Search Contract Opportunities

Rfp # 2025-004 Transport And Mortuary Services For Human Remains

ID: 004-2025 • State: Texas
Question & Answer Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Summarize the work to be completed under this opportunity
Does this solicitation list any subcontracting requirements?
List any requirements necessary to complete this contract
I'd like to anonymously submit a question to the procurement officer(s)
Loading
Real Time Relevant State, Local, and Education Bids from all 50 States
Find Now

Description

FANNIN COUNTY

REQUEST FOR PROPOSALS

RFP # 2025-004

TRANSPORT AND MORTUARY SERVICES FOR

HUMAN REMAINS

SUBMITTAL DEADLINE: TUESDAY, JULY 29, 2025

Before 3:00 PM

FANNIN COUNTY

PURCHASING AGENT'SOFFICE

101 E. SAM RAYBURN DR.

SUITE 313

BONHAM, TX 75418

(903) 583-0054

Theenclosed REQUEST FOR PROPOSAL and accompanying SPECIFICATIONS are for yourconvenience in submitting an offer for the enclosed referenced TRANSPORT andMORTUARY SERVICES FOR HUMAN REMAINS.

----------------------

TheCommissioners Court of Fannin County, TX reserves the right to accept or rejectany/or all proposals as it shall deem to be in the best interest of FanninCounty. Receipt of any proposal shall under no circumstances obligate FanninCounty to accept the lowest proposal. The award ofthe contract or contracts shall be made to one or more responsible contractoror contractors whose proposal is determined to be the most attractive to FanninCounty, resulting from negotiation, taking into consideration the relativeimportance of price and other evaluation factors set forth in the request forproposal.

Proposals shall include this RFP andall additional documents submitted. Each proposal shall be placed in a separatesealed envelope, manually signed in ink by a person having the authority tobind the firm in a contract and marked clearly on the outside as outlinedbelow.

SUBMISSION OF PROPOSALS

One(1) original and three (3) copies of all proposal documents shall be sealed andsubmitted as contractor's response to:

FANNIN COUNTY

PURCHASING AGENT

JULIE CRISWELL

101 E. SAM RAYBURN DR.

SUITE 313

BONHAM, TX 75418

(903) 583-0054

SUBMITTALS MUST BEFILED IN THE COUNTY PURCHASING AGENT OFFICE BEFORE 3:00 PM TUESDAY, JULY 29,2025

Label envelope: RFP # 2025-004 TRANSPORT and MORTUARY SERVICES

SUBMITTALS SHALL BEOPENED AT 3:15 PM TUESDAY, JULY 29, 2025 IN THE FANNIN COUNTY PURCHASINGAGENT'S OFFICE, 101 E. SAM RAYBURN DR. SUITE 313, BONHAM, TX 75418

SELECTION AND AWARDPROCESS

Fannin County uses atwo-step process for the final selection or selections for awarding the Transport and Mortuary Service proposal.

Step 1 consists of a Qualifications package to be submitted by Transport and Mortuary Service companies interestedin being considered. The County mayselect up to three (3) short-listed companies based on evaluation of thewritten materials submitted. Short-listed companies may be asked to submit additional information.

Step 2 consists of the election of one or more finalist following interviewswith the short-listed companies. TheCounty initiates negotiations with the selected company or companies. If negotiations are unsuccessful, the Countyenters in to the process with the next highest ranked short-listedcompany. Any contract is subject to theapproval of the Commissioners Court.

NO INDIVIDUAL OF ANYCOUNTY DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THECOUNTY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES,UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THE REQUEST FOR PROPOSAL.

ADDENDA TO THE REQUEST FOR PROPOSAL

Requests forinterpretations and clarifications of the RFP may only be made in writing. Allrequests must be submitted in writing to Julie Criswell, Purchasing Agent, atjcriswell@fanninco.net.

Itshall be the responsibility of each vendor, prior to submitting the competitiveproposal, to check the website to confirm if addenda were issued and to makesuch addenda a part of the competitive proposal.

LATE PROPOSALS

Proposalsreceived in the Purchasing Office after submission deadline shall be returnedunopened and will be considered void and unacceptable. Fannin County is not responsible for latenessof mail, carrier, etc., and time/date stamp in the Purchasing Office shall bethe official time of receipt.

ALTERING PROPOSALS

Anyinterlineation, alteration, or erasure made before receiving time must beinitialed by the signer of the proposal, guaranteeing authenticity.

WITHDRAWAL OF PROPOSAL

Aproposal may not be withdrawn or cancelled by the contractor for a period ofninety (90) days following the date designated for the receipt of proposal, andcontractors so agree upon submittal of their proposal.

PROPOSAL OPENING

Proposalswill be received and publicly acknowledged at the location, date, and timestated above. Contractors, theirrepresentatives, and interested persons may be present. The proposals shall be received andacknowledged so as to avoid disclosure of the contents to competing contractorsand kept secret during negotiations. Allproposals shall be open for public inspection after the contract is awarded,except for trade secrets and confidential information contained in the proposaland identified by contractor as such.

SALES TAX

FanninCounty, Texas is by statute exempt from the state sales tax and federal excisetax; therefore, the proposal price shall not include taxes.

