number is not printed. If this number is not known, then Respondent must provide Federal Employers Identification Number; sole owner should enter Social Security Number.

k.

Other Information, Respondents may include any information that Respondent considers relevant but not solicited in this RFO.

4,5. Mandatory Pricing Form. Instructions: Respondents may revise titles or descriptions to better fit staffing requirements. However, they may not delete or omit positions. For each staff position listed, respondents must bid a realistic hourly rate and must not bid SO.OO. For scoring purposes. TDI ill multiply each rate by the estimated number of hours shown. Payments will be based on actual services performed.

Hourly Rate

Title Account Director

Account Management ____________________

Account Manager Account Executive Junior Account Executive Account Coordinator Brand Manager Account Planner

Account Planning

Assistant Account Planner Market Re’earcher Creative Director

Associate Creatie Director

Copyriter Copy Editor Art Director Buer I Multimedia Designer Multimedia Specialist Multi Media I Multimedia Project aer Mcdia Dir cto Media iatc ia

Creative

-

Est. Total Hrs.

Estimated Total Cost

Texas Department of Insurance RFO No, 13-MYB-6101 Page 31 of 31

Production / Traffic



,

Billing

.

,

,

Additional Services

Director Media Planner Junior Media Planner Media Buer Junior Media Buer Production Manager Production Coordinator Electronic Production Specialist Print Production Specialist Traffic Manager Traffic Specialist Staff Accountant Billing Coordinator Promotions Specialist Promotional Event Planner Translator

Post-Delivery and Implementation Annual Maintenance and Support. if required

Total:

Respondents shall submitlattach a proposed schedule of completion for the delivery/implementation of the interactiie educational tool. The schedule shall clearly indicated how many calendar days will be required for completion of the tool.

Texa Department of In curance RFO No. 13-MVB-6101 Exhibit A Sa,nple Contract Page 1 of 3 -

TEXAS DEPARTMENT OF INSURANCE CONTRACT FOR PROVISION OF AN INTERACTIVE EDUCATIONAL TOOL AND RELATED SERVICES By and between the TEXAS DEPARTMENT OF INSURANCE and [CONTRACTOR NAMEI This contract for actuarial services (“contract”) is made by and between the TEXAS DEPARTMENT OF INSURANCE. an agency of the State of Texas. with its principal place of business located at 333 Guadalupe. Austin. Texas 78701. hereinafter referred to as “TDL” and [CONTRACTOR NAME AND HOW CONSTITUTED}, sith its principal place of business located at [ADDRESS], hereinafter referred to as Contractor. Recitals

Whereas, TDI issued a Request for Offers (“RFO”) No. 13-MVB-610l to qualified firms or entities to provide an interactive educational tool and related services to TDI pursuant to Chapter 2155 of the Texas Government Code: and

Whereas. Contractor submitted a timely proposal in response to the RFO (‘Offer’): and Whereas. following a review and evaluation of submitted proposals. TDI awarded contract to Contractor.

In consideration of the mutual covenants and agreements contained herein, the parties hereby agree as follows:

L

Authority

The authority for this Contract can be f und m Chapter 2 155 of the texas Government Code

2

Ser ices

2.01. Serices, Cantractor will provide to TDT all of the sersices and other deliverables as described in and in the manner required by the following documents: (1) this three i3 page contract: 12 Exhibit A. TDEs Request for Offers No. 13MVB-6l0i: and (3) Exhibit B. Contractors Proposal Response. All of the above are attached to and incorporated as part of this Contract for all purposes. In the case of onflicts between this three (3) page contract and any of the exhibits the following indicates the order of priori y (l Fis three ( pagc cortrac 2) Exhiti \. ‘fDI R que t for Proposal No. 13 MNB 6101. Erhihit B. Contrat s Prop sa Rccpons and .

Texas Department of ln!surance RFO No. 13-M1B-6101 Exhibit A Sample Contract Paç’e 2 of 3 -

2.02. General Provisions, Contractor will provide services to TDI under this Contract in accordance ith the requirements set forth in this Contract and as more specifically described in the RFP. Contractor will provide all other services reasonably related to the above services. 3.

Term

The initial term of this contract shall be from the date the contract is executed until August 31. 2013. TDI has the option in its sole discretion to renew this contract for up to three (3) additional one (I) year periods (September 1. 2013 through August 31. 2014: September 1. 2014 through August 31. 2015. and September 1. 2015 through August 31. 2016). In the event of such renewal. the scope of services. deliverable dates. and contract amount may be negotiated. Notithstanding the termination or expiration of this contract. the provisions regarding indemnification. confidentiality, dispute resolution, intellectual property rights, audit rights, limitation of liability, tool development, limitation of distribution and varranties, shall survive the termination or expiration dates of this contract. 4.

Compensation

The total amount of this contract during the initial term shall not exceed [TEXTI ($X.XX). unless otherwise amended. The contract amount for any renewal periods shall be specified by written contract amendment signed by both parties.

5.

Certifications and Affirmations

Contractor certifies that it is in compliance with the affirmations and certifications in the RFO. Section 1.3, and agrees to such affirmations and certifications.

6.

Miscellaneous

6.01. Multiple Original Contracts. The parties shall sign this contract in as many counterparts as may reasonably be necessary, Each counterpart shall contain original signatures of the parties and shall constitute an original, but together, all counterparts shall constitute only one (I) contract.

6.02. Headings. The paragraph and section headings used herein are descriptive onl and shall hae no legal force or effect whatsoever. 7.

Sovereign Immunity

The parties agree and ackno ledge thai nothme contained in Lomractor proposal response or this contract shall in any manner he construed as a waiver of sovereign immunity or official immunity by TD1. its employees, or the state of Texas EDT and the state of Texas retain all legal defenses and lmmunitie\ ailable to each. IDI does not waive any pin ileges. rights, defenses, remedies r immunities, available in fDT is an agency f the State nf Taxjs nr ntherwica aviilable in TDL By the signatures below ach signatory reprrsents and warrants that they hav the authority to enter into this Contract on behalf of the respective parties

Texas Department of Insurance RFO No. I3-MVB61OI Exhibit A Sample contract Paçc3 il3 -

TEXAS DEPARTMENT OF INSURANCE

[CONTRACTOR

By Karen A. Phillips Chief of Staff

By [Namel [Title]

Date:

Date:

I

Texas Department of Insurance Request for Offers No. 13-MVB-6101 Exhibit B TDI’s Technical Environment TDI’s Technical Environment The following section details the technical environment within which the programming service is required to operate. TDI Hardware Resources TDI has an integrated distributed platform that ultimately forms a seamless systems resource for the user. The agency consists of a broad computing environment, hosted by statewide Datacenter Services (DOS> contractor, which provides the following services: web-based, utility, database, file/application, disaster recovery, and servers for processing backups. DOS vendors migrated TDI’s servers to the State Data centers. As TDI servers transformed, they became virtual servers on hardware maintained by the State data center. Some servers will physically remain on-site at TDI data centers including two Biscom Fax utility servers. At the user end of the enterprise, TDI has installed approximately 2000 desktop PCs and 345 laptops. The agency, through an outsourced services contract, has 155 Xerox multi-function devices, which provide print, copy, fax, and scan functionality to agency staff. Approximately 200 desktop printers are installed for individual use.

The switched Ethernet LAN is attached to the TDI Wide Area Network (WAN) All network to enable agency-wide communications and file sharing. attached workstations and laptops are connected through a Microsoft Active Directory domain. TDI Major System Software Operating System Software Desktop TDI Desktop environment consists of approximately 2000 desktop and 345 laptop computers primarily on a Windows 7 version 6.1 platform. The desktop computing is mainly 32-bit with 60 laptops and 40 desktops 64 bit Operating system. A small number of running Windows 7 Windows XP devices supporting third party applications remain in use. The majority of Department staff work in one of two Austin headquarters buildings. Mobile and remote staff members connect to the network via Citrix (Xenapp 4.5) or VPN (Cisco Systems VPN Client Version 5.0.07,0410), Devices are managed under Desktop Authority 9.03. Server

N:\Prchsng\B ids & Contracts\Bid Documents\20 .1 3\1 3MV.B-6 101 HeIpinsure Web TooL\RFO as Posted \ ersion RIHO i MVB 610 1 Exhibit BTDI INFRASTRUCI E RE deL x P 1 ol 5

Texas Department of Insurance Request for Offers No. 13-MVB-6101 Exhibit B TDI’s Technical Environment The TDI Server Environment consists of approximately 95 servers which run a combination of Windows, UNIX and Linux. Approximately 77 servers run a combination of Windows 2003 R2 and Windows 2008 R2. The majority of the servers are run in a VM environment in the outsourced state data center. The servers consist of file sharing, application, database and utility servers. TDI replaced the Novell GroupWise environment with a cloud-based Outlook offering in December 2012. UNIX (AIX 5.3 or higher> AIX is a computer operating system widely used The AIX for the backend of the Workers Compensation System. Agency to host the the TDI system is applied in environment operating applications TXComp eClaims and TXComp Provider systems. TXComp eClaims and Provider applications run on Websphere 5.1 and 4.0 respectively. Communications Software • TCP/IP. Transmission Control Protocol/Internet Protocol is a set of networking protocols being used throughout the industry to provide multivendor connectivity and interoperability. • SQL*Net. SQL*Net is a software layer that cooperates with various protocols to provide a distributed processing environment for the Oracle RDBMS.

