request for proposal - rfp #24-04.19.17 voice-over ... · governing board, is seeking competitive...

36
RFP #24-04.19.17 VoIP Implementation Page 1 of 36 TORRANCE UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER INTERNET PROTOCOL (VOIP) IMPLEMENTATION Proposal Submittal Date: April 19th, 2017 3:00 PM Torrance Unified School District Attn: Purchasing Department Diana Kean North of 2336 Plaza Del Amo Torrance, CA 90501 Mailing Address: 2335 Plaza Del Amo Torrance, CA 90509

Upload: others

Post on 05-Jun-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 1 of 36

TORRANCE UNIFIED SCHOOL DISTRICT

REQUEST FOR PROPOSAL - RFP #24-04.19.17

VOICE-OVER INTERNET PROTOCOL (VOIP) IMPLEMENTATION

Proposal Submittal Date: April 19th, 2017 3:00 PM Torrance Unified School District

Attn: Purchasing Department Diana Kean North of 2336 Plaza Del Amo Torrance, CA 90501 Mailing Address: 2335 Plaza Del Amo Torrance, CA 90509

Page 2: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 2 of 36

Table of Contents

REQUEST FOR PROPOSALS ..................................................................................................................... 4 Estimated Timeline of Events: ....................................................................................................................... 6 Terms and Conditions .................................................................................................................................... 7

A. Overview ............................................................................................................................................. 7 B. Scope of Work..................................................................................................................................... 7 C. Bidder Requirements ........................................................................................................................... 8 D. Use of District Documents .................................................................................................................. 8 E. Inspection of Documents..................................................................................................................... 9 F. Scope of Work Agreement .................................................................................................................. 9 G. Proposal Content and Format .............................................................................................................. 9 H. Evaluation and Award of Contract .................................................................................................... 11 I. Bid Posting ........................................................................................................................................ 12 J. Rejection of Proposal and Waiver of Irregularities........................................................................... 12 K. Acceptance of Proposals ................................................................................................................... 12 L. Erasures or Corrections to Entries..................................................................................................... 12 M. Withdrawal or Amendment of Submitted Proposal .......................................................................... 12 N. Obtaining Information ....................................................................................................................... 13 O. Proposal Costs ................................................................................................................................... 13 P. Proposal Disclosure ........................................................................................................................... 13 Q. District Information ........................................................................................................................... 13 R. Requests for Information (RFI) ......................................................................................................... 14 S. Substitutions ...................................................................................................................................... 14 T. Failure to Bid .................................................................................................................................... 14 U. Patents ............................................................................................................................................... 14 V. Signatures .......................................................................................................................................... 14 W. Failure to Fulfill Contract/Termination ............................................................................................. 14 X. Cancellation for Insufficient or Non-Appropriated Funds ................................................................ 15 Y. Payment ............................................................................................................................................. 15 Z. Technology Clause ............................................................................................................................ 15 AA. Standard Commercial Use................................................................................................................. 15 BB. Hold Harmless ................................................................................................................................... 15 CC. Applicable Law ................................................................................................................................. 15 DD. Piggyback Clause .............................................................................................................................. 15 EE. Limitation on Expansion of Project Scope........................................................................................ 16 FF. Insurance Provided By Bidder .......................................................................................................... 16 GG. Insurance Provided by Subcontractors .............................................................................................. 16 HH. General Requirements ....................................................................................................................... 16 II. Vendor Contact & Communication .................................................................................................. 17 JJ. Termination For Convenience........................................................................................................... 17

PROPOSAL FORM ..................................................................................................................................... 18 NON-COLLUSION AFFIDAVIT ............................................................................................................... 21 CERTIFICATE REGARDING WORKERS' COMPENSATION .............................................................. 22 ACKNOWLEDGMENT OF BIDDING PRACTICES REGARDING INDEMNITY ............................... 23 CERTIFICATE OF A DRUG-FREE WORKPLACE ................................................................................. 24 CERTIFICATION REGARDING ALCOHOL AND TOBACCO FREE CAMPUS ................................. 25 CERTIFICATION OF EMPLOYEE CRIMINAL BACKGROUND CHECKS ........................................ 26

Page 3: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 3 of 36

ATTACHMENT “A” ................................................................................................................................... 27 CERTIFICATE OF CONTRACTOR AND SUBCONTRACTOR DIVISION OF INDUSTRIAL RELATIONS REGISTRATION ................................................................................................................. 28 BIDDER RESPONSIBILITY AND REFERENCES INFORMATION ..................................................... 29 BID BOND .................................................................................................................................................. 34 Appendix A: Torrance USD School List ..................................................................................................... 36

Page 4: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 4 of 36

REQUEST FOR PROPOSALS

DISTRICT: TORRANCE UNIFIED SCHOOL DISTRICT

PROJECT DESCRIPTION: RFP # 24-04.19.17 – VOIP IMPLEMENTATION

DATE/TIME FOR SUBMITTAL OF PROPOSALS:

PROPOSALS DUE WEDNESDAY, APRIL 19TH, 2017 AT 3:00:00 PM

PLACE FOR SUBMITTAL OF PROPOSALS:

Torrance Unified School District PURCHASING DEPARTMENT – Diana Kean North of 2336 Plaza del Amo Torrance, CA 90501

PROPOSAL DOCUMENTS AVAILABLE AT:

TUSD Website – http://www.tusd.org/administrative-services/purchasing

NOTICE IS HEREBY GIVEN that the TORRANCE UNIFIED SCHOOL DISTRICT, acting by and through its Board of Education, hereinafter "the District" will receive up to, but not later than the above-stated date and time, sealed Proposals for the Contract for the Work of the Project generally described as RFP # 24-04.19.17 – VOIP IMPLEMENTATION

Submittal of Proposals. All Proposals shall be submitted on forms furnished by the District. Proposals must conform with, and be responsive to, the Proposal and Contract Documents, copies of which may be obtained from the District as set forth above. Only Proposals submitted to the District prior to the date and time set forth above for the Proposals shall be considered.

1. Proposal and Contract Documents. The Proposal and Contract Documents are available at the TUSD Website – http://www.tusd.org/administrative-services/purchasing 2. Documents Accompanying Proposal. Each Proposal shall be accompanied by: (a) the Proposal Form; (b) Non-Collusion Affidavit, (c) Acknowledgement of Bidding Practices Regarding Indemnity, (c) Certification of Contactor and Subcontractor Division of Industrial Relations Registration, (e) Bidder References and Responsibility, (f) Bid Bond. 3. Prevailing Wage Rates and Labor Compliance Program. Pursuant to California Labor Code §1773, the Director of the Department of Industrial Relations of the State of California has determined the generally prevailing rates of wages in the locality in which the Work is to be performed. District incorporates all the provisions of the LCP. The successful Contractor and each of its subcontractors of any tier will be required to pay not less than the general prevailing rates of per-diem wages in the locality in which the work is to be performed for each craft or type of worker needed to execute the contract (“Prevailing Wages”). 4. Department of Industrial Relations Registration. Pursuant to Labor Code sections 1725.5 and 1771.1, all Contractors and Subcontractors that wish to bid on, be listed in a proposal, or enter into a contract to perform public work must be registered with the Department of Industrial Relations. No proposal will be accepted nor any contract entered into without proof of the Bidder’s and subcontractors’ current registration with the Department of Industrial Relations to perform public work. If awarded a Contract, the Bidder and its subcontractors, of any tier, shall maintain active registration with the Department of Industrial Relations for the duration of the Project.