CONFLICT OF INTEREST

Nopublic official or Fannin County employee shall have interest in this contract,in accordance with Vernon, Texas Codes Annotated, Local Government Codes Title5, Submitted C, Chapter 171.

INTRODUCTION

Fannin County is soliciting sealed proposalsfrom qualified vendors for Transport and Mortuary services for human remains.

Services will include, but are not limited to, removal,transportation, storage, and other related tasks as specified in this Requestfor Proposals (RFP). This RFP is part of a competitive procurementprocess designed to ensure all qualified Vendors have a fair and equalopportunity to participate. While pricing will be considered, it will not bethe sole determining factor; the County reserves the right to negotiateterms that provide the best overall value. The County may awardcontracts to one or more Vendors, and if multiple contracts are awarded,a rotation schedule will be implemented to ensure equitable distributionof services. All services must be performed exclusively by employees of theawarded Vendor(s); subcontracting is strictly prohibited.

SCHEDULE FOR SELECTION PROCESS

The following projecteddates are set forth for your knowledge and understanding:

  • Fannin County begins the RFP Process on July 15, 2025
  • Written questions must be directed to Julie Criswell at jcriswell@fanninco.net. Questions related to definitions or interpretations of the RFP must be submitted in writing on or before July 25, 2025
  • Proposals are due no later than July 29, 2025 at 3:00 PM
  • Proposals will be opened July 29, 2025 at 3:15 PM
  • A Screening Committee will meet with candidates August 12, 2025 at 2:30 PM and the Commissioners Court will follow up with the Screening Committees decision no later than August 19, 2025.

RIGHT OF COUNTY TO CANCEL REQUEST FOR PROPOSALS,TO ELECT NOT TO AWARD, TO REJECT SUBMITTALS, AND TO WAIVE INFORMALITIES ORIRREGULARITES

I. PROPOSAL TERMS

The Commissioners Courtof Fannin County reserves the right to reject any and all proposals received asa result of this RFP. If one or moreproposals are selected, it will be the most advantageous regarding price,quality of service, the independent contractor's qualifications, andcapabilities to provide the specified service, and other factors, which may beconsidered in the best interest of the County. The County does not intend to award a contract fully based on anyresponse made to the proposal. TheCounty reserves the right to consider proposals for modifications at any timebefore a contract would be awarded, and negotiations would be undertaken withthe independent contractor or contractors whose proposal is deemed to best meetthe County's specifications and needs.

Proposals must be signedby an official authorized to bind the independent contractor to its provisionsfor a period of no less than (90) days. Failure of the successful bidder to acceptthe obligation of the contract may result in the cancellation of any award.

In the event it becomesnecessary to revise any part of the RFP, addenda will be provided. The deadline for submission of proposals maybe adjusted to allow for revisions. To beconsidered, the entire proposal document, with any amendments, should bereturned by the specified date, time and method identified on page 1 of thisdocument.

Proposals should be prepared simplyand economically providing a straightforward, concise description of theindependent contractor's ability to meet the requirements of the RFP. Proposals shall be written in ink ortypewritten. No erasures arepermitted. Mistakes may be crossed outand corrected and must be initialed in ink by the person signing the proposal.

The price quotations from thecontractor stated in this proposal will not be subject to any price increasefrom the closing date of this RFP to the mutually agreed to date of contract.

Fannin County reservesthe right to increase or decrease the amount of Transport and Mortuaryservices based upon annual budget constraints with fifteen (15) days' notice.

Fannin County reservesthe right to award a separate contract to separate vendors for each item/groupor to award one or more contract for the entire RFP.

During the contract termFannin County reserves the right to add or remove locations as determinednecessary by the County with fifteen (15) days' notice. If locations aremodified the contract pricing may be adjusted accordingly.

II. PROPOSAL SPECIFICATIONS

Pleaseprovide the following information as attachments:

Independent contractor'squalifications

Years in business

Experience providing the level andtype of service specified in the RFP.

Signed and notarized ProposalAffidavit

Completed Proposal ResponseForm

Copy of Licensed Funeral Director'sLicense

Copy of Mortuary/Storage FacilityLicense

  • Three (3) current references. Include company name, contact name, phone number and email address.

Note:Government references are preferred.

III. EVALUATION CRITERIA

Thefollowing criteria will be used by some County employees to evaluate theproposals and make a selection:

v 30% Qualifications &Experience

v 25% Service Approach

v 25% Cost & Value

v 10% References & PastPerformance

v 10% Licenses &Compliance

Countystaff may choose to meet with the top-rated offerors. Any additional information requested shall beconsidered as part of the proposal and evaluated as such. Fannin County reserves the right to negotiatea best and final offer with the selected vendor.

IV. STANDARDCONTRACT PROVISIONS

Shoulda contract be awarded, the selected contractor or contractors will be requiredto adhere to a set of general contract provisions that will become a part ofany formal agreement. The following is a summary of the general terms andcontract provisions that apply to all independent contractors of service toFannin County.

  1. GENERAL TERMS INDEPENDENT CONTRACTOR RESPONSIBILITIES

1. The independentcontractor is to report to the County's designated representative and willcooperate and confer with him/her as necessary to insure satisfactory workprogress.

2. All reports, estimates,memoranda and documents submitted by the independent contractor must be datedand bear the independent contractor's name and be submitted to the County'sdesignated representative.