Office Automation Software •

Cloud based Microsoft Outlook 2007 recently replaced Novell GroupWise TDI uses Outlook for electronic mail (notes and documents), 8. calendars, scheduling meetings, etc. TDI is in the process of migrating archived email to the cloud with a March 2013 estimated completion date. All MAPI interfaces must be compatible with GroupWise until the transition is complete. TDI plans Microsoft Lync implementation in calendar 2013. Biscom FaxCom. Biscorn FaxCorn is used to meet agency requirements on sending/receiving electronic faxes. Microsoft Office 2007 Professional for Windows. The Microsoft suite of software is used to address agency needs such as word processing, spreadsheets, project planning, presentations and small databases.

Remote Access Software Citrix Presentation Server 4.5 RP6. Citrix is remote access software, which provides a virtual desktop environment and delivers applications over the network and Internet to field office and remote staff. • Cisco VPN. Cisco Systems VPN is used to provide VPN connectivity for TDI remote staff and local wireless connections. N:\Prchsng\Bids & Contracts\Bid Documents\2OI3\I3IvIVB6IOI Helpinsure Web TooI\RFO as Posted \ eron RFO I \4\’B 6101 Exhibit BIDI INFRSTRLCTERE do.s p 2 of 5

Texas Department of Insurance Request for Offers No, 13-MVB-6101 Exhibit B TDFs Technical Environment Programming Languages • PC SAS 9.x. Statistical Analysis System for the PC enables users to access, manage, analyze, and present their data. SAS can access raw SAS is a powerful data files and data in external databases. programming language and a collection of ready-to-use procedures. • PERL 5.6 and 5.8. PERL acts as a command interpreter that includes a programming language, which can be used to create small and large programs. Reporting Tools • PCSAS9.1.3sp4 • Crystal Reports • Oracle*Reports. A reporting tool for developing and executing reports. This product is not being used for new development. • Oracle Discoverer Relational Database/Development Tools TDI’s current standard is that the relevant vendor for Oracle and all database versions used with the third party product(s) must fully support the certified version and not in an announced End of Life (E0L) cycle at acceptance I implementation. The Agency prefers to stay with the HG versions of Oracle RDBMS. Oracle Relational Database Management Systems include the database manager and several features that assist users and database administrators (DBA5) in maintaining, monitoring, and manipulating data on various platforms. The Oracle RDBMS includes a complete implementation of SQL, the ISO- and ANSI-standard language for RDBMS. SQL*Plus. A tool to execute ad hoc SQL and PLJSQL statements Oracle Application Server. Allows Web applications to access Oracle databases. Oracle Enterprise Manager with Diagnostic Pack, Tuning Pack & Change Managent Pack. Allows DBA5 to manage Oracle Databases. Microsoft SQL Standard 2008 64-bit or Higher MS SQL Standard Edition. SQL Server Standard edition includes the core database engine, along with the stand-alone services It differs from Enterprise edition in that t supports fewer active instances (number of nodes n a cluster) and does not include some high availability functions such as hot-add memory (allowing memory to be added while the server is still running), and parallel indexes. TDI uses shis product for third party applications and utility rules and storage that will not run under Oracle. No development or end-user data is stored here.

N Pr\ng\J3d. & C’ntratsBid D trnent’(J1 3.1 \1VB 11i)i He!ppl\ure Veh Ti\RFfl \ erinRFC) 1 M\ B-bl(11 E\fllbll B fIJI 1FRASfRI. CT UI E.ck Pa 3 5

Pted modtied

1

Texas Department of Insurance Request for Offers No. 13-MVB-6101 Exhibit B TDI’s Technical Environment Microsoft Internetllntranet Website Standards uS TDI uses Microsoft Windows 2003/2008 servers to provide Internet and Intranet web content to both public and internal employees. Some of the site standards are: • Web Server: ITS 6.0/7.0 • MS Index Server: Search Engine a MS Search Page: Query.asp a DTSearch Indexing and Query. Not available on all servers. a .net available: 2.0, 3.0, 3.5, 4.0 a Webpage standard extensions used: .html, .asp, .inc, .js, .css, .vbs, .jpg, .gif a Internet Video/Audio publications are presented under TDI’s Microsoft Media Server (MMS), are limited to 300 connections, and have a bandwidth limit of 220 Kbps stream Telecommunications Infrastructure for Data Processing Description The TDI network is made of switched Ethernet, which is connected together using a combination of Cisco Switches, as well as Cisco Routers. A Symantec Enterprise Firewall and a 40 Megabit Ethernet connection tied into a fiber optic communication network to CapNet connect the agency to the outside world, including DIR and other State agencies. TDI exchanges information with other entities via SFTP, WEB application services, E-mail and inter/intranet Web sites. All TDI offices connect internally with Ethernet switches and connect to the State data center through a DIR managed MPLS WAN network using Cisco routers. Local Offices TDI has several locations in Austin: • a

a

The Hobby building is in downtown Austin The Metro building and Records Retention Center are in southeast Austin The Cameron Road Warehouse and Austin Field Office are each in north Austin

Remote Offices TDI has over 30 field office locations across the State, whicr house various Agency staff with Microsoft Windows 7 Three field offices connect through DSL the Workstations remainder are direct connections with circuit varying by number of staff and business functions performed in the office. Protocols used by TDI a Microsoft TCP/IP between workstations and the file servers. a TCP/IP between workstations and the Oracle database. Interagency Network Participation \ .Prh,nBids & Cnti au.%’Bid Duurnent\0 I I 1VB-0 101 HeIrnn%ure Web TtbRFO a Pc ted m thlieu Version RIO I ,-M\ 8-6101 I-xhthit B IDI P\FRA,T RL( TURF doLx Pa’c 3 ‘t

/

Texas Department of Insurance Request for Offers No. 13-MVB-6101 Exhibit B TDI’s Technical Environment •

• • •

TDI can exchange e-mail with any organization (government or private) using the SMTP protocol. TDI has the capability of reaching any site on the Internet via SFTP, Telnet, or Web. TDI allows FTP only with vendors and/or agencies with which there is a VPN tunnel. TDI hosts various Web Applications. TDI participates in the Texas Online Web portal. National Association of Insurance Commissioners TDI accesses NAIC’s mainframe (SQLJDS) (NAIC) via a secure web portal. TDI’s Fraud division accesses the National Insurance Crime Bureau (NICB) to research insurance agents and companies. The Office of Attorney General connects to TDI’s Compass application via Citrix. TDI connects to the Comptroller’s Office via the Internet. Application data is exchanged via VPN. TDI connects with Vertafore SIRCON application via the Internet to exchange information related to licensing software. Application data is exchanged via VPN. -

• •

File Transfer Program (FTP) TDI receives the following information via FTP through CapNet over a VPN tunnel • USAS Reports from the Texas Comptroller of Public Accounts (CPA) • LOCKBOX from the Cash System from the Texas Comptroller of Public Accounts(CPA) • P72REF (non-tax payer) from the Texas Comptroller of Public Accounts (CPA) Telnet. TDI accesses the following agencies via Telnet through Cap Net: The Texas Comptroller of Public Accounts (CPA) to access the USAS, USPS and SPA systems The Texas Legislative Council (TLC) for ABEST which is associated with the Legislative Budget Board The University of Texas (UT) library system. • The Texas Workforce Commission (TWC) to access the state job listings system.

