Part A: Upgrade cabling to Cat6 cabling with factory warranties at a minimum of 20 years for Murdock Elementary School and Willows High School

Similar documents
6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

REQUEST FOR PROPOSALS INTERNAL CONNECTIONS NETWORK EQUIPMENT AND WIRELESS

RFP # Before 2:00pm

22888 Foresthill Road Foresthill, CA (530) (530) Fax. fusd.org. E-Rate Yr. 19 ( ) RFP #

Job Location Contact name and telephone number Date of contract Project Description Equipment/Service Installed

RFP # Before 2:00pm

CABLING PROJECT RFP #

TELECOMMUNICATION SERVICE Internet Service RFP # Attention: Technology Department

WIRELESS EQUIPMENT. E-Rate Yr 20 ( ) RFP # Request for Proposals Issued: February 6, 2017

E-RATE YEAR 14 (2011/2012) RFP Paradise Unified School District

CATEGORY 2 CABLING INFRASTRUCTURE RFP #

TELECOMMUNICATION SERVICE Voice and Data Services. E-Rate YR 19 ( ) RFP # Request for Proposals Issued: February 2, 2016

ETHERNET BROADBAND SERVICE. E-Rate Yr 19 ( ) RFP # Request for Proposals Issued: January 20, 2016

TULARE COUNTY OFFICE OF EDUCATION. Router

Preparing each student to succeed in a rapidly changing world WIRELESS EQUIPMENT. E-Rate Yr 18 ( ) RFP #

TULARE COUNTY OFFICE OF EDUCATION. Router

RFP # Before 2:00pm

BID # EFI H1625 LED Wide Format Printer Fullerton College

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

COMFORT INDEPENDENT SCHOOL DISTRICT Mr. Leslie Vann, Superintendent 327 High Street P.O. Box 398 Comfort TX 78013

ADDENDUM For Reference For Bidders

Suite 300 Tenant Improvement

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Dairy Products. Bid # 14/15-002CNS

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Just in Time Classroom and Office Supplies Bid # 15/16-006

INVITATION FOR BID. LAN HARDWARE BID/E-RATE 2015/16 IFB No

PUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM

EXTERIOR STAIR AND HANDRAIL REPLACEMENT. Bid No. B15-08

E-Rate FY2017. CATEGORY 1 ETHERNET SERVICES Wide Area Network / Metropolitan Area Network (WAN/MAN) Orchard Ranch Elementary RFP#

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

TULARE COUNTY OFFICE OF EDUCATION. Wireless Access Points

TABLE OF CONTENTS FOR DARK FIBER EQUIPMENT AT SANTA CLARA COUNTY OFFICE OF EDUCATION CONSORTIUM

ROWLAND UNIFIED SCHOOL DISTRICT UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING INFORMAL BIDDING (PROJECT VALUE BETWEEN $45,000 AND $175,000)

TROY CITY SCHOOL SYSTEM. Request for Proposal (RFP) BID NUMBER: TCS-NTWK-2017

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

NOTICE OF REQUEST FOR QUOTATION for HIGH SCHOOL GRADUATION CAPS AND GOWNS

2. Develop recommendations and best practices for the District to following in serving these students.

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

COVINA-VALLEY UNIFIED SCHOOL DISTRICT

PACKAGE FOR BID 2689

Bid No. B17-13 Bldg 1300 HVAC

Request for Proposal. Internal Connections - Network Switch Equipment. Houston County Public Library. Erate Funding Year. July 1, 2017 through

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618

PLACENTIA-YORBA LINDA UNIFIED SCHOOL DISTRICT. BID E-Rate Eligible Network Equipment. Notice Inviting Bid BID DUE DATE

KERN HEALTH SYSTEMS REQUEST FOR PROPOSAL SUBMISSION CHECKLIST

BID NO Window Replacements at Mt. Diablo High School Volume I. DATE DUE: 01/04/2019 at 10:00 am

Morgan Hill Unified School District Concord Circle Morgan Hill, CA 95037

RETIREE HEALTH BENEFITS TRUST

PURCHASE LENOVO N23 CHROMEBOOKS

LINCOLN UNIFIED SCHOOL DISTRICT

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

BIDDING DOCUMENTS FOR THE MT. SAN JACINTO COMMUNITY COLLEGE DISTRICT FOR MT. SAN JACINTO COLLEGE FACILITIES RENOVATION PROJECT AUDIOVISUAL SYSTEMS

BID NO VOLUME I. Date Due: May 30, 2018 at 9:00am

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

PURCHASING SPECIFICATION

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BIDS. For PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS

Request for Proposal # Citrus Community College District VENDING SERVICES PROPOSAL

Bid No. B17-07 HVAC Controls

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

SANTA CLARA COUNTY OFFICE OF EDUCATION REQUEST FOR PROPOSAL FOR AUDIT OF THE JUNE 30, 2017 CASH BALANCE OF ALUM ROCK UNION ELEMENTARY SCHOOL DISTRICT

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

CITY OF FORTUNA WASTEWATER TREATMENT PLANT CHLORINE CONTACT BASIN IMPROVEMENTS PROJECT

University of California, Riverside Barn Expansion

Network Cabling Upgrade/Renovation. Request for Proposal

A single controller is located at North Shore Middle School that services two schools with a 100 user license

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

5. BID FORMS TABLE OF CONTENTS

RFP. Purchasing Office

REQUEST FOR PROPOSAL RFP #14-03

INVITATION TO BID. Play Structure and Matting Routine Repair and Maintenance Services. Project No

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

PROPOSAL REQUIREMENTS AND CONDITIONS

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS

FRONT END DOCUMENTS BIDS DUE BY: 2:00 PM, PST, THURSDAY, JANUARY 15, 2015, TO THE ADDRESS BELOW

NOTICE TO CONTRACTORS CALLING FOR BIDS CITRUS COMMUNITY COLLEGE DISTRICT

San Francisco Unified School District Proposition A Bond Project CUPCCAA PROJECT UNDER $45K HILLCREST ES DESTRUCTIVE TESTING, Silver Ave.