3. All reports made inconnection with these services are subject to review and final approval by theCounty's designated representative.

4. The County may reviewand inspect the independent contractor's activities during the term of thiscontract.

5. If applicable, theindependent contractor shall submit a final, written report to the County'sdesignated representative.

6. After reasonable noticeto the independent contractor, the County may review any of the independentcontractor's internal records, reports, or insurance policies.

7. The independentcontractor will provide the required services personally and will notsubcontract or assign the services without the County's prior written approval.

8. The independentcontractor will not hire any County employee for any of the required serviceswithout the County's prior written approval.

9. All employees hired bythe independent contractor must pass a background check before completing anyscope of work for the county.

10. The parties agree thatthe independent contractor is neither an employee nor an agent of the Countyfor any purpose.

  1. INDEMNIFICATION/HOLD HARMLESS AGREEMENT

Thecontractor agrees to indemnify and save harmless the County and its officersand employees from all claims and liability due to activities of itself, itsagents, or employees, performed under this contract and which are caused by orresult from error, omission, or negligent act of the Provider or of any personemployed by the contractor. Thecontractor shall also indemnify and save harmless the County from any and allexpense, including, but not limited to, attorney fees which may be incurred bythe County in litigation or otherwise resisting said claim or liabilities whichmay be imposed on the County as a result of such activities by the contractoror its employees. The contractor furtheragrees to indemnify and save harmless the County from and against all claims,demands, and causes of action of every kind and character brought by anyemployee of the contractor against the County due to personal injuries and/ordeath to such employee resulting from any alleged negligent act by eithercommission or omission on the part of the contractor.

  1. INSURANCE REQUIREMENTS

Any successful offeror shall berequired to show evidence of Comprehensive General Liability Insurance andAutomobile Liability Insurance with Fannin County, Texas, listed as additionalnamed insured. Any successful offerorshall also be required to carry Workers' Compensation Insurance in fullcompliance with the laws of the State of Texas.

Thesuccessful bidder shall furnish certificates of insurance as outlined below:

A. Certificates of Insurance

1. Shall furnish certificates ofinsurance issued by an insurance company authorized to do business in the Stateof Texas and who have consistently maintained an AM Best Rating of A-, A, A+ orA++ since January 1, 2003. The certificateshall provide that the coverage not be reduced or cancelled without thirty (30)days advance written notice to Fannin County, Purchasing Office, 101 E. SamRayburn Drive, Suite 313 Bonham, TX 75418.

2. The certificate of insurance and theunderlying insurance policies shall name Fannin County as an additionalinsured.

B. Insurance Policy Limits Requirements

1. Shall provide comprehensive generalliability insurance and comprehensive automobile liability insurance, eachpolicy having limits no less than what is required by law.

C. Coverage's Required in ComprehensiveAutomobile Liability.

Thecontractor shall provide comprehensive automobile liability insurance,including coverage for loading and unloading hazards, and forowned/hired/leased vehicles. Theautomobile Liability policy having limits no less than what is required bystate law.

Thecomprehensive general liability insurance policy shall name Fannin County as anadditional insured.

  1. COMPLIANCE WITH LAWS AND REGULATIONS

Theindependent contractor will comply with all federal, state, and localregulations, including, but not limited to, all applicable OSHA/MIOSHArequirements and the Americans with Disabilities

Act.

  1. INTEREST OF INDEPENDENT CONTRACTOR AND FANNIN COUNTY

Theindependent contractor promises that it has no interest that would conflictwith the performance of this contract. No officer, agency, employee of Fannin County, or member of itsgoverning body, may participate in any decision relating to this contract whichaffects his/her personal interest or the interest of any corporation,partnership or association in which he/she is directly or indirectlyinterested, or has any personal or pecuniary interest.

  1. CONTINGENT FEES

Theindependent contractor promises that it has not employed or retained anycompany or person, other than bona fide employees working solely for theindependent contractor, to solicit or secure this contract, and that it has notpaid or agreed to pay any company or person, other than bona fide employeesworking solely for the independent contractor, to solicit or secure thiscontract and that it has not paid or agreed to pay any company or person, otherthan bona fide employees working solely for the contractor, any fee, commission,percentage, brokerage fee, gifts or any other consideration contingent upon orresulting from the award or making of this contract. For breach of this promise, the County maycancel this contract without liability or, at its discretion, deduct the fullamount of the fee, commission, percentage, brokerage fee, gift, or contingentfee from the compensation due the independent contractor.

  1. EQUAL EMPLOYMENT OPPORTUNITY

Theindependent contractor will not discriminate against any employee or applicantfor employment because of race, creed, color, sex, sexual orientation, nationalorigin, physical handicap, age, height, weight, marital status, veteran status,religion or political belief (except as it relates to a bona fide occupationalqualification reasonably necessary to the normal operation of thebusiness). The independent contractoragrees to post notices containing this policy against discrimination inconspicuous places available to applicants for employment and employees. All solicitations or advertisements foremployees, placed by or on behalf of the independent contractor, shall statethat all qualified applicants shall receive consideration for employmentwithout regard to race, color, creed, sex, sexual orientation, national origin,physical handicap, age, height, weight, marital status, veteran status,religion, or political belief.