This Project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. In the proposal on this project, it shall be the Bidder’s sole

Page 5: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 5 of 36

responsibility to evaluate and include the cost of complying with all labor compliance requirements under this contract and applicable law in its bid. 5. No Withdrawal of Proposals. Proposals shall not be withdrawn by any Bidder for a period of Sixty (60) calendar days after the opening of Proposals. During this time, all Bidders shall guarantee prices quoted in their respective Proposals. The Board of Education reserves the right to reject any and all Proposals. Refer to the formal documents and specifications for additional information, terms, and conditions. 6. Contractor’s State License Board Certification. This project requires Bidder and/or his subcontractor to hold a current valid certification as a C-10 Electrical Systems Contractor. Bidder shall provide CSLB C-10 license number in the Bidder Responsibility and References Information form. 7. Manufacturer’s Certification. This project requires Bidder and/or his subcontractor to hold a current valid manufacturer’s certification for Cisco Certified Internetwork Engineer (CCIE) – Voice or Collaboration. Bidder shall provide CCIE license number in the Bidder Responsibility and References Information form. 8. Mandatory Bidder’s Conference. All Bidders shall attend the Mandatory Bidder’s Conference and sign-in on the attendees list on March 22, 2017, at 10:00am, at the TUSD District Office Purchasing Department, located North of 2336 Plaza Del Amo, Torrance, CA 90501 in order to be deemed “responsible.” 9. Bid Security. Bidders shall provide a Bid Bond in the amount of 10% of the overall project, inclusive of any additive Alternate Bid Item(s). Failure of any Proposal to be accompanied by Bid Security in the form and in the amount required shall render such Proposal to be non-responsive and rejected by the District. 10. Award of Contract. The contract for the Work, if awarded, will be by action of the District’s Board of Education to the responsible Bidder submitting the best-value responsive Proposal. The best-value responsive Proposal will be determined by the District and its agents according to this RFP’s Evaluation Criteria and may not be the lowest cost proposal.

[END OF SECTION]

Page 6: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 6 of 36

Estimated Timeline of Events:

Event Date and Time

First RFP advertisement March 9, 2017 Second RFP advertisement March 16, 2017 Mandatory Bidders’ Conference March 22, 2017 at 10:00AM Last day to submit RFIs March 29, 2017 at 4:00 PM Final Addendums and Answers April 10, 2017 by 4:00PM Proposal Submittal Date April 19, 2017 at 3:00 PM Board approval May 15, 2017 Intent to Award Issue May 16, 2017

Publication:

South Bay Daily Breeze 1st Publication: March 9, 2017

2nd Publication: March 16, 2017

Page 7: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 7 of 36

Terms and Conditions

A. Overview The Torrance Unified School District (“TUSD,” “District,” or “Owner”), acting by and through its Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance Unified School District, located in Los Angeles County, in the state of California serves a student population numbering approximately 24,000 students in grades kindergarten through twelfth grade. The District has eight middle schools, seventeen elementary schools, four high schools. In addition, there are administrative sites, which include the District Office, Welcome Center, Warehouse/Facilities and Maintenance. The primary point of contact for this RFP is Diana Kean, Buyer, [email protected]. Proposals in response to this RFP are due by 3:00:00 PM (Pacific Time) on Wednesday, April 19th, 2017, at the District’s Purchasing Department. The Torrance Unified School District Purchasing Department is located at 2335 Plaza Del Amo, Torrance, CA 90501. Respondents are required to submit one (1) original, two (2) copies of the proposal and one flash drive containing all documents to the District. The original and copies should each be separately bound, but be contained together within one (1) sealed envelope or container. The envelope or container must be clearly labeled and include the: Bidder Name, Address, Phone number, as well as the RFP number.

B. Scope of Work The Bidder will include in their proposal, all costs necessary to provide the products and services detailed below. Work will begin after approval by the Board of Education and the contract is fully executed. All costs associated with any on-site premise equipment, provided as an integral part of the project, shall be the sole responsibility of the Bidder. The successful Bidder will include in their proposal price, at a minimum, the following VoIP Implementation products and implementation services: 1. Implementation and upgrade of Cisco Unified Communication Manager (Call Manager) to

support full system configuration, Remote Site Survivability (SRST), and existing Cisco Unity Connection. *NOTE: The district has already licensed and installed CUCM for 28 VoIP Phones and Cisco Unity Connection for 2,400 users.

2. Planning and configuration of new dial plan. Bidder’s price shall include planning and consulting with district IT staff to develop, plan and configure new dial plan.

3. Planning and configuration of Auto Attendant. Bidder’s price shall include planning and consulting with district IT staff to develop Auto Attendant logic tree and recordings. District will designate resource for recordings.

4. Provide and Install Routers at each School Site. Bidder’s price shall include the following: 4.1. Cisco Integrated Service Routers (ISR) will be installed at each site to support Remote

Survivability in case of loss of connectivity to the Wide-Area-Network and/or the District Office Data Center.

4.1.1. Cisco ISR4351 will be installed at each High School. 4.1.2. Cisco ISR 4331 will be installed at each Middle and Elementary School.

5. Provide and install VoIP Telephones at each location to replace existing NEC phones. NEW

Page 8: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 8 of 36

phones are defined as phones to be installed in site designated locations where there is no exiting phone. Bidder’s price shall include the following: 5.1. Cisco UC Phone 7821 to replace existing NEC two-button phones. 5.2. Cisco UC Phone 7841 to replace existing NEC 16-button phones. 5.3. An additional 114 (3 per site) Cisco UC Phone 7861 Reception phones will be installed at

NEW site designated locations. 5.4. An additional uplift of 10% of each replacement phone is included to account for NEW

phones at each school site at site designated locations. 6. Provide and install Category 6 network drops for each NEW phone.

6.1. For each NEW phone, provide and install a dual-drop, Category 6 connection from the designated location to the local IDF closet and terminate on existing Category 6 patch panels in compliance with industry standard and district standard structured cabling installation practices.

7. Implementation of Cisco Emergency Responder (e911). 7.1. Mapping of DID numbers to TUSD School / Building locations. 7.2. Implementation and testing of e911 features.

8. Electrical Branch Circuits (as needed). 8.1. Bidder shall include a unit cost (labor & materials) for an individual Electrical Branch

Circuit. 8.2. Electrical Branch Circuits may be required to support additional power outlets in

MDF/IDF locations. 8.3. Although there is an Electrical Branch Circuit cost on the Proposal Form, the Bidder shall

not include this unit cost in the bid total cost.

C. Bidder Requirements No proposal will be accepted from, or a contract awarded to a Bidder:

• Who is not licensed in accordance with the law

• Who does not hold a license qualifying them to perform work under this contract in the state of California

• Who does not hold a manufacturer’s certification as required by this RFP

• Who has not successfully performed on projects of similar character and scope to the proposed work.

D. Use of District Documents Proposals must be submitted on forms or in the format provided by the District. No alteration to the District forms will be permitted, including substitutions, additions, deletions or interlineations without the written consent of the District, which may be given or withheld in its sole and absolute discretion. Reproduction of District documents is permitted, so long as reproduced copies are exactly identical in size, format and content as the forms prepared by the District. Any proposal submitted in altered form may result in rejection of such proposal at the option of the District.