N:Prch nBi & C ntratBid Do umernN {)1 3 13 MVB-i1)l F{epinsuie Web LThRF() a P tee tag5 t5 ‘qeiionRIO I i1\ I3-6bi hhibit B TDI INFRASIRUCEt RE

___

Texas Department of Insurance Request for Offers No. 13-NIVB-6101 For Provision of Interactive Educational Tool and Related Services Checklist of Required Documentation This Checklist indicates documentation that MUST be submitted with all offers.

RFP Section(s), Page Number(s ‘over Page (page 1). 1.10. 1.11 1.3.8. 4.4.2(f) 1 .4 over Page ( page 1. Ii. 12. 4.4.1 1.2.10, 1.3.13 4.2.9. 4.4.2(e) .4.2( a) L4.2(b) 1,4,2(c) IA.2(d) 4.4.2(h) 12.8 1.4.2(i) 4.2. I 1 4.2. 12 R.2. 1 3

fBD Le\el I

Requirement IUB Subcontracting Plan

Level Viandatory

* Level 1 xecutive Head of Agency * Level 1 keferences Vlandatorv 1 signed of numbers Correct pn Time. Properly Submitted. riginal. 4 copies. I complete electronic copy dditions to. or exceptions from. RFP Terms and Conditions Vlandatorv Vlandatorv Qualifications & Experience Viandatory Person espondent’s Contact eferences. states, agencies (2 each) Vlandatory ‘ancellations within past 2 years Viandatory .elatives/Employees * Lee1 I ame/SS # for 25% owners Mandatory ‘onflicts or potential conflicts Vlandatorv nsurance Requirement andatory egal Actions * Level I Subcontracting Information VIandator Changes in Ownership Conditions VIandatory espondent s Identification ty,ricing_Form including Schedule ndator \cknowledegt and re iew of anLaddenda_issued

Must he addr scd and is nandator\ if applicable to Respondent.

Texas Department of Insurance Purchasing & Contract Administration, Mail Code 108-lB 333 Guadalupe • P. 0. Box 149104, Austin. Texas 78714-9104 512-463-6174 telephone • 512-463-6159 fax

Addendum No. 1 to Request for Offers No. 13-MVB-6101 For Provision of an Interactive Educational Tool and related services

Responses to this Request for Offers (‘RFO”) must be received on or before Thursday, March 28, 2013, at 2:00 p.m., Central Time

1.0

Addendum Date Monday, March 18, 2013

2.0

Purpose of the Addendum In accordance with RFO Page 2, Section 8. Questions and Answers, and Section 1.21, Right to Amend. Modify or Withdraw, the RFO, the purpose of this Addendum No. I is to:

2.1 2.2 3.0

publish the questions received during the period for submission of ritten questions, and the Texas Department of Insurance (TDI) responses thereto: and to amend Section 3.1.1 in order to include clarifying language.

Section 3.1.1 RFO page 23, Section 3.1.1 is amended by adding the following paragraph after subparagraph (c): “TDI will control the content of the electronic tool. The vendor will host the tool and provide pricing for hosting and maintaining the tool.”

30 Question No. 1 Where il1 the interaction he

found? On the main TDI website?

Response to Question No. 1 Helpinsure.com and the TDI main webs ite will have links to the imeractive tool.

Texas Department of Insurance Addendum No, 1 Page 2 of 7

Requestfor Offers No. 13.MYB.6101

Question No. 2 RFO page 3: For the three year optional period, do you prefer a retainer fee method or invoice as needed method? If you prefer a retainer fee, please provide the anticipated services required of the vendor during this time frame. Response to Question No. 2 The purpose of each one-year option (there is no provision for a three-year option) is anticipated to pay for updates, if any, and maintenance and support services. It may be the case, that none of these are required, in which case, once development and implementation occur, the contract may be allowed to lapse. TDI does not contemplate requesting further or different interactive education tool development. however, TDI does not desire, at this time, to foreclose such possibility. Question No. 3 RFO page 17. Prepayment: We typically request partial payments throughout the development process. Do you have any exceptions to this rule? Response to Question No. 3 The RFO address prepayments by way of precluding them at Section 2.14. Question No. 4 RFO page 24, Spanish: Will TDI provide the Spanish translation or do we need to bid that as well? Response to Question No, 4 IDI could pros ide Spanish translation services, however fDI desires to know the cost of contractor-provided translation prior to determining which party shall translate Sec Sec or 4 5. Mandatory Pricing I orm. Additi nal Services Question No. 5 RFO Section 3.1.3: What is the Selected Respondent’s expected invo1ement in uriting the creative narrati e. storyhoards. and determining the difficuit le els? Response to Question No. 5 The selected respondent ill develop the ineeract e teaching tool including the narrati\e. stor\hoards. and difficult\ ieeis. TDI expects the project team, including

Texas I)epartment of Insurance Addendum No. 1 Page 3 of 7

Request for Offers o. 13-MVI?-6101

the vendor and TDI staff, will meet regularly during the development process, and the TDI staff will provide feedback as the development progresses. Question No. 6 REQ Section 3.2. Scenario Analysis: These items are simply a starting point for the interactivity, correct? If the analysis actually outline the entire concept. then please provide your vision for the level of difficulty requirement. You mention that “these scenarios are intended to provide a basis for comparing one proposal to another.” Are you referring to Respondent’s proposals or insurance policies?

Response to Question No. 6 Qn page 24, the sentence, “These scenarios are intended to provide a basis for comparing one proposal to another[,1” refers to the Respondents’ offers. TDI has provided these scenarios as a framework for comparison among respondents’ offers.

Question No. 7 Exhibit B. Technical Environment: The document lists a Windows server. MySQL and PHP are not listed. Can we suggest a third-party server as a work around. allowing these development tools be made available for this project? Response to Question No. 7 TDI encourages Respondents to offer a secure hosted solution built using publicly available software. TDI will implement one or more links to the software at http://www.tdi.texas.gov. TDI must own the domain and any related assets in case TDI decides to assume ownership of the product at the end of the contract resulting from this Request for Qffers. Question So. S What is the minimum budget ou expect this project will require based on your expectations of the necessary technology experience and work required of the sendor?

Response to Question No 8 TDI does not divulge budgetary information during the solicitation process.

Texas Department of Insurance Addendum No. I Page 4of7

Request for Offers No. I3-MVB61Ol

Question No. 9 Will the tool require integration with rate information or other externally generated information? Response to Question No. 9 No. the tool will not require integration with rate information or other externally generated information. Question No. 10 If the tool does require integration with external information, what are the requirements for ongoing maintenance / update of that information? Response to Question No. 10 See response to Question No, 9. Question No. 11 Are there other systems, databases or applications that will be required to integrate or share data with the tool? Response to Question No. 11 No. Question No. 12 Integritas would like to pursue prime or subcontracting opportunities on this RFO. Contact: Ndubuisi Nduaguba. (512) 524-7596, [email protected]. integritastech.com. Response to Question No. 12 0 r

response is required.

Question No. 13 Austin-based, HUB-certified vendor. Sue Ellen Jackson Marketing and Communications, is interested in writing/editing subcontracting opportunities on this RFO. Contact: Sue Ellen Jackson, Marketing and Communications. 512-345-5259,

Texas Department of Insurance Addendum No. 1 Page 5 of 7

Request for Offers No, 13-MI B-6101

Response to Question No. 13 No response is required. Question No. 13 Who is the target demographic (age range and/or ethnicity(s)? Response to Question No. 14 See page 23. The target audience is: accessible to all ages. teens to boomers. Question No. 15 Is there an annual income demographic to be considered? Response to Question No. 15 No. Question No. 16 Will the app(s) be accessed through TDI’s primary website? Response to Question No. 16 Yes. TDI will link from its primary website. http://www.tdi.texas.gov. to the tool hosted on another website. Question No. 17 [continuing from Question No. 16j If not, is the design of a new, dedicated website for 9 the educational tool required Response to Question No. 17 No Question No. 18 if a dedicated website design is necessary, will any npe of ‘branding’ effort be required design and creation of a unique identity” for the website and educational tool? --