  1. EQUAL ACCESS

Theindependent contractor shall provide the services without discrimination basedon race, color, religion, national origin, sex, sexual orientation, maritalstatus, physical handicap, or age.

J. OWNERSHIP OF DOCUMENTS AND PUBLICATION

Asa result of this contract, all documents developed will be freely available tothe public; none may be copyrighted by the independent contractor. During the performance of the services, theindependent contractor will be responsible for any loss of or damage to thedocuments while they are in its possession and must restore the loss or damageat its expense. Any use of theinformation and results of this contract by the independent contractor mustreference the project sponsorship by Fannin County. Any publication of the information or resultsmust be co-authored by the County.

  1. ASSIGNS & SUCCESSORS

Thiscontract is binding on the County and the independent contractor, theirsuccessors and assigns. Neither theCounty nor the independent contractor will assign or transfer its interest inthis contract without the prior written consent of the other.

  1. TERMINATION OF CONTRACT

Incases of termination without cause, either party may terminate the contract bygiving thirty (30) days written notice to the other party.

  1. PAYROLL TAXES

Theindependent contractor is responsible for all applicable state and federalsocial security benefits and unemployment taxes and agrees to indemnify andprotect the County against such liability.

  1. CHANGES IN SCOPE OR SCHEDULE OF SERVICES

Changesmutually agreed upon, by the County and the independent contractor will beincorporated into this contract by written amendments signed by both parties.

  1. CHOICE OF LAW AND FORUM

Thiscontract is to be interpreted by the laws of Texas. The parties agree that the proper forum forlitigation arising out of this contract is Fannin County, Texas.

  1. EXTENT OF CONTRACT

Thiscontract represents the entire agreement between the parties and supersedes allprior representations, negotiations, or agreements, whether written or oral.

V. TERMS AND SPECIAL CONDITIONS

  1. TERM OF CONTRACT

The initialterm of the contract shall begin September 1, 2025 and end August 31, 2027. Upon the conclusion of this initial 12 months, the County,at its option may terminate this contract, or may choose to extend the contractfor a one (1) year period. Thereafter, the contract may be extended for all ofthe County's facilities for three (3) additional one (1) year periods underlike terms and conditions. Notice of intent to renew would be issued in writingby Fannin County thirty (30) days prior to the expiration dates of thecontract.

  1. GENERAL REQUIREMENTS

The independentcontractor will provide removal of human remains from deathscenes as directed by Justices of the Peace or Sheriff's Dispatch.

Transport remains to designatedfacilities for autopsy, cremation, or burial.

Maintain dignity, proper temperaturecontrol, and security at all times.

Maintain a documented chain ofcustody; testify in court if required.

Storage of human remainsif required.

  1. RESPONSE AND TRANSPORTATION

ResponseTime: Within 60minutes of notification. In route to the removal site within 30 minutes.

Vehicles: Climate-controlled, mechanically sound, and dignifiedappearance.

StorageFacility: Capacity for at least six sets ofremains; separate cooler for a minimum of three sets to preventcross-contamination; fully licensed.

  1. ADDITIONAL SERVICES

Assist with blood/fluid draws uponrequest; Vendor supplies syringes and proper equipment.

Arrange deliveries per receivingfacility requirements (inside delivery, scheduling).

Provide overnight or multi-legtransport as needed, including return transportation.

  1. INDIGENT REMAINS

Upon County acceptance, transportindigent remains to/from crematory and handle all cremationarrangements.

Retrieve remains fromother local funeral homes when required.

Applicants must seek anddemonstrate efforts to obtain available funding from the deceased resourcesprior to the County's designation of 'Indigent' for cremation services.

  1. DOCUMENTATION AND REPORTING

Record name, pickup time/date,delivery time/date, and any required chain-of-custody documentation.

Provide weekly/monthly reports tothe County upon request.

  1. PROPOSAL FORMAT

Proposals should be concise andorganized in the following order:

1. Cover Letter

2. Proposal Affidavit (signed andnotarized)

3. Vendor Profile & Qualifications

4. Service Approach & Methodology

5. Staffing & Management Plan

6. Detailed Cost Proposal (per-case andmonthly rates)

7. References (minimum three)

8. Required Licenses &Certifications

  1. PRICING STRUCTURE

Complete the Bid Response Form with:

Roundtrip transport for autopsy(per-case rate; monthly unlimited rate)

Pickup and removal in Fannin County(per-case; monthly)

Indigent cremation transport andcremation cost (per-case)

Additional service fees (blood draw,after-hours use of prep room, storage beyond 24 hours)

  1. BILLING AND PAYMENTS

Thecontractor shall submit a monthly invoice by the 10th of each monthfor the prior month's work.

Invoicesshall be mailed to:

FanninCounty

AccountsPayable

101E. Sam Rayburn Drive

Suite302

Bonham,TX 75418

Oremailed to:

ap@fanninco.net

Paymentfrom the County for work performed in accordance with the contract shall be duethirty (30) days from receipt of the monthly invoice.


AUTHORIZED SIGNATURE

Signature and Date Company Name

Print Name Company Address

Title County,State, and Zip Code

Telephone Number Email Address

Federal Tax ID Number Email Address

The above individual must beauthorized to sign on behalf of the company submitting the proposal. Proposals must be signed by an officialauthorized to bind the provider to its provisions for at least a period of ninety(90) days.