Page 9: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 9 of 36

E. Inspection of Documents 1. Each Bidder receiving forms prepared by the District is responsible for inspection of District

documents for missing or illegible pages or other indication of incomplete information provided to the Bidder.

2. The failure or neglect of any Bidder to receive or examine any contract document, form, instrument, addendum, or other document shall in no way relieve any Bidder from obligations with respect to his or her proposal. The submission of a proposal shall be taken as prima facie evidence of compliance with this section.

3. Receipt of addenda to the proposal documents by a Bidder must be acknowledged on the proposal before the time proposals are due.

F. Scope of Work Agreement 1. The proposal must include a VoIP Implementation Scope of Work Agreement, which will be

subject to the District’s acceptance after District legal review. The District reserves the right to reject or revise any submitted agreement The District also reserves the right to select any proposal which the District believes is in the best interest of the District which may not provide the lowest price(s) submitted.

2. The District intends to use the Bidder’s supplied Scope of Work Agreement to formalize any contractual relationship that results from this Request for Proposal. However, the Bidder supplied agreement must include all the provisions mentioned in this RFP for the Bidder’s proposal to be considered responsive.

2.1. Contract Term – Pursuant to the provision of California Education Code Section 17596, school districts may extend contracts for services up to five (5) years. Therefore, the minimum contract term is from May 1, 2017, through April 30, 2018, renewable each year for five (5) years.

2.2. Scope of Work Agreement – The Bidder shall provide the District with a Scope of Work Agreement in conformance to standard industry requirements. The SOW shall, at a minimum, ensure that the following project objectives are met:

IP PBX (Call Manager) Availability – 99.99% Remote Site Survivability (System Redundancy) – 99.99% Replace all existing phones with VoIP Telephones Provide and install VoIP Telephones at NEW locations Implement and enable Cisco Emergency Responder (e911).

G. Proposal Content and Format In addition to returning the mandatory forms the Bidder should also submit one (1) original, 2 bound and 1 electronic copy on flash drive following the guidelines listed below: 1. Narrative The Bidder will include with their proposal a written narrative, detailing the means, methods, and transport mediums, of the proposed Scope of Work. The Proposal Narrative shall not exceed 10 pages (page limit excludes RFP Forms and/or copies of the Bidder’s contracts and service level agreements). The proposal narrative shall include at a minimum:

Page 10: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 10 of 36

i. A brief description of the Bidder, their history in the market place. ii. A single line drawing or logical diagram depicting the proposed Solution Design.

iii. An Implementation Plan, including: a. Project schedule b. Project technical and project management resources c. Bidder and Owner responsibilities d. Product receiving, warehousing and delivery e. Asset tagging and inventory management process f. Dial plan g. User Instruction Manual h. Pre-configuration and lab testing i. Auto attendant configuration and recordings j. IN / OUT dial verification testing to PSTN (primary route) k. SRST verification testing l. Voicemail verification testing m. e911 verification testing n. Systems Documentation o. Training and knowledge transfer.

iv. A description of the Bidder’s billing process. v. A description, if applicable, of the “Owner Supplied” equipment and/or facilities,

required by the Bidder for the successful implementation of their proposed service offering, i.e. Power, Special Equipment, Facilities upgrades, and/or Equipment Mounting Space requirements.

vi. A statement, if applicable, that clearly address any conflict or inability on the part of the Bidder to meet the specified service and/or terms and conditions specified in this document.

2. Pricing Procedure The Bidder shall submit their price on the provided “Proposal Form”. If the Bidder wishes to propose “alternate” pricing and/or product options, they may do so only in addition to supplying a “Proposal Form” for the requested service. Any “alternate” pricing and/or product options must be attached with clear, detailed information. 3. References The Bidder shall complete the included “Bidder References and Responsibility Form” as a part of their proposal. Bidder shall include a minimum of five (5) reference customers serviced within the past three (3) years with similar requirements (VoIP Implementation), preferably from a K-12 school district of similar size, that demonstrate their ability to provide the services requested in this RFP.

3.1 Include Bidder’s and/or subcontractor’s CSLB C-10 Electrical Systems Contractor License number.

3.2 Cisco CCIE Voice or Cisco CCIE Collaboration Certification. 4. Scope of Work (SOW) Agreement The Bidder will include three (3) signed and dated originals of the VoIP Implementation Scope of Work Agreement with their proposal, pursuant to Section F – Scope of Work Agreement - above.

Page 11: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 11 of 36

5. Corporate Profile This section should include an overview of the company’s history and current financial status and related documents such as brochures, financial statements, SEC 10Q/Ks, and other standard information. Financial documents will be kept secured and not subject to public information. 6. Mandatory Forms (Certificates and Certification Documents) This section should include the following mandatory forms contained in this RFP document, fully executed.

• Proposal Form

• Non-Collusion Affidavit

• Acknowledgement of Bidding Practices Regarding Indemnity

• Certificate of Registration with DIR (Department of Industrial Relations)

• Bidder Responsibility and References Information

• Bid Bond.

H. Evaluation and Award of Contract The District provides the following Evaluation Criteria and selection process for the RFP review and award. The District and/or its representative agent, upon the bid due date, will receive, compile and organize the bids. An RFP Selection Committee, as deemed necessary, will be formed to evaluate the proposals and to make recommendation to the Education Technology & Information Systems Office and Purchasing. Composition and creation of this committee, should one be formed, is at the sole discretion of the District. Names of the Committee members, should one be formed, will not be released prior to the time for interviews. There may also be demonstrations scheduled for viewing and rating by a review team consisting of representatives from across the TUSD. The Selection Committee will review the proposals for format to ensure conformance with the requirements of the RFP and be deemed responsive. The committee may select finalists to interview and/or present a product demonstration as a part of the evaluation process. The District provides no assurance that an interview or an opportunity to demonstrate product will take place or obligate the District. TUSD reserves the right to select a contractor based solely on the information provided in the proposals received in response to the RFP. During the evaluation process, the District reserves the right, where it may serve the District’s best interest, to request additional information or clarifications from firms, or to allow corrections of errors or omissions. Bids will be evaluated according to the following criteria:

EVALUATION CRITERIA WEIGHT

Solution Design & Scope of Work Agreement 25%

Project Experience & References 25%

VoIP Deployment Plan 25%

Page 12: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 12 of 36

Proposal Total Cost 25%

Total 100%

I. Bid Posting Torrance USD will post this RFP on the Torrance USD website located at www.tusd.org/administrative-services/purchasing. All addendums, questions, and answers will be posted as they are published.

J. Rejection of Proposal and Waiver of Irregularities The District reserves the right to reject any or all proposals and to waive any immaterial irregularities in the proposal process or any proposal. The District also reserves the right to select any proposal which the District believes is in the best interest of the District which may not provide the lowest price(s) submitted. The right is reserved, as the interests of the District may require, to revise or amend the proposal documents prior to the date set for opening proposals. Such revisions and amendments, if any, will be announced by an addendum or addenda to this Request for Proposals. If the revisions and amendments are of a nature which require material changes in quantities or prices proposed or both, the date set for the opening of the proposals may be postponed by such number of days as in the opinion of the District will enable Bidders to revise their proposals to account for such changes. In such cases, the addendum will include an announcement of the new date for opening proposals.