Texas Department fI,isura,ice Addendwn No. I Page 6 of 7

Request for Offers No. 13-MVB-6101

Response to Question No. 18 This line of questioning may be appropriate to the evaluation phase of the solicitation process but cannot properly be addressed during this active solicitation phase. Question No. 19 While it appears that TDI’s is a Windows 7 environment, is it desired that the educational tool should be accessible to iOS devices, too (in other words, not built in Flash, which is incompatible with iOS devices)? Response to Question No. 19 Yes, the tool should be accessible to iOS (Apple) devices. Question No. 20 The ‘Zombies” and ‘EdHead” samples appear whimsical, while the other samples are fairly straightforward andlor serious. Based on the target audience. in which of those two very different directions do you see the education tool leaning? Response to Question No. 20 See Response to Question No. 18 Question No. 21 Will user testing be a necessary part of development’? If so, will testing be handled by the TDI or is it the bidders responsibility? Response to Question No. 21 Yes, user testing will be part of development. The Selected Respondent will he responsible for coordinating and monitoring the testing. Some TDI staff will be part of the testing group. Question No. 22 Similar to the ‘EdHead’ ampies will the educational tool be more effective animated or more effective as (essentialiv static imager\ and text (similar to most of the other samples )‘? --

--

Response to Question No. 22 See Response to Question No 18

Requestfor Offers No. 13-MVB-6101

Texas Department of Insurance Addendwn No, 1 Page 7 of 7

Question No. 23 Is the desire that the experience have more of a game-like energy/motivation and interactivity or should it be more of a simple click-through experience (like most of the samples)? --

Response to Question No. 23 See Response to Question No. 18. 5.0

Acknowledgement of Receipt and Review of Addendum Respondents MUST acknowledge receipt and review of this Addendum No. 1 to RFP No. 13-MVB-6101 by signing below and submitting this signed acknowledgement in and with the offer and on time.

Signature

Print Name and Title

Print Company Name

Date

[End Addendum ?o. 1]

TEXAS DEPARTMENT OF INSURANCE EXHIBIT B Contract No. 13-4894-16

Contractor’s Best and Final Offer

From: To: Cc: Subject: Date:

‘L ai ; RE: Request for Offers No, 13MVB-6101 for Confirmabon of Best and Final Offer Wednesday, April 24, 2013 12:15:46 PM

Yes, sir. After confirming that the RFO scenarios are the only scenarios to be included in this project, the price in my proposal is our best and final offer. The price covers hosting for the first year. Thank you for the consideration! Heather Presley Original Message Subject: Request for Offers No. 13-MVB-6101 for Confirmation of Best and Final Offer From: Martin Blair Date: Wed, April 24, 2013 12:08 pm To: Heather Presley

Cc: Melissa Hield , Richard Lee

Linda Hart , Toni King , Elizabeth DeAnda , Colette Bunch
Dear Ms Presley: Pursuant to our telephone conversation just now with Melissa Hield, confirm that the prices submitted with your firm’s offer, including the price to perform the services as stated in the RFO, and the hosting costs give, are your firm’s Best and Final Offer, When responding, please dick REPLY TO ALL. Tbank yOU

Martin ‘v Blair, (‘1PM, CTCM. Contract Specialist Procuremcnt & Gcneral Ser ices Purchasing & Contract dministration Office Texas Department of Insurance 333 Guadalupe \usrin, Texas 78701 T: (512) 322-4364 ‘r : F ‘i,;r

TEXAS DEPARTMENT OF INSURANCE EXHIBIT C

Contract No. 13-4894-16

Contractor’s Offer Response, including Contractor’s Oral Presentation, dated April 17, 2013

Texas Department of Insurance REQUEST FOR OFFERS Posted to the Electronic State Business Daily Wednesday, March 13, 2013 All Respondents must complete the following: Company Name: Address: City/St/Zip: Phone No.: FaxNo.:

PRESLEY DESIGN STUDIO, LC 107 Water Street Belton, Texas 76513 254-933-8211 254-933-8293 Tax Payer LD, Number

32034438120 Class/Item: Reference No. Return by:

1

920-40, 915-01, 915-51, 915-96 13-MVB-6101 For Provision of an Interactive Educational Tool and related services Thursday, March 28, 2013, at 2:00 p.m., Central Time -

NOTE: FAILURE TO PROPERLY COMPLETE AND SUBMIT A HUB SUBCONTRACTING PLAN WILL RESULT IN IMMEDIATE DISQUALIFICATION. General Instructions: Respondents must submit a response to this Request for Offer on or before the return by date and time. Pricing must be included. The Texas Department of Insurance reserves the right to negotiate pricing. The offer opening is open to the public. All costs associated or related to the delivery of any combination of the goods and/or services requested must be provided on this form. Proposals must be time-date stamped in the Texas Department of Insurance Service Center, located at 333 Guadalupe, Austin, Texas, Hobby Building, Room 103 by no later than the hour and date specified for cceipt of ffcrs If couriered r hand &livcred, lobby sccurity sign in and bad’ng s rcquircd befi rc proposals may be submitted to the Sen ice Center Late responses will not be considered under any circumstances. Submit Responses to one of the following: Hand Deliver or Express Mail to: U.S. Postal Service to: Texas Department of Insurance Texas Department of Insurance Purchasing and Contract Administration Purchasing and Contract Administration Attn: Martin V. Blair Aftn: Martin V. Blair 333 Guadalupe, Hobby Building Service P.O. Box 149104 Center, Room 103 Austin, Texas 78714-9104 Austin, Texas 78701 Each Response must show RFO number, opening date and time on return envelope

1

exu 1.Iepurimeas Uf iaurane RFO No. 13-MVB-6101 Page 2 of32

The Respondent’s authorized agent must sign below. By signing this response, Respondent certifies that if a Texas address is shown as the address of the Respondent, Respondent qualifies as a Texas Bidder as defined in 34 TAC 20.32(68). In addition, Respondent acknowledges that all information contained in the document is true and correct and acknowledges and represents that Respondent has read, acknowledges and accepts all re rements of this RFO. Failure to sign below will disqualify this response. President

Title

March 24, 2013

Date

TA8LE OF CONTENTS

SUBCONTRACTING CONTACT INFORMATION

2

REFERENCES, CANCELLATIONS, RELATIVES CAPABILITIES & EXPERIENCE

4

EMPLOYEES

6

HEAD OF AGENCY

7

PRICING FORM EXPLANATION

7

PRICING FORM

8

NAMES & SOCIAL SECURITY

9

INSURANCE

10

STATEMENT OF WORK RESPONSE

12

PROPOSED MILESTONES

14

APPENDIX A: HSP

A

1<

I’

R

•1 0•

‘1

4

‘•1

I

4

a3

§

ç

9

,i_.

8

‘6

1

4

3

7



0

a

ii

8

a

*

P

IL

I

4

F

= —

C.

I

0

§

‘D

— a —

V

0

o

L)

hi

cS

a

(.

()I

a

sQ

U

9

p

jb)

‘.3

a

a

C

S I C

a = I—

C I

r

C

ha [zag

P tI•1

0)

c,

4’

o

5

1 —

t’

fly, P on

I —

a!

N H jt .4

.1

I!

ii

5

________________________________________

REFERENCES, CANCELLATIDNS, RELATIVES Recpondcnt as wo 2) date agenc es m ct a en t cc References. Roso m d rs must st a r d warr nea m ar C mrnod t es jrj r g, a r’ rance r. u s an 2 a cjcci s jstd ne pad tw (2) years and t aces a d +ephon jmbrs of eacn suct agecvd or ertys onra adra r s’rator and oa chas ng sacev scr. 4 none. aec iv none, b,

(1) Agency or Entity: i. Name and Telephone Number of Contact:

e SP’eohe’d, 254,770 2379 4 nnef

(2) Agency or Entity: i. Name and Telephone Number of Contact: (3) Agency or Enflty: .

Name and Telephone Number of Contact:

P ck Shroede2 54,986, )65

c. Cancellations. Respo”dents mud hst at contracts or purchase orders that Respondent executed or accepted witt in the ast two (2) years and that were canceled by any state agency or other entity pror to completion. For each oar celed contract c purchase order, include a deta ed expia ‘iat or for [e carcelatior and final res at o of the matter, rciude the names and eephone numbers of each such agency s or enitys contact ind’vidual who has knowledge of the cancellat on and the reason for the ancelIation. 1 none, spec fy none a lure to ndicate w

disqua ify otter,

(1) none (2) (4)

d

+ .r5 ReIahes/EmpIoyees Definition of Employee S a s ‘n- as a olovees asoona’ts aut i t al ttte a an owirg ( elaf e aalycs c’mJ t a e

t s ts i n ) s r or f Racp ‘art w o a ur er+v care ta l

C C

C

=

——

rn





LL

CD

u

-

Q

J.