Attachments:

  • Proposal Affidavit Form
  • Bid Response Form
  • Vendor References

COMPANY AFFIDAVIT

I,____________________________________________ (Name and Title), on behalf of____________________________________________ (Company Name), hereby certify,under penalty of perjury, that:

  1. No member of any governing body, elected official, employee of the County, person purporting to represent the County, or any family member (including spouse, parent, or child) has received or been promised, directly or indirectly, any form of financial benefit (fees, commissions, finder's fees, gifts, or other remuneration) in exchange for awarding or executing a contract related to this submission.
  2. I possess full authority to bind the company and have personally reviewed all materials submitted in response to the County's Request for Proposals, including attachments, appendices, and exhibits. I attest that the information provided is true, accurate, and complete.
  3. I understand that any misrepresentation or falsification of information will result in immediate disqualification from the procurement process.
  4. The County reserves the right to award the contract to the respondent it deems most advantageous, regardless of price or other factors.

Signature/Date


Printed Name/Title


Company Name/ Address, City, State,ZIP



Phone Number


Notary Acknowledgment (Seal)

BID RESPONSE

Please complete all applicablesections.

  1. Roundtrip Transportation for Autopsy (to Dallas County)
    • Flat Rate (Per Case): $______________
    • Monthly Unlimited Cases Rate: $______________
    • One-way transport if another funeral home retrieved deceased after the autopsy: $________________
  2. Pick-Up & Removal of Human Remains (Fannin County) Includes storage for the first 24 hours.
    • Flat Rate (Per Case): $______________
    • Monthly Unlimited Cases Rate: $______________
  3. Indigent Deceased Transport & Cremation
    • Flat Rate (Per Case): $______________
  4. After-Hours & On-Call Services
    • 24/7 Availability (including holidays): Yes / No
    • In-House Answering Service: Yes / No
    • Third-Party After-Hours Answering Service: Yes / No
  5. Vehicle Availability
    • 24-Hour Access to Vehicles (including 4 4 for inclement weather): Yes / No
  6. Crematory Coordination
    • Vendor to handle all arrangements and invoicing: Yes / No
  7. Additional Service Charges
    • Blood Draw Assistance (Law Enforcement provides kits; vendor provides syringes): Yes / No
      • If yes, Charge: $______________
    • Use of Preparation Room for Examinations / Procedures: Yes / No
      • During Office Hours: $______________
      • After Hours: $______________
  8. Equipment & Supplies for Remains Handling Vendor agrees to use and provide at no additional cost the following OSHA-compliant equipment and supplies (check all that apply):
    • Personal Protective Equipment (gloves, gowns, masks, eye & foot protection)
    • Standard & Oversized Cots
    • Linens
    • Sanitizer
    • Biohazard Containers
    • Standard & Oversized Body Bags (including double-lined)
  9. Storage Beyond 24 Hours
    • Daily Storage Rate (Per Set): $______________
  10. Facility Access & Evidence Preservation
    • 24/7 Law Enforcement & Justice of the Peace Access: Yes / No
    • Number of Refrigeration Units: __________
    • Units Individually Secured for Chain of Custody: Yes / No
    • Capacity per Unit (number of sets): __________

Authorized Signature/ Date


Printed Name


Title


Disclosureof Interested Parties

Form1295

HouseBill 1295, adopted by the 84th Legislature, created 2252.908, Texas Government Code. Section 2252.908 requiresa business entity entering into certain contracts with a governmental entity orstate agency to file with the governmental entity or state agency a disclosureof interested parties at the time the business entity is awarded the contractto the governmental entity or state agency.

2252.908, Texas Government Code requires the commission to adoptrules necessary to implement the new disclosure requirement and to prescribethe disclosure form. Section 2252.908 requires the disclosure form to be signedby the authorized agent of the contracting business entity, acknowledging thatthe disclosure is made under oath and under penalty of perjury. Section2252.908 applies only to a contract that requires an action or vote by thegoverning body of the governmental entity or state agency before the contractmay be signed or has value of at least $1 million. Section 2252.908 providesdefinitions of certain terms occurring in the section. House Bill 1295 providesthat 2252.908 applies only to a contract entered into on or after January 1,2016.

An interested party is defined as a person who has a controllinginterest in a business entity with whom a governmental entity or state agencycontracts or who actively participates in facilitating the contract ornegotiating the terms of the contract, including a broker, intermediary,advisor, or attorney for the business entity.

Contractors are required to acquire Form 1295 via the Texas EthicsCommission website. This requires registration, generation of Form 1295 with aunique Certificate Number & filing date, printing the form, signing andreturning the form to the Fannin County Purchasing Department.

Once the form is received by the Purchasing and ContractDepartment, the Buyer associated with the project will log-in to the TexasEthics Commission Portal and acknowledge the receipt of the form not later thanthe 30th day after the date of the contract for which the form wasfiled binds all parties to the contract. This will complete the form for thecontract with which the form is associated. The completed form will be madeavailable via the Texas Ethics Commission website.