K. Acceptance of Proposals Awards will be made on the entirety of the proposal and the total project cost as detailed on the Proposal Form. The right is reserved to reject any or all proposals. Proposals may be rejected on grounds of non-responsiveness or non-responsibility. Proposals are subject to acceptance at any time within sixty (60) days after opening of same unless otherwise stipulated.

L. Erasures or Corrections to Entries The proposal documents submitted must not contain any erasures, strikeovers or other corrections of entries that impair accurate interpretation of the entry and/or understanding of the proposal. If correction of an unintended entry is desired such correction must be clear and legible and clearly authenticated by initials of the person signing the proposal. Unclear or unauthenticated corrections may result in rejection of the proposal at the option of the District.

M. Withdrawal or Amendment of Submitted Proposal 1. Any proposal that has been submitted may be withdrawn prior to the scheduled time for

opening of proposals. A request to withdraw a proposal must be in writing and received by the District prior to the scheduled time for opening of proposals.

2. No amendment, addendum or modification will be accepted after the proposal has been submitted to the District. If a change to a proposal that has been submitted is desired, the submitted proposal must be withdrawn and the replacement proposal submitted to the District prior to the time for opening of proposals.

3. No Bidder may submit more than one proposal.

Page 13: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 13 of 36

4. After the scheduled time for opening of proposals, these proposals may not be withdrawn for sixty (60) days.

N. Obtaining Information 1. Outside sources. The District reserves the right to obtain from any and all sources information

concerning a Bidder which the District deems pertinent to this Request for Proposal and to consider such information in evaluating the Bidder’s proposal.

2. Inspections. Upon reasonable notice to the Bidder, the District reserves the right to make on-site inspections of the Bidder’s installations and any proposed permitted assignee’s (as provided in the Scope of Work Agreement) facilities which the District deems pertinent and necessary to evaluate the Bidder’s proposal and to consider any information received from such inspection in evaluating the Bidder’s proposal.

O. Proposal Costs The District shall not be liable for any cost incurred by a Bidder in the preparation or delivery of its response to the Request for Proposal or for any other costs incurred because of this Request for Proposal.

P. Proposal Disclosure 1. All proposals received shall remain confidential until a contract resulting from this Request for

Proposal is signed by the District and the apparent successful Bidder; thereafter the proposals shall be deemed public records. In the event that a Bidder desires to have portions of its proposal remain confidential, it is incumbent upon the Bidder to identify those portions in its transmittal letter deposited with the proposal package. The transmittal letter must identify the page, the particular exemption(s) from disclosure and the contended justification for exemption upon which it is making its claim. Each page, or part thereof, claimed to be confidential must be clearly identified by the word "confidential" printed on the lower right hand corner of the page.

2. The District will consider a Bidder's request(s) for confidentiality; however, the District will not be bound by the assertion that a page contains confidential material. An assertion by a Bidder that an entire volume of its proposal is confidential will not be honored. The District reserves the right to disclose all information in the proposal, even if the Bidder requests that it remain confidential, if the District determines that disclosure is not prohibited by law or court order.

3. Until a contract resulting from this Request for Proposal is executed, no employee, agent or representative of any Bidder shall make available or discuss its proposal with the press, any elected or appointed official or officer of the District, or any employee, agent, or other representative of the District, unless specifically allowed to do so in the Request for Proposal or in writing by the District for the purposes of clarification and evaluation.

4. Bidders shall not issue any news release(s) or make any statement to the news media pertaining to this Request for Proposal or any proposal and/or contract or work resulting therefrom without the prior written approval of the District which may be given or withheld in its sole and absolute discretion and then only in cooperation with the District.

Q. District Information The District provides information herein to assist Bidders in formulating their proposals. Although

Page 14: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 14 of 36

the District is providing this information in good faith, the District makes no warranty or representation about its accuracy, and the District does not intend any Bidder to rely solely on the accuracy of the information in submitting his/her proposal.

R. Requests for Information (RFI) Bidders may submit RFIs in writing or via email directly to the Buyer – Diana Kean at [email protected] before March 29, 2017 at 4:00PM. The District will respond to all RFIs submitted before the deadline by April 3, 2017.

S. Substitutions All products included in the proposal must conform to the specifications set forth in this RFP. The District reserves the right to reject all proposals that do not conform to the specifications. Substitutions may be proposed on an “or equal” basis subject to District approval. Bidder’s proposing substitutions must request District approval of the substitute products via the RFI process. Requests for substitutions must be submitted to the Buyer before RFI deadline. When proposing substitutions, the Bidder must state on the proposal the manufacturer, product name, model number, or other trade designation on each item bid other than “as specified.” Suitability and valuation of “equals” rests in the sole discretion of the District. At a minimum, descriptive technical literature fully describing the claimed “or equal” product must be attached to the proposal attachments.

T. Failure to Bid If Bidder does not bid on any line item, please mark “no bid” in the space provided and sign it and return the bid, otherwise the Bidder may be removed from the proposal list as non-responsive.

U. Patents The Bidder shall hold the Torrance Unified School District, its officers, agents, servants, and employees harmless and free from liability of any nature or kind on account of use (by publisher, manufacturer, or author) of any copyrighted or non-copyrighted composition, secret process, patented invention, article or appliance furnished or used under this proposal.

V. Signatures All proposals must show the firm name and must be signed by a responsible officer or employee fully authorized to bind the organization to the terms and conditions herein. Obligations assumed by such signature must be fulfilled.

W. Failure to Fulfill Contract/Termination When any contractor or vendor shall fail to deliver any article or service or shall deliver any article or service which does not conform to the specifications, the District may, at its sole discretion, annul and set aside the contract entered into with said vendor or contractor, either in whole or in part, and make and enter into a new contract for the same items in such manner as seems to the Board of Trustees to be to the best advantage of the Torrance Unified School District. Any failure for furnishing such articles or services by reason of the failure of the vendor or contractor, as above stated, shall be a liability against such vendor and his sureties. The Board of Trustees reserves the right to cancel any articles or services which the successful bidder may be unable to furnish because of economic conditions, governmental regulations or other similar causes beyond

Page 15: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 15 of 36

the control of the bidder provided satisfactory proof is furnished to the District, if requested.

X. Cancellation for Insufficient or Non-Appropriated Funds The Bidder hereby agrees and acknowledges that monies utilized by the District to purchase the services listed in this proposal are public money appropriated by the State of California, the Federal Government, or acquired by the District from similar public sources and is subject to variation. The District fully reserves the right to cancel this proposal at any time and/or to limit quantities of items due to non-availability or non-appropriation of sufficient funds.

Y. Payment Bidders shall include in their proposal the invoicing and progress payments and final payment procedures in accordance with project completion and acceptance.

Z. Technology Clause As technology advances, it is understood that improved or enhanced products may supersede existing products in both price and performance and yet be essentially similar. This request for proposals seeks to address the rapid advances in technology by allowing functionally similar or identical products that may be introduced in the future, during the term of the proposal, to be included under the general umbrella of compatible product lines and are thus specifically included in this proposal.

AA. Standard Commercial Use The Bidder, whether manufacturer, supplier, distributor or retailer, hereby certifies that the products offered under this bid shall be new, current production models, have been placed in regular commercial use for a period of at least one (1) year, must remain in inventory at least one (1) year after award of contract, and that adequate spare parts exist in the marketplace for the items sold.