C

C

DC

P

3D

(

(1

CD

(3

U

CD

(3

33 X

I1

1)

:3

V

nc CD

D CD Qt CD ‘

(3

_n D•

q

CD 1)

I—ri

II

rn

C,,

— —

CAPABILITIES & EXPERIENCE EXPERiENCE COlT. Holy Cow! Consulting 2013 (open project) T8D -

-

Temple DaHy Telegram

-

2013

-

http://wwwtdthomes.com

Physical Therapy/Occupational Therapy Courses 2011 -

Capital Area Metropolitan Planning Organization

Central Texas Council of Governments 2011

2011

http:/fwwwptcoursescom and o1coursescom

-

-

http:/AwwcornmutesoIutions.com

ht?p:/Iwww.ctcog,org

A

&4 MANDATORY RESPONSE RELiIREMENTS EMPLOYEES

TOl KEY PROJECT CONTACTS HEATHER PRESLEY Project Manager & Art Director

JONATHAN DWINELL, Lead Web Dev&oper

-13

1)

3-3

‘I) “

D

U

‘3

(3

3’

3 a

3’

c_ -

03-

___)

03 Of-) (13 0

1.

-3

(

0

(13

2113

3(3—

3E3 ) rj o D < p pop 33ci3

a 3’

CT’3

‘3

0 p CD)

2

-0 -(0 CD 13) 3- 0

13

0

0 E3

1) )1) (0 ç

3?

13

3

3’

E

3’

C (1

II (,

(0_

ff

t.

:3

-3

0 —13--’I)

3

=

-3

0 (1)

:3

1) 0 1 <1

0

-C, (3

3

C)

C) 0 1)

‘p

3’

13

30

C

(1

U

(3

13 > 0

130

-

)

-:3

0

3 o

‘1)

9,

C))

(_)

3

> (0

33

U

1)

.3

/

t3

(3

p

>3

rn



13

3

0

/

_n=

13< 3(13

“3

c:

-

<-3

,

C (1

13)-

3 1

1) 0

A)

cC)

‘13 C

3<

3)

3’3

3

U 0

3

)

(3

U

-

. 3 3 p .13 133 (1) 3’ 133 ‘3(0 3)13 ‘1) -3’ ‘I) P P1. .-3

(3

30301 0 3 3

.13

3.’

3 3’

3

33 3 -3 0(3

‘3-

.13 a) -‘‘13

(--

33’l)

‘3

3 33 3 (13)

0

2 (): 333 (1)

3’3143

-

‘I)

0o-

3?)

):m



rn

=

rn

=

rn

rn

U MANDATORY RESPONSE R[QIIIREMENT$ 4,5. MANDATORY PRICING FORM. Instructions: esncrcoes r’cy ‘o r

C con puross, erv ces pe cod.

rUTP

ces

iesc n’ os o ce

a h rote ny Ic srrated nubr

f

r bowr. Poyort w

cc taeo or

y+j

HOURLY RATE

TITLE

ACCOUNT MANAGEMENT Account urve

un o Account Execut ye Accour I Cocci nater ACCOUNT PLANNING

Brand Mcnooer Acocunr onner ,Asestan+ Account Ponrer

orke; Eesocorer Cciatve D’recbr Associate Creative Director C opywr iCr CDDyEdto

Art Director Art Buyer

MULTI MEDIA

MuItirneda Ceegner

MuPimedic Spec ate Multin”dic Proect Vonoer

MEDIA

Mod a C rocr Assocate Medc

Media Planner inor Media P anner Meda Buyer .oc !ed.aAser

PRODUCTION /TAFF!C

•Dufl .vC’Ooer rfl

0

I

‘-dj

cr p,,

EST. TOTAL FIRS.

ESTIMATED TOTAL COST

4.4 MANDATORY R[SPONS[ R[QIJIR[MENTS h.

Names and Social Security Numbers. escces :j s

eau tr EA5

fl

n ude

Scuv \ rbr

ces

tn c0

5

ze ‘/as’e escrep om eup e on:cd. escoiens -

s;:ist.e cw

(1) Federal Privacy Act Notice: ti not cc s gvn Dursuant o the Federa Pr vacy Act. P sclcs e t your oc Ted Seunty Nucer (SuN) s requhed unoer Sector 23L006(c)aed Sech n 23LiO2c)(2) ofhe Sexas Fomy Cd SEN w be ced o den+:’y nersons that may we oh c suppcrt. Ted SEN w; be sept con dnta to toe turee xtont Ham::v Code. •ocvea under Seo on 2S 3Cc: or ne Enr nan-c obov and Soca Eec oy Nmon- ceow.

(4) Enter name above and Sccfcl necunty Number below,

41

_______ __

____________ __

__________

&4 MANflATORY [SPONS[ REJfflEMENTS I. Insurance h’formation. Pcospordert rusi cc acm ro provde proof of the foicwirg minimum surance coumage v hen Ncrking for TDI on locatlon Ccrnomher e General Lob oty Coverage $50 000 per occLirrence: Properly Damage Labfi ty Coverage $50 000 minimum per occurrence espondent must be ab.e to prov de proof Standards V orkers C ‘mper ation r ronce covenng any 3ployee of Respondent v ho is to perform 5erviCeS under this contract, Insurance coverage as described above mLst be maintained by Respondent during the entIre term of the contract Respondent must provide mi wtb proof of insurane within five (5) business days of contract ow rd ‘n one of the tatoir.g forms:

Commercial Certificate of Insurance Agency ‘same



&

6204W Adonis Avg

Temple, TX

Address



Issue Date

602-5526

254-778-3786

131st 31

ff_

St

__

Criai Marsh.a.l (MM 00 APi

1107_20l2

This certificate is issued as a matter of mfortnauon only and confers no rights upon the certificate bolder This certifIcate does not amend, entered or alter the coverage ,sfforded by the pa kiev shown below,

Agent 323

Companies Providing Coverager Insured Name & Address

compans

A B

Csnrpans

C Mid-Century Insurance Company

Csespany

PRESLEY DESIGN STE 010 107 WATER ST BELTON, rX’-fqly

Track lovororvo Exchange

Farmers Insurance Exchange

D

coverages Thu ito certtfy that the pelican of assurance listed helms have been issued to the insured named above for the police period indicated Notwithstanding any requirement, term or condition uf any mutracs or ache’ document “ith respect to which this certificate nay he issued Sr may pertain the oonnnce afforded by the pelican descnbed herein is suhjeci to all the term. exciastoos and conditions of noeS policies. Limits shown may have veers reduced by policy Limits 55

X

General Aggregate Produets-Comp/OPS Aggregate

Conooecclal General

Liabilmty

Personal &

Occurrence bersioo

5(

$2,000,000

Advertising Injury Each Occurrence

Caotrac’aal Incidental

Only

Fite Damage Sec cne Ste btedtcol Espcrtse

Owners 0 C,eo-artors Pros -

key

: :°°

ore person)

Combined Single Lutist

Automotiule haS lily OIl Owned Caornecctal

‘i1E’

5000 1000,000

Rijily Injury -5,

Schesioleij Aivas :x Hieeektoo X. Nov-Oared A ton Cungelvobisty

Bodlytrsy-rv

rla

ability

Orsn-tp-ton of Oneraeioos, S “hides Restri’ 05 C’ & tin \\0,vR STREP F, BELTON

CertifIcate

Holder

Sen-a “s,’ ‘es;

00

‘a

S

‘1

‘tatutoty A ctdcrt

$

Losaise F’ 1ev Cmi:

$

irrois

S

n-v vi vhn’,sor),4 n-cries C# 0r—l.eJ rofre or xpiraiiv’t Cats tee I the sooottg ispairy a I ridenvor to o.ul 0 Coys artteo notice to iso n-si cole hon-er oared to ire left but loUvre to mail so t ti e shall ripote no or sty at arty koidonthe ‘nparygnrrprenstatrirs

Ufctowo’utlve

I

S

C0tYfiU000n

0010 ;Z(”s FlANK SSB lSoOA 522 CONGRESS AVE STE I AtSTv,TX7870

Natne 0 Address

J’er vetndret Property Damage Gaoage Aggregate Laoic

Workers Compensation Etopoyers

trios

Copybuon Se’jcg CeadAgenCop;