Additional Terms and Conditions:

Pursuantto Government Code 2252.908 in regards to HB 1295 filing of applicationof Certificate of

InterestedParties (Form 1295) shall be completed after proposal has been awarded. Belowis the link to the State of Texas Ethics Commission Form 1295 Certificate ofInterested Parties Electronic Filing Application:

https://www.ethics.state.tx.us/filinginfo/1295/

Pursuantto Amended Texas Government Code Chapter 2270 in regards to House Bill 89,effective

September 1, 2017, Prohibition onContracts with Companies Boycotting Israel. Effective September 1, 2017, astate agency and a political subdivision (which includes a county) may notenter a contract with a company for goods and services unless contract containswritten verification from the company that (i) it does not Boycott Israel: and(ii) will not Boycott Israel during the term of the contract. Therefore,the House Bill 89 Verification shall be included within bid package or saidbid shall not be considered.

I,(authorized official) _______________________________________, do hereby verifythe truthfulness of the contents of the statements submitted on thiscertification under the provisions of Subtitle F, Title 10, Government CodeChapter 2270 and that the company named below:

1. doesnot boycott Israel currently; and

2. willnot boycott Israel during the term of the contract; and

3. isnot currently listed on the State of Texas Comptroller's Companies that BoycottIsrael

Listlocated at https://comptroller.texas.gov/purchasing/publications/divestment.php

____________________________________

CompanyName

_____________________________________

Signatureof Authorized Official

_____________________________________

SignatureDate

Firearm Verification Form

I,_________________________,theundersigned representative of ____________________(the "Company ) dohereby declare, represent, and that the Company, under the provisions ofChapter 2274 of the Texas Government Code, as amended:

1. doesnot have a practice, policy, guidance, or directive that discriminates againsta firearm entity or firearm trade association; and

2. willnot discriminate during the term of the contract against a firearm entity orfirearm trade association.

________________________ ______________________

Date Signature

Pursuantto Chapter 2274 and Section 809.001 of the Texas Government Code:

1. Discriminate against a firearm entity or firearm trade association"means, with respect to the entity

orassociation, to: (i) refuse to engage in the trade of any good: or serviceswith the entity or

associationbased solely on its status as a firearm entity or firearm trade association;(ii) refrain from continuing an existing business relationship with the entityor association bases solely on its status as a firearm entity or tradeassociation; or (iii) terminate an existing business relationship with theentity or association based solely in its status as a firearm entity or firearmtrade association.

2. Company means a for-profit organization,association, corporation, partnership, joint venture, limited partnership,limited liability partnership, or limited liability company, including a whollyowned subsidiary, majority-outed subsidiary, parent company, or affiliate ofthose entities or business association that exist to make a profit. Therefore,the included Chapter 2274 Texas Government Code Firearm Verification Form shallbe included with the bid package or said bid shall not be considered.

EXCLUSION FROM CHAPTER 2274 OF THETEXAS GOVERNMENT CODE

I,______________________the undersigned representative of_________________________(the Company") do hereby declare, represent, and verify that the Company isexcluded from Chapter 2274 because the contract in question:

will be between a governmental entity and acompany with fewer than 10 full-time employees

will have a value of less than $100,000 that isto be paid wholly or partly from public funds of the governmental entity;

will be between a governmental entity and asole proprietor; or

is an exempt contract under Section 2274.003Of the Texas Government Code.

Please check exception, if any, that apply to the potentialcontract between Fannin County and the Company.

_________________________________ __________________________

Date Signature

Pursuant to Chapter 2276 and Section 2276.002 Of the Texas GovernmentCode: (1) does not boycott energy companies; and (2) will not boycott energycompanies during the term of the contract.

Prohibition of ContractsDiscriminating Against Energy, & Energy Company Boycott

Verification Form

I,___________________________, the undersignedrepresentative of___________________(the Company ) do hereby declare,represent, and verify that the Company, under the provisions Of Chapter 2276 ofthe Texas Government Code, as amended:

I. does not boycott energy companies currently; and

2. will not boycott energy companies during the term of thecontact.

Pursuant to Chapter 2276 and Section 809.001 of the TexasGovernment Code:

I. Boycott energy company means, without an ordinarybusiness purpose, refusing to deal with, terminating activities with, or otherwisetaking any action that is intended to penalize, inflict economic harm on, orlimit commercial relations with a company because the company: (A) engages inexploration, production, utilization, transportation, sale, or manufacturing offossil fuel-based energy and does not commit or pledge to meet environmentalstandards beyond applicable federal and state law, or (B) does business with a companydescribed by Paragraph (A).

2. Company" means a for-profit Organization,association, corporation, partnership, joint venture, limited partnership,limited liability partnership, or limited liability company, including a whollyowned subsidiary, majority-owned subsidiary, parent company, or affiliate ofthose entities or business associations that exist to make a profit.

_____________________________ ___________________________

Date Signature

EXCLUSION FROM CHAPTER 2276 OF THETEXAS CODE GOVERNMENT CODE

I,_________________________,the undersigned representativeof_____________________(the Company ) do hereby declare, represent, and verifythat the Company is excluded from Chapter 2276 because the contract inquestion:

will be between a governmental entity and acompany with fewer than 10 fill-time employees;

will have a value of lessthan $100,000 that is to be paid wholly or partly from public funds of thegovernmental entity; or

will be between a governmental entity and asole proprietor.