BB. Hold Harmless The Bidder shall save, defend, hold harmless and indemnify the District against any and all liability, claim, and costs of whatsoever kind and nature for injury to or death of any person and for loss or damage to any property occurring in connection with or in any way incident to or arising out of the occupancy, use, service, operations, or performance under the terms of this contract, resulting in whole or in part from the negligent acts or omissions of vendor, and subcontractor, or any employee, agent, or representative of vendor and/or subcontractor.

CC. Applicable Law The laws of the State of California shall govern any agreements resulting from this proposal.

DD. Piggyback Clause For the term of the Contract and any mutually agreed extensions pursuant to this request for bids, at the option of the vendor, other school districts and community college districts, any public corporation or agency, including any county, city, town or public corporation or agency within the State of California, may purchase, lease-purchase, or rent the identical item(s) at the same price and upon the same terms and conditions pursuant to Sections 20118 (K-12) and 20652 (Community Colleges) of the Public Contract Code.

Page 16: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 16 of 36

The Torrance Unified School District waives its right to require such other districts and offices to draw their warrants in the favor of the District as provided in said Code Sections. The Piggyback clause may be executed at the bottom of the Proposal Form.

Acceptance or rejection of this clause will not affect the outcome of this bid. (The Piggyback Clause will be accepted or rejected on the Proposal Form.)

EE. Limitation on Expansion of Project Scope Following approval of the best value proposal, the successful Bidder may not alter the proposed Scope of Work, Time Schedule or Pricing without the prior written permission of the awarding agency.

FF. Insurance Provided By Bidder Pursuant to Article 6 of the General Conditions, the Bidder shall provide and maintain the following insurance coverage amounts as set forth below:

Insurance Requirement

Workers Compensation In accordance with limits established by law Employers Liability $1,000,000 Commercial General Liability

Per Occurrence $2,000,000 Aggregate $5,000,000

Automobile Liability Bodily Injury/Property Damage Per Occurrence $1,000,000

GG. Insurance Provided by Subcontractors Pursuant to Article 6 of the General Conditions, all Subcontractors and Sub-Subcontractors shall provide and maintain the following insurance coverages with minimum coverage amounts as set forth below:

Insurance Requirement

Workers Compensation In accordance with limits established by law Employers Liability $1,000,000 Commercial General Liability

Per Occurrence $1,000,000 Aggregate $2,000,000

Automobile Liability Bodily Injury/Property Damage Per Occurrence $1,000,000

HH. General Requirements 1. All Bidders are required to comply with Labor Code Section 3700. This section mandates that

employers in the State must have Worker’s Compensation Insurance that covers every employee. The Worker’s Compensation Certificate included in this proposal must be

Page 17: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 17 of 36

completed and returned with the submittal. 2. All Bidders must comply with California Education Code sections 45122 through 45125.5.

Every employee who will work at any site within TUSD must be fingerprinted by a law enforcement agency and pass a criminal background check conducted by the DOJ. The District has provided a certificate of understanding that must be returned with this RFP submittal.

3. All Bidders and/or their declared subcontractors must hold a California State Licensing Board license C-10 – Electrical System Contractor.

4. Antidiscrimination: It is the policy of the District that in connection with all work performed under contacts, there be no discrimination against any prospective or active employee engaged in the work because of race, color, ancestry, national origin, religious creed, sex, age, sexual orientation, or marital status. The Bidder agrees to comply with applicable Federal and California laws including, but not limited to, the California Fair Employment and Housing Act, beginning with Government Code Section 12900, and Labor Code Section 1735. In addition, the Bidder agrees to require like compliance by any of their subcontractors employed on the work.

II. Vendor Contact & Communication During this time of selection of vendors, all vendors and/or vendor representatives shall direct inquiries regarding this RFP by E-MAIL ONLY to the Purchasing Department located at the District office, [email protected]. Any vendor making contact with any other person(s) within the District such as, but not limited to Board members, other District employees or their agents, parents, students, etc., may have their bid declared non-responsible.

JJ. Termination For Convenience This agreement may be terminated by District for any or no reason at any time during the term of this agreement by giving thirty- (30) day written notice to the Bidder. Said notice shall be in writing, shall state the date of the proposed termination (which shall in no event be earlier than twenty-four (24) hours from the time of delivery of such notice) and shall be delivered to the addresses listed for the Bidder in this Agreement. In such event, this agreement shall terminate on the termination date set forth in the termination notice. District shall pay to the Bidder all amounts earned and invoiced by the Bidder up to the termination date (subject to the District’s offset rights set forth in this Agreement) and the parties shall thereafter be released from all further obligations and liabilities under this Agreement, except to the extent that any such obligations or liabilities expressly survive the termination of this agreement.

END OF SECTION

Page 18: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 18 of 36

PROPOSAL FORM

Request For Proposal – RFP #24-04.19.17 VoIP Implementation TO: TORRANCE UNIFIED SCHOOL DISTRICT

2335 Plaza Del Amo, Torrance, CA 90509 Attention: James Downs, Director of Purchasing Date

Submitted By:

Bidder Name

Bidder Address

Telephone Fax

Having examined the proposal documents for the VoIP Implementation for the Torrance USD and having inspected the sites of/and the conditions affecting and governing the services of said services, the undersigned Bidder hereby proposes to furnish all labor and materials, supervision, coordination, transportation, services and equipment required to provide the VoIP Implementation for the sum of: Base Proposal: One-time Implementation Cost with 5 year SmartNet Maintenance on all equipment.

Device Description Part # Qty Unit Cost Ext. Cost

Cisco ISR4351 SRST Router ISR4351-V/K9 26 $

Cisco ISR4331 SRST Router ISR4331-V/K9 6 $

Cisco UC Phone 7821 Classroom Phone CP-7821-K9= 1,907 $

Cisco UC Phone 7841 Classroom Phone CP-7841-K9= 744 $

Cisco UC Phone 7861 Classroom Phone CP-7861-K9= 114 $

Cat. 6 Network Drops For NEW Phones Dual-Drop 276 $

Include All Federal, State and Local Taxes $

Include all Shipping and Misc. Charges $

ISR SRST Deployment Planning & Labor $

Dial Plan & Auto Attendant Planning & Configuration $

IP Phone Placement & Wall Mounting Labor $

Total VoIP Project Cost (Provide & Install) $

Electrical Branch Circuits – Individual Unit Cost $

Page 19: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 19 of 36

Acknowledgment of Addenda In submitting this Proposal, the undersigned Bidder acknowledges receipt of all Addenda issued by or on behalf of the District, as set forth below. The Bidder confirms that this Proposal incorporates and is inclusive of, all items or other matters contained in Addenda.

Initial only one of the following:

Addenda Numbers ; ; ; ; ; were received, acknowledged (initial if applicable) and incorporated into this Proposal. OR No Addenda Issued (initial if applicable)

Piggyback Clause:

For the term of the Contract and any mutually agreed extensions pursuant to this request for bids, at the option of the vendor, other school districts and community college districts, any public corporation or agency, including any county, city, town or public corporation or agency within the State of California, may purchase, lease-purchase, or rent the identical item(s) at the same price and upon the same terms and conditions pursuant to Sections 20118 (K-12) and 20652 (Community Colleges) of the Public Contract Code. The Torrance Unified School District waives its right to require such other districts and offices to draw their warrants in the favor of the District as provided in said Code Sections. The Piggyback clause may be executed at the bottom of the Proposal Form.