__________________

___________________________________ ____________________________

_____ _________

IA MANDATORY RESPONSE REDIOREMENTS -

CAM R054

ArJG’RLf

CERTIFICATE OF LIABILITY INSURANCE

11-07-2012

TH S CERTIOCATEIS ISSUED AS A MATTER OF NFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIF CATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGAfiVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF NSURANCE DOES NOT CONSTITUE A CONTRACT BETWEEN THE ISSUING INSURER(Sl AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER IMPORTANT If the Lertflcate holder san ADDITIONAL INSURED, the pohcy(es) must be endorsed If SUBROGATION S WAIVED, sublect to the terms and condOons of the pohcy certan pohc es may requwe an endorsement n Ieu of such Ctfl,CitC hnIdr

A statement on this cert flcate does not confer rights to the

-‘‘

I

CONTA”T NAME

PRODUCER

AUTOMATIC DATA PROCESSING INS AGCY 250717 P:()— F:()— P0 BOX 33015 SAN ANTONIO TX 78265

IFAX A 501

AC,fl,ERt AAIL

ADDRESS

NSURERS AlA HONG NEURERA

rINSURED

Truu11 Ins

OVERAGE

NAV’#

CO

j)SURER 5

NSURERC

PRESLEY DESIGN STUDIO LLC 107 WATER ST BELTON TX 76513

NSURER D NSURERE

NSURER F

CERTIFICATE NUMBER:

COVERAGES

REVISION NUMBER:

THIS IS TO CERTIFY THAT THE POL C ES OF NSURANCE L STED BELOW HAVE BEEN ISSUED TO THE NSURED NAMED ABOVE FOR THE POL CY PERIOD NO CATED NOTIA THSTANJD NG ANY REQUIREMENT TERM OR COND TON OF ANY CONTRACT OR OTHER DOCUMENT W TH RESPECT TO WH CH TH S CERT F CATE MAY BE SSUEO OR MAY PERTAIN THE NSURANCE AFFORDED BY THE POL CIES OESCR BED HERE N S SUBJECT TO ALL THE TERMS, EXCWSIONS AND CONDIT ONE OF SUCH POL C ES UM TS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR LTR

ADOL SURE INSR wHO

TYPE OF INSURANCE

HOLICY EFPOLI0YTXP F MMDI) YVYYI MMDI) YYYYI

POLICY NUMBER

GENERAL LIABILITY

GENERAL

RC A 0 OMM

AIMS MADE

AS LTL DCC R

M°D EXP Aflo

D IOLICY

AN” AUTO A DONNED NUT S N RED AUTOS

$

JFNERAI

t

A,00EOATE

t COMSINED SINGLE L MIT

E



SCHEDULED AUTOS NON 0 SHED AUTrS

UMBRELLA LIAB

[‘

S

A H 0

URREN S

[ ] TATU ER

U

04

NON

TNT

S

tOD LV NJURY Mr ocr, dinE



CUE MADE

OLD TENT N 0 P S WORKERS COMPENSATION AND EMPLOYERS LIABILITY 21ST I’ll POE PINE HER EN F CER MEMREREXC DE 1

ROD LV INJURY P11 sproon

PR PERTY DAMAGE Pn’conne

TOUR

EXCESS LIAB

MaeERRI,p

PERSONAL S CDV INJURY

C

AUTOMOBILE LIABILITY

A

$

fle 511100

MIT A5EC5S PER

L AGDRE2A1f —

LIMITS ACH OCCURRENCE DAELSOrTDJ1EDITED REMISES Eo ocorrenoR

11/2012 04

‘1 2013

ELEA

HACCJENP__,,,,,OOQOOO

SEASE [RAT

P S U

S’-ASE

w

EA

MP

F I

M

1 000, 000 1,000,000

r1 DESLRPT

hose

OFOPERA

usua

055

LOLA

01)5

21111

S A octAL CO

41111

rHNncrrccrk

honoR, rfEonnon,oc

RRSo Ic)

to Lhe Insured s OpDIrat1ons

CANCELLAflON SHUULD ANY OF HE AHUVE DENCH BED EU IC ES BE CANCELLED BEFOR THE EXP RATION DATE THEREOF HOT CE W L BE DE VERED N ACCORDANCE V TN TH POliCY PRO S OHS AUTHORIZED REPRESENTATIVE

7ocz

he AC PD oame ar

7

1988 2010 ACORD CORPORATION 090 are r”g Ocred markS of ACORD

Al rghtS rsser Nd

PART IlL STATEMENT OF WORK RESPONSE 31

General Overview.

eosng e Texas Jpartent cf Insuace (TD) rcad oatd css cnn es, a a a r f

‘aed ‘

mT

‘far f r prv n

f an

eactv

s RF’)

31 1. The mieractive educational tool will: a. use a standard template of basic coverages to let consumers select and compare coverages

b. provide policy coverage information in plain language

c. use graphics that illustrate the concepts of rates and coveruges.

3,1.2. Other key features are: a. The tool will be interactive. For exampie, the consumer could select one or more vanous coverage types. I en see the impact of havvig or not having them in erms of out-ohpocket costs f the consumer’s car or home is damaged oy hail, flooding, kind, or other perils.

b The tool will comply with section 508 accessibility standards. c The aol will be available in English and Spanish.

T

e

Icol iii s ork n nobiIe deuces

j

PART IlL STATEMENT OF WORK RESPONSE 3L3, The tool will: a. have a goal and a 9arratwe that leads the user to the goal, consequences from chotces, and rewards or upgrades along the way

b. have levels, for exampte, easy, medium, and difficult, with the goal to reach the highest level. c. provide the user with tools to use for protection; for example, to help prevent damage from wildfire, the homeowner can water the foundation of their house and remove vegetation that touches the house.

d. be accessible to alt ages, teens to boomers.

e, have simple instructions and be intuitive for users.

-

PROPOSEO PROJECT MiLESTONES

rr omr t p cosea August 3 st S ercot.vea’oaoe c -strceçnc;eocymiAo2oTh,

TIMEUNE:

DELIVERABLES: Dc ‘,erac:s “o-” ‘e rroerq hetwee D and jf ized as agenac w ma e any m d cat or res e. °reshy LO gn u I.. -e scone a ro y ftw ns The u-t n ar a enJ cist 0’”

be soadei ,ocm commef n or TIME LINE: W ID Ths”cne 4. The updated irosu act t w oc prey dci to w h n ma buness days of The r’”etire.

-u cr’ Peuey Desgn Stud o wtl provae summary of the meehng d scusions, I e summary w I out inc requred tomework for Preeey 3esgn and equVec boework” for TDl.

DELIVERABLES:

j

wsnn 2 TIMEUNE: Th- ‘coed wst e p’ovciea to a lowing the meetng. “F omework’ ousiness days deadlines w H he discussed during the meehng and miayed n [e summary.

DELIVERABLES: uDon compen “fl or moon orboara one associated wiretrames, Presley Design SIDdic WUl submit trem to TDI or approval TIMELINE: T”s s greany iepenaent upon The ra sopc of me orcieor but we anti apate ms olase tasna three to four weeks to complete.

oeegns for 3-5 WI meate ‘b onroved wirefrctrnes one subrnt coon green of 3-5 tO ‘SO app’-aaI P-iu g pp’Ove D eGO” ‘OJp s cornp eTh wi I a i us to work a rThs ID lestor e cr wfb ID lestonu 8 4 onenc DELIVERABLES: °reslev

DELIVERABLES: Presley Design Studo wi l eTher pr.vide f our reommerded tee nology, yampes cabe.

o 1 a ey Jococ”•’e eYracT

Dt

csr

TIMEUNE:--ot’scsono:oecc;ac•a”D’’--’ Soc .‘-SO ad’s’ ‘o’s

TiIELIdE:

r

jCtS

PROPOSED PROJECT MILESTONES MILESTONE 1

3n-

-

2

-

MILESTONE 2- Ao 10 33: MILESTONE 3 MILESTONE 4 pm passn Pc r_5 ‘mgr 3 1dm my de a nk ter mu -c rt too no nrocer33res, we w npete a ted rmtrg ott o oos pror’ aun n. 0 m

DELIVERABLES:

f wng the ornpmtn f TIMELINE: ‘e to wo ‘n r r e o dope de uc n or y e 8 The ‘3 esO mqu md for +mubleshoolirg or ma ed rxes tm nq fr Thshng cy ID!. the product opor ye ecley es qr

-

-

Mcy \‘av 8, 20 3

MILESTONE 5- Voy

5.