Please check exception, if any, that apply to the potentialcontact between Fannin County and the Company.

__________________________________ ________________________

Date Signature

NO FACSIMILE TRANSMITTALS SHALL BEACCEPTED.

FUNDING:Fundsfor payment have been provided through the Fannin County budget approved by theCommissioners Court for this fiscal year only. Therefore, anticipated orders or other obligations that may arise pastthe end of the current Fannin County fiscal year shall be subject to budgetapproval.

COOPERATIVEPURCHASING: Other governmentalentities may wish to also participate under this contract (piggyback). Each entity wishing to piggyback must haveprior authorization from Fannin County and successful bidder. If suchparticipation is authorized, all purchase orders will be issued directly fromand shipped directly to the entity requiring the materials. Fannin County shall not be held responsiblefor any orders placed, deliveries made, or payment for materials ordered byother entities. Bidder is requested tostate whether they will be willing to allow other governmental entities topiggyback off this contract, if awarded, under the same terms and conditions bychecking a box listed below.

Yes, other governmental entities are allowedto piggyback off this potential contract.

No, piggybacking is not authorized under this potentialcontract.

LATE BIDS: Bids received inthe County Purchasing Office after submission deadline shall be returnedunopened and will be considered void and unacceptable. Fannin County is not responsible for latenessof mail, carrier, or other methods of delivery, and the time/date accompaniedby the signature of the Purchasing Agent designating receipt shall be theofficial time of receipt.

ALTERING BIDS: Bids cannot bealtered or amended after submission deadline. Any alteration or erasure made before opening the bids must be initialedby the signer of the bid, signifying authenticity.

WITHDRAWAL OF BID: Abid may not bewithdrawn or cancelled by the bidder for a period of ninety (90) days followingthe date designated for the receipt of the bids, and bidder agrees uponsubmittal of their bid.

SALES TAX: Fannin County isby statute exempt from the State Sales Tax and Federal Excise Tax, thereforethe bid price shall not include tax.

BID AWARD: Fannin Countyreserves the right to award the bid as a unit price or lump sum it deems to bein the best interest of Fannin County.

CONTRACT: This bid, whenproperly accepted by Fannin County, shall constitute a contract equally bindingbetween the successful bidder and Fannin County. No different or additional terms will becomepart of this contract with the exception of a Change Order.

CHANGE ORDER: No oral statementof any person shall modify or otherwise change, or affect the terms,conditions, or specifications stated in the resulting contract. All change orders to the contract will bemade in writing by the Fannin County Purchasing Agent.

IF DURING the life of the contract, thesuccessful bidder's net prices to other customers for commodities awardedherein are reduces below the contracted price, it is understood and agreed thatthe benefits of such reduction shall be extended to Fannin County.

DELIVERY: All delivery and freightcharges (FOB Fannin County designated location) are to be included in the bidprice.

DELIVERY TIME: Bids shall show number ofdays required to place commodities at Fannin County's designated location. Successful bidder shall notify the PurchasingAgent immediately if delivery schedule cannot be met. If delay is foreseen, successful bidder shallgive written notice to the Purchasing Agent. Fannin County has the right to extend delivery time if reasons appearvalid. Successful Bidder must keep thePurchasing Agent advised of the status of the order.

CONFLICT OF INTEREST: Nopublic official shall have interest in this contract, in accordance with LocalGovernment Code Title 5, Subtitle C, Chapter 171.

ETHICS:The bidder shall not accept or offer any gifts or anything of value nor enterinto any business arrangement with any employee, official, or agent of FanninCounty.

EXCEPTIONS ANDSUBSTITUTIONS: All bids meeting the intent of thisinvitation to bid will be considered for award. Bidders taking exceptions to the specifications or offeringsubstitutions, shall state these exceptions by separate attachment as part ofthe bid. The absence of such list shallindicate that the bidder has not taken exceptions and bidder shall be held toperform in strict accordance with the specifications of the invitation. Fannin County Commissioners Court reservesthe right to accept any, all, or none of the exceptions or substitutions deemedto be in the best interest of Fannin County.

DESCRIPTIONS:Any reference to model and/or make/manufacturer used in bid specifications isdescriptive, not restrictive. It is usedto indicate the type and quality desired. Bids on commodities of like quality will be considered.

BIDS MUST COMPLY with allFederal, State, County, and local laws.

DESIGN, STRENGTH, QUALITYof materials and workmanship must conform to the highest standards, includingmanufacturing and engineering practices.

ALL COMMODITIES must benew and unused, unless otherwise specified, in first-class condition and ofcurrent manufacturer.

MINIMUM STANDARDS FORRESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder mustaffirmatively demonstrate bidder's responsibility. A prospective bidder mustmet the following requirements:

1. have adequatefinancial resources, or ability to obtain such resources as required;

2. be able to comply withthe required or proposed delivery schedule;

3. have a satisfactoryrecord of performance;

4. have a satisfactoryrecord of integrity and ethics;

5. be otherwise eligibleto receive an award of the bid.

Fannin County may requirerepresentation and other information sufficient to determine bidder's abilityto meet these minimum standards.