Acceptance or rejection of this clause will not affect the outcome of this bid. (Please initial one of the options listed below.) Piggyback option granted ____________________ Piggyback option not granted _________________

Additional Information:

Notices. All notices or other correspondence shall be addressed to the District and the Bidder at their respective addresses set forth herein. Notices shall be effective only if in writing and in conformity with the requirements for service of notices set forth in the Contract Documents. Confirmation of Figures. By submitting this Proposal, the Bidder confirms that it has checked all of the above figures and understands that neither the District nor any of its agents, employees or representatives shall be responsible for any errors or omissions on the part of the undersigned Bidder in preparing and submitting this Proposal. Acknowledgment and Confirmation. The undersigned Bidder acknowledges its receipt, review and understanding of the Specifications and other Contract Documents pertaining to the proposed Work. The undersigned Bidder certifies that the Contract Documents are, in its opinion, adequate, feasible and complete for providing and performing the Work in a sound and suitable manner for the use specified and intended by the Contract Documents. The undersigned Bidder certifies that it has, or has available, all necessary equipment, personnel, materials, facilities and technical and financial ability to complete the Work for the amount bid herein within the Contract Time and in accordance with the Contract Documents. The undersigned Bidder certifies that its bid amount includes funds sufficient to allow the Bidder to comply with all applicable local, state and federal laws and regulations governing the labor and services to be provided for the performance of the Work of the Contract and shall indemnify, defend

Page 20: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 20 of 36

and hold District harmless from and against any and all claims, demands, losses, liabilities and damages arising out of or relating to Bidder’s failure to comply with applicable law in this regard.

This form must be completed and submitted with proposal.

The undersigned hereby proposes and agrees to furnish and deliver the goods and services as quoted in accordance with the terms, conditions, specifications, and prices herein quoted. This proposal is subject to a cash discount of ___________% ____________ days. FIRM NAME: _______________________________________________________________ SIGNED BY: ________________________________________________________________ (Typed or Printed Name of Bidder’s Authorized Representative)

TITLE: _____________________________________________________________________

ADDRESS: __________________________________________________________________

____________________________________________________________________________ PHONE NO.:____________________________ FAX NO. ___________________________

EMAIL ADDRESS: __________________________________________________________

Page 21: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 21 of 36

NON-COLLUSION AFFIDAVIT STATE OF CALIFORNIA COUNTY OF LOS ANGELES I, _______________________being first duly sworn, deposes and says that I (Typed or Printed Name) am the __________________________ of __________________________, the party (Title) (Bidder Name) submitting the foregoing Proposal (the “Bidder”). In connection with the foregoing Proposal, the undersigned declares, states and certifies that: 1.01 The Proposal is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization or corporation. 1.02 The Proposal is genuine and not collusive or sham. 1.03 The Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any other Bidder or anyone else to put in sham bid, or to refrain from bidding. 1.04 The Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other Bidder, or to fix any overhead, profit or cost element of the bid price or that of any other Bidder, or to secure any advantage against the public body awarding the contract or of anyone interested in the proposed contract. 1.05 All statements contained in the Bid Proposal and related documents are true. 1.06 The Bidder has not, directly or indirectly, submitted the bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any person, corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Executed this day of , 20 at _______________(City, County and State) I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. ____________________________ _____________________________________ Signature (Address) ____________________________ _____________________________________ Name Printed or Typed (City, County and State) ( ) (Area Code and Telephone Number)

This form must be completed and submitted with proposal.

Page 22: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 22 of 36

CERTIFICATE REGARDING WORKERS' COMPENSATION

Labor Code Section 3700: "Every employer except the State shall secure the payment of compensation in one or more of the following ways: (a) By being insured against liability to pay compensation in one or more insurers duly

authorized to write compensation insurance in this State. (b) By securing from the Director of Industrial Relations a certificate of consent to self-insure,

which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self-insure and to pay any compensation that may become due to his employees.

(c) * * * * * " I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of this contract. NAME TITLE SIGNATURE _______

(In accordance with Article 5 {commencing at Section 1860}, Chapter 1, Part 7, Division 2 of the Labor Code, the above certificate must be signed and filed with the awarding body prior to performing any work under this contract.)

This form must be completed upon contract award.

Page 23: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 23 of 36

ACKNOWLEDGMENT OF BIDDING PRACTICES REGARDING INDEMNITY TO: Torrance Unified School District

RE: RFP #24-04.19.17 VoIP Implementation

Please be advised that with respect to the above-referenced PROJECT the undersigned contracting party on behalf of itself and all subcontractors hereby waives the benefits and protection of Labor Code Section 3864, which provides:

“If an action as provided in this chapter is prosecuted by the employee, the employer, or both jointly against the third person results in judgment against such third person, the employer shall have no liability to reimburse or hold such third person harmless on such judgment or settlement in the absence of a written agreement to do so executed prior to the injury.”

This Agreement has been signed by an authorized representative of the contracting party and shall be binding upon its successors and assignees. The undersigned further agrees to promptly notify the DISTRICT of any changes of ownership of the contracting party or any subcontractor while this Agreement is in force.

____________________________________ Contracting Party

____________________________________ Name of Agent/Title

This form must be completed and submitted with proposal.

Page 24: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 24 of 36

CERTIFICATE OF A DRUG-FREE WORKPLACE Pursuant to the requirements mandated by California Government Code Section 8350 et seq, or the “Drug Free Workplace Act of 1990”, this certification form is required of all successful Bidders for contracts or grants awarded by a State Agency. By signing this certification, the Contracting firm agrees that a Drug-Free Workplace will be established by performing the actions described below: 1. Publishing a statement, notifying employees that the unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance is prohibited in the person’s or the organization’s workplace. The statement must specify what actions will be taken against the employee for violations of the prohibition; 2. Establishment of a Drug-Free Awareness Program to inform employees of: a) The dangers of drug abuse in the workplace; b) The organization’s policy of a Drug-Free Workplace; c) The availability of drug abuse counseling, rehabilitation, and employee assistance programs; and d) The penalties that may be imposed on employees for drug abuse violations 3. Requirement that each employee engaged in the performance of the contract of grant be given a copy of the statement outlined above in section 1, and that as a condition of employment on the contract or grant, the employee agrees to abide by the conditions of the aforesaid statement. I, the undersigned, as an authorized representative of ______________________, (Company Name) agree that all the requirements of the “Drug-Free Workplace Act of 1990” will be adhered to and that a Drug-Free Workplace will be established. I also understand that if it is determined that I have made a false certification, or violated this certification by failing to meet any requirements of the Act, the contract established by RFP#15-16-1 is subject to termination, suspension of payments, or both. Furthermore, I understand that a violation of the terms of the “Drug-Free Workplace Act of 1990” can result in disbarment in accordance to the provisions of California Government Code Section 8350 et. seq. _________________________________ ____/____/________ (Original Signature in Blue or Black Ink) (Today’s Date) _________________________________ (Company Name)

This form must be completed upon contract award.

Page 25: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 25 of 36

CERTIFICATION REGARDING ALCOHOL AND TOBACCO FREE CAMPUS I, _________________________, an authorized officer of ________________________, (Print or Type Name) (Company Name) agree to comply with the Alcohol and Tobacco Free Campus Policy as established by Torrance Unified School District. I certify that no employee of our firm, nor any subcontracting firm, will use alcohol or tobacco products at any time, on or within any District owned or leased buildings, property, or vehicles. Furthermore, I certify that signs stating “Alcohol and Tobacco Use is Prohibited” will be purchased and prominently displayed at all entrances to school property in accordance with the policy of Torrance Unified School District. _________________________________ ____/____/________ (Original Signature in Blue or Black Ink) (Today’s Date) ________________________________ (Print or Type Name) _________________________________ (Title)

This form must be completed upon contract award.