13

MILESTONE 6 33cc 7, C ‘3 -

MILESTONE 7

-

Joy

,

2’ 3

MILESTONE 8 August

2313

-

MILESTONE 9 August -

MILESTONE 10

TIMELINE: One ro two cusiness days foilowng 33! s techng spprcvau

-

-

1

,

33gust 3

1

2 2

3 1

prey do progmss rcports to the Psey Dedgn Studo TO! mae contact, via -maiI every two weeks. rhe report v8 contain ntormahcn n thg tr Oirg 0 DtegneO mn-s CcmDced Thus Far n he Proe33 (mmu ahve stj

DELIVERABLES: Arler me toos ce resea and approved 1 emc n- oo !aur’ob. resey Des:gn Stu;o ecrm ce-Ic-rcc n-moccc:ccce. ro’ r 3033 3OPC’i iOuC emon- rg. cn3 mc:n’mmnce ‘c’ cii ten-s reguesrec Dusted

ThVlEL1NE:

iso

-

-sc

-g

-eca’av

ocr

n-

o--c

on

nerrs Don-c e ed e ice POSj \•Vees t ems ‘33rrente n 33-qren ‘n’—smm n’—-m33on ceeOnom ‘-mon-s n-e -cn-Zccc

33 or

cry

C

a

if

= = a GS a a n C a a n a U.

I.

a =

Rev 02112

HUB SuBcoNTRAcTING PLAN (HSP) QUICK CHECKLIST While this HSP Quick Checklist is being provided to merely assist you in readily identifying the sections of the HSP form that you will need to complete, it is very important that you adhere to the instructions in the HSP form and instructions provided by the contracting agency. + If you will be awarding all of the subcontracting work you have to offer under the contract to only Texas certified HUB vendors, complete: Ii Section 1 Respondent and Requisition Information Section 2 a. Yes, I will be subcontracting portions of the contract Section 2 b. List all the portions of work you will subcontract, and indicate the percentage of the contract you expect to award to Texas certified HUB vendors IEI Section 2 c. Yes f] Section 4—Affirmation f] GFE Method A (Attachment A) Complete an Attachment A for each of the subcontracting opportunities you listed in Section 2 b. —









+ If you will be subcontracting any portion of the contract to Texas certified HUB vendors and Non-HUB vendors, and the aggregate percentage of all the subcontracting work you will be awarding to the Texas certified HUB vendors with which you have a continuous contract* in place for five (5) years or less meets or exceeds the HUB Goal the contracting agency identified in the “Agency Special lnstructions!Additional Requirements”, complete: Section 1 Respondent and Requisition Information J Section 2 a. Yes, I will be subcontracting portions of the contract Section 2 b. List all the portions of work you will subcontract, and indicate the percentage of the contract you expect to award to Texas certified HUB vendors and Non-HUB vendors —





Section 4—Affirmation GFE Method A (Attachment A) Complete an Attachment A for each of the subcontracting opportunities you listed in Section 2 b. —

•:. If you will be subcontracting any portion of the contract to Texas certified HUB vendors and Non-HUB vendors or only to Non-HUB vendors, and the aggregate percentage of all the subcontracting work you will be awarding to the Texas certified HUB vendors with which you have a continuous contract* in place for five (5) years or less does not meet or exceed the HUB Goal the contracting agency identified in the “Agency Special lnstructionslAdditional Requirements”, complete: ] Section 1 Respondent and Requisition Information Section 2 a. Yes, I will be subcontracting portions of the contract fl Section 2 b List all the portions of work you will subcontract, and indicated the percentage of the contract you expect to award to Texas certified HUB vendors and NonHUB vendors Section2c No Section 2 d No Section 4 Affirmation Attachment B) Complete air Attachment B for each of the subcontracting opportunities you listed in Section 2 b. GFE Method B 1 —





-.



+ If you will not be subcontracting any portion of the contract and will be fulfilling the entire contract with your own resources, complete: l Section 1 Respondent and Requisition Information Section 2 a No, I will not be subcontracting any portion of the contract, and I will be fulfilling the entire contract with my own resources 1?3 Section 3—Self Performing Justification Section 4 Affirmation —



4

4

‘..

(I3fltmJo4s Contract: Any exrsbng written agreement including any renewa/s that are erercised) between a pnme contractor and a HUB vendor, where the HUB vendor pmwdes the rrract for a specified period pf’ime The raquency the HiP vendor a utilized or paid during the ‘em’ pf the contract is not relevant to whether the contract is considered continuous. Two or more contracts that run concurrently or overlap one another for different periods of time are considered by CPA to be mdrvidual contracts rather than renewals or extensions to the original contract In such situations the prime contractor and HUB vendor are entering (have entered) into new” contracts.

crime pantracror wit?’ cioodc pr ‘e’vice under ‘he came

____________

3 ç’

Rev. 02/12

O

HUB SuBcoNTRAcTING PLAN (HSP) in accordance with Texas Govt Code §2161.252, the contracting agency has determined that subcontracting opportunities are probable under this contract Therefore, all respondents, induding State of Texas certified Historically Underutilized Businesses (HUBs) must complete and submit this State of Texas HUB Subcontracting Plan (HSP) with their response to the bid requisition (sdicitation).

NOTE: Responses that do not include a completed HSP shall be rejected pursuant to Texas Gov’t Code §2161.252(b), The HUB Program promotes equal business opportunities for economically disadvantaged persons to contract with the State of Texas in accordance with the goals specified in the 2009 State of Texas Disparity Study. The statewide HUB goals defined in 34 Texas Administrative Code (TAC) §20.13 are:



11.2 percent for heavy construction other than building contracts,



21.1 percent for all building construction, including general contractors and operative builders contracts,



32.7 percent for aft special trade construction contracts,



23.6 percent for professional services contracts,

-

24.6 percent for all other services contracts, and



21 percent for commodities contracts.

-

-

Agency Special InstructionslAdditional Requirements

- -

In accordance with 34 TAC §20.14(d)(1)(D)(iii), a respondent (prime contractor) may demonstrate good faith effort to utilize Texas certified HUBs for its subcontracting opportunities if the total value of the respondents subcontracts with Texas certified HUBs meets or exceeds the statewide HUB goal or the agency specific HUB goal, whichever is higher. When a respondent uses this method to demonstrate good faith effort, the respondent must identify the HUBs with which it will subcontract. If using existing contracts with Texas certified HUBs to satisfy this requirement, only contracts that have been in place for five years or less shall qualify for meeting the HUB goal. This limitation is designed to encourage vendor rotation as recommended by the 2009 Texas Disparity Study.

I SECTION 1 a.



REsPONDEWr AND REQuismoN INFORMATION

Respondent Companyj Name: PresIey Point of Contact’

tudio, LC

Heather Prçy,,,

E mail Address

heather@presleydesiqpstudto corn a j u o pa y a State T xas d fled UB EJNo

c.

Requisition # 1 3MVB61 01

State of Texas VID r 1800168808600 Phone fr

254 933.8211

ax #‘ Bid Open Date,

03/28/2013 (mmldthyyyyl

__

___

Enter your company’s name here: SECTION 2

Requisition #:

Presley Design Studio, LC

1 3-MVB-61 01

SUBCONTRACTING INTENTiONS

iter dividing the contract work into reasonable lots or portions to the extent consistent with prudent industry practices, and taking into consideration the scope of work to be performed under the proposed contract, including all potential subcontracting opportunities, the respondent must determine what portions of work, including goods and services, will be subcontracted. Note: In accordance with 34 TAC §2O.11, an ‘Subcontractor” means a person who contracts wtth a prime contractor to work, to supply commodities, or to contribute toward completing work for a govemmental entity. a. Check the appropriate box (Yes or No> that identifies your subcontracting intentions:

[]- Yes, I will be subcontracting portions of the contract. (If Yes, complete Item b, of this SECTION and continue to Item c of this SECTION) - No, I will not be subcontracting y portion of the contract, and I will be fulfilling the entire contract with my own resources. (If No, continue to SECTION 3 and SECTION 4) b. List all the portions of work (subcontracting opportunities) you will subcontract. Also, based on the total value of the contract, identify the percentages of the contract you expect to award to Texas certified HUBs, and the percentage of the contract you expect to award to vendors that are not a Texas certified HUB (Le., Non-HUB). Non-HUBs

HUBs Percentage of the contract expected to be subcontracted to HUBs with which you have a connuous contract* in place forftvet5lvearsorless

Subcontracting Opportunity Description

Item #

Percentage of the contract ,/o expected to be subcontracted to HUBs with which you have a continuous contract In place formorethanflvel5)vears,