BIDDER SHALL PROVIDE withthis bid response, all documentation required by this Invitation ForBid/Request For Proposal/Request For Qualifications. Failure to provide thisinformation may result in rejection of submission.

SUCCESSFUL BIDDER SHALLDEFEND INDEMNIFY AND HOLD HARMLESS FANNIN COUNTY AND ALL ITS OFFICERS, AGENTS,AND EMPLOYEES FROM ALL SUITS, ACTIONS, OR OTHER CLAIMS OF ANY CHARACTER, NAME,AND DESCRIPTION BROUGHT FOR OR ON ACCOUNT OF ANY INJUIRIES OR DAMAGES RECEIVEDOR SUSTAINED BY ANY PERSON, OR PROPERTY ON ACCOUNT OF ANY NEGLIGENT ACT ORFAULT OF THE SUCCESSFUL BIDDER, OR ANY AGENT, EMPLOYEE, SUBCONTRACTOR, ORSUPPLIER IN EXECUTION OF, OR PERFORMANCE UNDER, ANY CONTRACT WITH MAY RESULTFROM BID AWARD. SUCCESSFUL BIDDER SHALL PAY ANY JUDGEMETN WITH COST WHITHC MAYBE OBTAINED AGAINST FANNIN COUNTY ARISING OUT OF SUCH INJURY OR DAMAGE.

TERMINATION OF CONTRACT: Thiscontract shall remain in effect until the contract expires, deliver/completionand acceptance of products and/or services rendered or unless terminated byeither party with a thirty (30) day written notice prior to any termination. The successful bidder must state therein thereason for such termination. FanninCounty reserves the right to award terminated contracts to the next lowest andbest bidder as it deems to be in the best interest of the County.

PATENTS/COPYRIGHTS: Thesuccessful bidder agrees to protect Fannin County from claims involvinginfringement of patents and/or copyrights arising from performance of thiscontract.

CONTRACT ADMINISTRATOR: Underthe contract, Fannin County may appoint a contract administrator withdesignated responsibility to ensure compliance with the contract requirements,such as but not limited to, acceptance, inspection, and delivery. The contract administrator will serve as theliaison between Fannin County Purchasing Agent and successful bidder.

INVOICES: Shallbe either emailed to Fannin County Accounts Payable at ap@fanninco.netor mailed to the Fannin County Auditor's Office, 101 E. Sam Rayburn Dr., Suite303, Bonham Tx 75418.

IN ACCORDANCE WITH THETEXAS PROMPT PAYMENT ACT: Payment shall be made after receiptand acceptance by Fannin County of a valid invoice. Successful bidder(s) is required to pay anysubcontractor within ten (10) business days after successful bidder receivedpayment from Fannin County.

REMEDIES:The successful bidder and Fannin Count agree that both parties have all rights,duties, and remedies available as stated in the Uniform Commercial Code.

VENUE:This agreement will be governed by the laws of the State of Texas and venue forany legal action arising out of this contract shall be in a court of competentjurisdiction in Fannin County.

ASSIGNMENT:The successful bidder shall not sell, assign, transfer, or convey thiscontract, in whole or in part, without the prior written consent of FanninCounty.


Background
Fannin County is soliciting sealed proposals from qualified vendors for Transport and Mortuary services for human remains. The goal of this Request for Proposals (RFP) is to ensure all qualified vendors have a fair and equal opportunity to participate in the procurement process. This process is designed to provide the best overall value to the County.

Work Details
The services required under this contract include, but are not limited to: removal, transportation, storage, and other related tasks as specified in the RFP. All services must be performed exclusively by employees of the awarded vendor(s); subcontracting is strictly prohibited. The County may award contracts to one or more vendors. If multiple contracts are awarded, a rotation schedule will be implemented to ensure equitable distribution of services.

Period of Performance
The contract will commence upon award and continue as specified in the terms of the agreement. There is a potential for annual adjustments based on budget constraints.

Place of Performance
Services will be performed within Fannin County, Texas.

Bidder Requirements
Bidders must provide qualifications including years in business, experience providing the level and type of service specified in the RFP, a signed and notarized Proposal Affidavit, a completed Proposal Response Form, a copy of the Licensed Funeral Director’s License, a copy of the Mortuary/Storage Facility License, and three current references (government references preferred).

Overview

Opportunity ID
004-2025
Response Deadline
July 29, 2025 Past Due
Date Posted
July 15, 2025
Est. Value Range
Experimental
$50,000 - $200,000 (AI estimate)
Agency Distribution
High
Source
On 7/15/25 Fannin County in Texas issued Transport And Mortuary Services For Human Remains with ID 004-2025 due 7/28/25.

Contacts

Subscribe to find 500K+ key government decision markers

Free Trial Schedule Demo

Documents

Posted documents for Rfp # 2025-004 Transport And Mortuary Services For Human Remains

Additional Details

Class Codes
41042-Mortuary Furniture: Autopsy Tables, Cadaver Tables, Refrigerators, Etc.; 46561-Mortuary And Morgue Equipment And Supplies: Embalming Fluid, Embalming Pumps, Injectors, Etc. (See 410-42 For Furniture; 475-73 For Cadaver Bags And Shrouds; 495-82 For Scales); 95264-Mortuary And Funeral (Including Crematory Services);

Similar Active Opportunities