Page 26: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 26 of 36

CERTIFICATION OF EMPLOYEE CRIMINAL BACKGROUND CHECKS I, ______________________, certify that one of the following has been performed: (print or type name) 1. Pursuant to California Education Code Section 45125.1 criminal background checks, through the California Department of Justice, have been performed for all employees that will provide services to the Torrance Unified School District upon award of a contract for RFP# 24-04.14.17 VoIP Implementation, and that no employee have been found to be convicted of serious or violent felonies as specified in California Penal Code Sections 667.5(c) and 1192.7(c). Furthermore, attached to our bid proposal, is a list of the names of employees who may come into contact with pupils. Or 2. Pursuant to California Education Code 45125.1, the safety of the pupils will be ensured by one of the following methods: a) The installation of a physical barrier at the worksite that will limit contact with pupils; b) Continual supervision and monitoring of all employees by an individual whom the California Department of Justice has ascertained has not been convicted of a violent or serious felony as defined in California Penal Code Sections 667.5(c) and 1192.7(c). I declare, under penalty of Perjury under the Laws of the United States, that the foregoing is true and correct. _________________________________ ____/_____/________ (Original Signature in Blue or Black Ink) (Today’s Date) _________________________________ (Printed or Typewritten Name) _________________________________ (Title)

This form must be completed upon contract award.

Page 27: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 27 of 36

ATTACHMENT “A”

(INSERT NAMES OF EMPLOYEES WHO MAY COME IN CONTACT WITH PUPILS)

Must be completed and attached with the Certification of Employee Background Checks upon contract award.

Page 28: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 28 of 36

CERTIFICATE OF CONTRACTOR AND SUBCONTRACTOR DIVISION OF

INDUSTRIAL RELATIONS REGISTRATION

Pursuant to Public Contract Code Section 1725.5, a contractor or subcontractor must be registered with the Department of Industrial Relations in order to bid on, to be listed in a bid proposal or to engage in the performance of any defined public work contract. I, _________________________________, __________________________________ certify that (Name) (Title) ___________________________ is currently registered as a contractor with the Department of (Contractor Name) Industrial Relations (DIR): Contractor’s DIR Registration Number ________________________ Expiration Date June 30, 20____ Contractor further acknowledges:

• Contractor shall maintain DIR registered status for the duration of the project without a gap in registration.

• Contractor shall note in its invitation to bid the DIR’s registration requirement for all subcontractors and their subcontractors.

• Contractor shall ensure that all subcontractors are registered at the time of bid opening and maintain registered status for the duration of the project.

• Contractor is to furnish DIR Registration Number for all subcontractors on the project within 24 hours of the bid opening.

• Contractor shall substitute any subcontractor with a DIR registered contractor if listed subcontractor is unable to perform work.

Failure to comply with any of the above may result in a determination of non-responsiveness. I declare under penalty of perjury under California las that the foregoing is true and correct.

__________________________________________ Signature ___________________________________________ Date

This form must be completed and submitted with proposal.

Page 29: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 29 of 36

BIDDER RESPONSIBILITY AND REFERENCES INFORMATION 1. The District expressly reserves the right to reject the bid of any Bidder who, upon investigation, has

been determined to fail to complete similar contracts in a timely fashion or in a satisfactory manner. Such rejection would, if applicable, be based upon the principle that the Bidder is "non-responsible" and poses a substantial risk of being unable to complete the work in a cost-effective, professional and timely manner.

2. In performing the above-described responsibility determination, the District reserves the right to utilize all possible sources of information in making its determination, including but not limited to: inquiries to regulatory state Boards and agencies; Dun and Bradstreet credit reports, inquiries to companies and public entities for which the Bidder has previously performed work, reference checks and examination of all public records.

3. Provide the Bidder’s CSLB C-10 Contractor or Subcontractor’s license.

Contractor’s State License Board C-10 – Electrical Systems Contractor

License Number Company Name

4. Provide the Bidder’s Cisco CCIE Voice and/or Cisco CCIE Collaboration certification.

Cisco CCIE Voice or Cisco CCIE Collaboration Certified Engineer

Certification # Engineer Name

5. The Bidder must also demonstrate knowledge of school construction techniques and should possess a working ability to perform similarly-sized construction work for a public agency. This knowledge and ability shall be shown by furnishing the names, current phone numbers, address, points of contact and scope of work of at least five (5) customers served within the past three (3) years with requirements similar to the needs of the Torrance Unified School District.

FAILURE TO FURNISH THE REFERENCES (IN THE COMPLETE FORMAT REQUIRED) MAY CAUSE BID TO BE REJECTED AS NON-RESPONSIVE. EXAMPLE: References should be listed in the following format (facts are example only) (a) Work for L.A. Unified School District (b) Phone # (213) 123-4567 (c) 100 Hollywood Drive, L.A., CA 92000 (d) Contact: James Earl Jones III at above # (e) Renovated Beverly Hills High (f) 1990 (g) $ 100 Million

Page 30: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 30 of 36

Reference #1

Organization’s Name

Telephone Number Address Point of Contact Type of Contract Contract Term Contract Amount $ Project Description

Reference #2

Organization’s Name

Telephone Number Address Point of Contact Type of Contract Contract Term Contract Amount $ Project Description

Reference #3

Organization’s Name

Telephone Number Address Point of Contact Type of Contract Contract Term Contract Amount $ Project Description

Reference #4

Organization’s Name

Telephone Number

Page 31: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 31 of 36

Address Point of Contact Type of Contract Contract Term Contract Amount $ Project Description

Reference #5

Organization’s Name

Telephone Number Address Point of Contact Type of Contract Contract Term Contract Amount $ Project Description

Page 32: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 32 of 36

Vendor Questionnaire: The Vendor shall furnish all the following information accurately and completely. Failure to comply with this requirement will render the proposal informal and may cause its rejection. Additional sheets may be attached if necessary. “You” or “Your” as used herein refers to the Vendor’s firm and any of its owner, officers, directors, shareholders, parties or principals. District has discretion to request additional information. Omission of any material information is grounds for disqualification, or deeming a proposal to be non-responsive.

a. Name of firm’s license holder b. Have you or any of your principals ever been licensed under a different license

number? Response must include information pertaining to principals’ association outside of the firm. If yes, give name and license number. c. Names and titles of all principals of the firm: d. Number of years as a Vendor in this type of work:

e. How many years experience has your firm performed public projects work? g. Has your firm or any of its principals defaulted so as to cause a loss to a surety?

Response must include information pertaining to principals’ associated outside of the firm submitting a proposal. If the answer is “Yes,” give dates, names and address of surety and details.

h. Have you or any of your principals been assessed damages for any project in the past five years? Response must include information pertaining to principals’ association outside of the firm submitting a proposal. If yes, explain:

i. Have you or any of your principals been in litigation or arbitration or dispute of any kind on a question or questions relating to project(s) during the past five years? Response must include information pertaining to principals’ association outside of the firm submitting a proposal.