Percentage of the contract expected to be subcontracted to non-HUBs

2 %

3 4

5

%

6

%

7

%

8

%

9

%

ia

10 %

Ii

12 13 14

15 Aggregate percentages of the contract expected

to be subcontracted:

-

Note

c

-

-

you have more than fifteen subcontracting opportunities a continuatior sheet is ava lable online at hitpilwindow.state tx us

Check the appropnate box Yes or No) that indicates whether you will be using g)y Texas certified HUBs to perform g>( of the subcontracting opportunities you listed in SECTION 2 Item b

- yes (If Yes, nontinje to SECTION 4 and complete an l45P Good Faith Effort fl

-

Method A (Attachment A)” for each

of the subcontracting opportunities yot. hstnd

No (If No, continue to Item d, of this SECTION.)

d. Check the appropnate box (Yes or No) that indicates whether the aggregate expected percentage of the contract you will subcontract with Texas certified HUBs with which you have a continuous contract 4 in place with for five (5) years or less meets or exceeds the HUB goal the contracting agency identified on page 1 in the

j No (If No cortinue to SE

ION 4 and complete an “HSP Good Faith Effort Method B (Attachment B)’ for each of the subcontracting opportunities you listed

“Continuous Contract: Any existing wntten agreement (including any renewals that are exercised) betwoen a pnme contractor and a HUB vendor; where the HUB vendor provides the pnme contractor with goods or service under the same contract for a specified period of time The frequency the HUB vendor is utilized or paid during the term of the contract is not ‘elavant to whether the contract is considered continuous Two or more contracts that run concurrently or overlap one another for different penods of time are considered by CPA to be [dwIdua c ntmcts rather than renewals or extensions to the rrginal contract In such situation the prime contractor and HUB vendor am entering alave entered) into raw” cortracts

[

Enter your company’s name here: SECTION 3

(

Presley Design Studio, LC

Requisition #:

j

1 3-MVB-61 01

[ELF PERFORMING JUSTIFICATION (If you responded “No” to SECTION 2, Item a, you must complete this SECTION and continue to SECTION 4.)

heck the appropriate box (Yes or No) that indicates whether your response/proposal contains an explanation denionstratrng how your company will fulfill the entire contract with its own resources.

Yes (If Yes, in the space provided below list the specific page(s)Isection(s) of your proposal which explains how your company will perform the entire contract with its own equipment, supplies, materials and/or employees,)

[]- No

(If No, in the space provided below explain how your company will perform the entire contract with its own equipment, supplies, materials and/or employees.)

Presley Design Studio, LC is amply qualified to fulfill this contract entirely in house with our existing staff. The contract disciplines require out-of-the-box creativity, organization, timeliness, close coordination with the client, graphic design skills, mobile-specific responsive development, and extensive interactive development skills. The proposed team members EACH have well over a decade of expenence providing these solutions. Please review the following RFO response sections for additional information:

- Capabilities - Experience -

Employees

SECTION 4 AFFIRMATION As evidenced by my signature below, I affirm that I am an authorized representative of the respondent listed in SECTION 1, and that the information and supporting documentation submitted with the [ISP is true and correct. Respondent understands and agrees that, if awarded any portion of the requisition: The respondent will provide notice as soon as practical to all the subcontractors (HUBs and Non-HUBs) of their selection as a subcontractor for the awarded contract. The notice must specify at a minimum the contracting agency’s name and its point of contact for the contract, the contract award number, the subcontracting opportunity they (the subcontractor) will perform, the approximate dollar value of the subcontracting opportunity and the expected percentage of the total contract that the subcontracting opportunity represents. A copy of the notice required by this section must also be provided to the contracting agency’s point of contact for the contract no later than ten (10) working days after the contract is awarded, a

The respondent must submit monthly compliance reports (Prime Contractor Progress Assessment Report PAR) to the contracting agency, verifying its compliance with the HSP, including the use of and expenditures made to its subcontractors (HUBs and Non-HUBs), (The PAR is available at http:llwww. window,state. tx.us/procurement’prog/hubIhub-forms/progressassessrnentrptxIs),

a

The respondent must seek approval from the contracting agency prior to making any modifications to its HSP, including the hiring of additional or different subcontractors and the termination of a subcontractor the respondent identified in its HSP, If the HSP is modified without the contracting agency’s prior approval, respondent may be subject to any and all enforcement remedies available under the contract or otherwise available by law, up to and including debarment from all state contracting.

a

The respondent must, upon request, allow the contracting agency to perform on-site reviews of the company’s headquarters and/or work-site where services are bei performed and must provide documentation regarding staffing and other resources.

‘igna

Heather Presley Printed Name

3/25/2013 Date

President Title

(md)

EMlNDER

of



f ou responded Yes to SECTION 2 Items c or d you must compete an HSP Good aith Effor’ Method A (Attachment At for the subcontracting opportunities you listed in SECTlON 2, hem b.

>

If you responded “No” SECTION 2, Items c and d, you must complete an “HSP Good Faith Effort Method B (Attachment B)” for cP of the subcontracting opportunities you listed in SECTION 2, Item b. -

Texas Department I ddend,un No.! Pate 7 of

of Insurance

Requect for Offers No 13-11V8-olOI

Question No. 23 Is the desire that the experience have more of a “game-likefl energy/motivation and interactivity or-- should it be more of a simple click-through experience (like most of the samples)? —

Response to Question No. 23 See Response to Question No. 18. 5.0

Acknowledaement of Receipt and Review of Addendum Respondents MUST acknowledge receipt and review of this Addendum No. 1 to RFP No. 1 3-MVB-6 101 by signing below and submitting this signed acknowledgement in and with the offer and on time.

Si7ure

,,/

Print Name and Title

/

Ri1eci I’rint Coany Nan

51 thi7f 1 1 D Si’dn L

J5-2 Date

[End Iddendum Vo I)

I lviii FORWARD iT

PRESLEY DESIGN STUDI

rET CO T?CT at

‘.

yr



2 4 43 ‘

r

4 .fSff

)

3

1’

,

1

I:

1•

‘l

3



-.

r

1..L





-—

.a

L

...



a



4

I a) • rC’

I.

‘I

cr a’

i





• •

a

It

.4

r

v

.

4



I



‘:







• •



a

•g



•‘

-

r

r

L

r

e

r

pp

NAP I

XER’ti

.PL’H

H Nd’BAS CE GM 64? US

PEAUIER

DEILOPIEtT

PLE

4 P 5 SR 0

OPL1

lvi,

UD T LPE

‘CUbbli

.,

1

• I

g

r

IT

-

I

£

1

—. •



r

.-.-

a — b

.







a

..j



I



yr

V

a

na

t



..

S

-

V



a

.

r



C

a

:





;



a



_

-

r. —: i-.”

—•

cr cr

jv• —



•‘

LJ’iI

••r



• •







Ataid :2

r •r

re •



a ‘

•jr4ç..•’

2.4



-

•/.Js

rr





——

/

;•



••t—:._;

2.



41

• —

h

•b

tF J CiLJ -

r

‘igUk bUtt’

•r uD

jr*flt

.jpJ,;..sse_

QJ.r

‘‘a.;

t

= a.

4

R

U

V

e

S

I

ci

-‘

4

t

p

— F,

fl

V

1,

9;

9

‘ 4

a

• rr

!uta

Tavnc LA4

A

F,.

“<•*

0 ;‘

4

-

,

6: St

Bell County Museum

3 W1%,

* 43

S

0

a, a

0) 0, U 0

C)

a

ci) E LU

I,

TempL Independent Schoc! District

*

S

V ,.

TISD

I

Oopsy Daisy Baby

Texas Wide Open

0

Hat Creek Burger Co.

111

American Heart Association

rr’s TIME FOR TEXAS TO

1 FJNISH THE JOB IT’S TIME FOR TEXAS TO

1 FXNZSH THE 30B , trg

leg slctor w soe exor lee Sofe $404 ron y’d

‘oyes -

.-

$31

—d

flL y actrn egsbto w w 1 eat epv ‘d t’e Ste 3404 4flor sar p 331 U fo’ Ts

70% of Thur

wpport f

kfre

ç1

off e

Secdbnd coo giLLS

..

Vd

IK Sub

UMHB Opera pW%

Pfizer









‘a

(1

S

C.

ii

• •

-

e

LI

a; -.

j

t

:1



<2

t

1 C •



e.•

4

k

*

C

9



j S



t

4

0

it

Ii. jt 00 —

4