If yes, provide name of public agency/organization and details of the dispute:

Page 33: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 33 of 36

j. Have you or any of your principals ever failed to complete a project in the last five years? Response must include information pertaining to principals’ association outside of the firm submitting a proposal. If so, give owner’s name and details:

k. List the names, addresses and telephone numbers of the three Architects or Engineers whose jobs you have worked on in the past five years:

Name Address Telephone

l. Do you now or have you ever had any direct or indirect business, financial or other connection with any official, employee or consultant of the District? If so, please elaborate.

I certify and declare under penalty of perjury under the laws of the State of California that the foregoing Vendor References and Responsibility Information is true and correct. Executed this day of , 20___, at , State of California

Vendor Name Date:

Signed Phone

Printed Name Title

Street Address

City, State, Zip Code

Fax Number Email:

Note: If bidder is a corporation, the legal name of the corporation shall be set forth above together with the signature of authorized officers or agents and the document shall bear the corporate seal; if bidder is a partnership, the true name of the firm shall be set forth above together with the signature of the partner or partners authorized to sign contracts on behalf of the partnership, if bidder is an individual, his signature shall be placed above.

All pages of this form must be completed and submitted with proposal.

Page 34: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 34 of 36

BID BOND

KNOW ALL MEN BY THESE PRESENTS that we, ________________________________, as Surety and ___________________________________, as Principal, are jointly and severally, along with their respective heirs, executors, administrators, successors and assigns, held and firmly bound unto TORRANCE UNIFIED SCHOOL DISTRICT, hereinafter "the Obligee,” for payment of the penal sum hereof in lawful money of the United States, as more particularly set forth herein.

THE CONDITION OF THIS OBLIGATION IS SUCH THAT: WHEREAS, the Principal has submitted the accompanying Bid Proposal to the Obligee for the Work

commonly described as the RFP #24-04.19.17 – VOICE-OVER INTERNET PROTOCOL IMPLEMENTATION.

WHEREAS, subject to the terms of this Bond, the Surety is firmly bound unto the Obligee in the penal sum of ten percent (10%) of the maximum amount of the Bid Proposal submitted by the Principal to the Obligee, as set forth above.

NOW THEREFORE, if the Principal shall not withdraw said Bid Proposal within the period specified therein after the opening of the same, or, if no period be specified, for sixty (60) days after opening of said Bid Proposal; and if the Principal is awarded the Contract, and shall within the period specified therefore, or if no period be specified, within five (5) days after the prescribed forms are presented to him for signature, enter into a written contract with the Obligee, in accordance with the Bid Proposal as accepted and give such bond(s) with good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such Contract and for the payment for labor and materials used for the performance of the Contract, or in the event of the withdrawal of said Bid Proposal within the period specified for the holding open of the Bid Proposal or the failure of the Principal to enter into such Contract and give such bonds within the time specified, if the Principal shall pay the Obligee the difference between the amount specified in said Bid Proposal and the amount for which the Obligee may procure the required Work and/or supplies, if the latter amount be in excess of the former, together with all costs incurred by the Obligee in again calling for Bids, then the above obligation shall be void and of no effect, otherwise to remain in full force and effect.

Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or the Call for Bids, the Work to be performed thereunder, the Drawings or the Specifications accompanying the same, or any other portion of the Contract Documents shall in no way affect its obligations under this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of said Contract, the Call for Bids, the Work, the Drawings or the Specifications, or any other portion of the Contract Documents.

In the event suit or other proceeding is brought upon this Bond by the Obligee, the Surety shall pay to the Obligee all costs, expenses and fees incurred by the Obligee in connection therewith, including without limitation, attorney’s fees.

Page 35: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 35 of 36

IN WITNESS WHEREOF, the Principal and Surety have executed this instrument this ________ day of __________, 20______ by their duly authorized agents or representatives.

___________________________________________

(Principal’s Corporate Seal) (Principal Name)

By:________________________________________

___________________________________________ (Typed or Printed Name)

Title: ______________________________________

___________________________________________

(Surety’s Corporate Seal) (Surety Name)

By:___________________________ (Signature of Attorney-in-Fact for Surety) ___________________________________________

(Attach Attorney-in-Fact Certificate) (Typed or Printed Name)

( ) ____________________________________ (Area Code and Telephone Number of Surety)

This form must be completed and submitted with proposal.

Page 36: REQUEST FOR PROPOSAL - RFP #24-04.19.17 VOICE-OVER ... · Governing Board, is seeking competitive proposals for Voice-over Internet Protocol (VoIP) Implementation services. The Torrance

RFP #24-04.19.17 VoIP Implementation Page 36 of 36

Appendix A: Torrance USD School List

ARLINGTON ELEM TOWERS ELEMENTARY MADRONA MIDDLE GRIFFITH ADULT 17800 VAN NESS AVE 5600 TOWERS STREET 21364 MADRONA AVE 2291 W. WASHINGTON AVE 90504 90503 90503 90501 533-4510 533-4535 533-4562 533-4454 ARNOLD ELEMENTARY VICTOR ELEMENTARY MAGRUDER MIDDLE HAMILTON ADULT CENTER 4100 W. 227TH STREET 4820 SPENCER STREET 4100 W. 185TH STREET 2606 WEST 182ND STREET 90505 90503 90504 TORRANCE, CA 90504 533-4524 533-4542 533-4527 310.533.4689 x8400

CARR ELEMENTARY 3404 W. 168TH STREET

WALTERIA ELEM 24456 MADISON STREET

RICHARDSON MIDDLE 23751 NANCY LEE LANE

LEVY ADULT CENTER 3420 WEST 229TH PLACE

90504 90505 90505 90505 533-4467 533-4487 533-4790 533-4689

EDISON ELEMENTARY WOOD ELEMENTARY NORTH HIGH ADAMS 3800 W. 182ND STREET 2250 W. 235TH STREET 3620 W. 182ND STREET 2121 238TH STREET 90504 90501 90504 90501 533-4513 533-4484 533-4412 533-4480

FERN ELEMENTARY YUKON ELEMENTARY SOUTH HIGH ANZA 1314 FERN AVE. 17815 YUKON AVE. 4801 PACIFIC COAST HWY. 21400 ELLINWOOD DRIVE 90503 90504 90505 90503 533-4506 533-4477 533-4352 533-4550

HICKORY ELEMENTARY 2800 W. 227TH STREET

CALLE MAYOR MIDDLE 4800 CALLE MAYOR

TORRANCE HIGH 2200 CARSON STREET

SEASIDE 4651 SHARYNNE LANE

90505 90505 90501 90505 533-4672 533-4548 533-4396 533-4532

LINCOLN ELEMENTARY CASIMIR MIDDLE WEST HIGH TORRANCE ELEMENTARY 2418 W.166TH STREET 17220 CASIMIR AVE. 20401 VICTOR 2125 LINCOLN AVE. 90504 90504 90503 90505 533-4464 533-4498 533-4290 533-4500

RIVIERA ELEMENTARY HULL MIDDLE SHERY HIGH JEFFERSON MIDDLE 365 PASEO de ARENA 2080 W. 231ST STREET 2600 VINE STREET 21717 TALISMAN ST. 90505 90501 90501 90503 533-4460 533-4516 533-4440

533-4794

TORRANCE USD DISTRICT OFFICE 2335 PLAZA DEL AMO 90501 310-972-6500

TORRANCE TYKES TRIANGLE 2201 PLAZA DEL AMO 90501 310-972-6490

End of RFP #24-04.19.17