INSTRUCTIONS TO BIDDERS

Invitation to Bid BOE. Diesel Exhaust Fluid

City of New Rochelle New York

COVINA-VALLEY UNIFIED SCHOOL DISTRICT E-RATE FUNDING YEAR ( ) REQUEST FOR PROPOSAL E-RATE FOR FIBER WIDE AREA NETWORK

INVITATION TO BID. Plumbing /Sewer /Storm Drain Replacement & Spot Repair Routine Repair and Maintenance Services. Project No.

NEWMAN CROWS LANDING UNIFIED SCHOOL DISTRICT 1162 Main Street Newman, CA REQUEST FOR PROPOSAL

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

BID NO Tennis Court Renovations VOLUME I. Date Due: May 17th, 2018 at 10:30am

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS

CITY OF TITUSVILLE, FLORIDA

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

RFP Date: October 11, 2012 Response Deadline: November 1, 2012 at 4:00 PM PDT

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

FCC #470 Request for Proposal Firewall

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving

E-Rate FY2017 CATEGORY 2 INTERNAL CONNECTIONS WIRELESS LAN SYSTEMS RFP #

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

Transcription:

Willows Unified School District 823 West Laurel Street Willows CA 95988 (530) 934-6600 E-RATE YEAR 19 (2016/2017) RFP Willows Unified School District is seeking proposals for the upcoming Year 19 round of E-Rate. The District is seeking proposals: Part A: Upgrade cabling to Cat6 cabling with factory warranties at a minimum of 20 years for Murdock Elementary School and Willows High School Part B: Network switches for Murdock Elementary School and Willows High School SERVICE PROVIDER CRITERIA AND CONTRACT REQUIREMENTS Willows Unified School District wishes to take advantage of E-Rate funding discounts. The successful bidder(s) will be responsible for participating in the Federal E-Rate program. In addition, the District may use this bid to issue purchase orders and pay for items on a purchase order that are not eligible for E-RATE discounts. The District will pay the vendor using District funds for these purchases. Prices must be held firm for the duration of the E-Rate Year 16 fiscal year ending September 30, 2014, or until the end of resulting contract. Proposals must clearly identify costs associated in items/services that are not eligible for E-Rate discount. Service provider may choose to bid on Part A only, Part B only or both parts. These projects and services depend on partial funding from the E-rate program. Applicant expects each Service Provider to make themselves thoroughly familiar with any rules or regulations regarding the E-rate program. All contracts entered into as a result of this RFP will be contingent upon the specific funding of the FRN at the percentage rate submitted for. The maximum percentage the Applicant will be liable for is the pre-discount amount minus the funded amount as shown on the form 471 Block 5. The Service Provider will be responsible for invoicing the Schools and Libraries Division for the funded amount. NO billing or work can take place before July 1, 2013. In the event of questions during the E-Rate audit process, the successful vendor is expected to reply within 3 days to questions associated with their proposal. The vendor is responsible for providing a valid SPIN (Service Provider Identification Number) at the time the bid is submitted

The vendor is responsible for providing an FCC Registration Number (FRN) with their proposal. Any potential bidder found to be in Red-Light Status will be disqualified from participation in the bidding process and will be considered non-responsive. All work is subject to the 100% approval of the project or purchase by the FCC under the E- rate discount program of the Telecommunications Act of 1996. The Service Provider will be required to send copies of all forms and invoices submitted to SLD prior to invoicing the SLD to the District for our records. All Service Providers will be responsible for procuring the discounted amount from the SLD. Applicant will not provide the form 472 (BEAR form reimbursement process). The District reserves the right to deny any or all proposals associated with this RFP, even with SLD funding approval. The district reserves the right to accept the pricing proposal solely dependent upon SLD approval. In addition, the district reserves the right to fund, (proceed with project or purchase) or not to fund regardless of E-rate approval. SCHEDULE OF EVENTS Quote offered: February 24, 2016 Mandatory job walk: Tuesday, March 9, 2016 at 2:00 p.m. Job walk location starts at: Murdock Elementary School, 655 W French Street, Willows CA 95988 Quote closing: 3:00 p.m. on March 23, 2016 Award of Quote Contingent upon funding from E-RATE CONTENT OF PROPOSALS All proposals are to contain costs for taxes and shipping as separate items. Items not eligible for E-Rate discount must be clearly identified. Items partially eligible for E-Rate discount must be clearly identified, including what percentage is eligible. Please submit three (3) proposal copies. Receipt of proposals is required on or before Wednesday, March 23, 2016 by 3pm. The content and sequence of the proposal will be as follows: 1. Cover Letter/Letter of Interest: Stating 1) the validity of the firm and irrevocable proposal/offer being valid for sixty days after RFP closing date, 2) work will be completed on or before the Districts required completion date (if work is to be completed prior to Districts requirement, it must state so in the letter), and 3) other appropriate items. The proposal must bear the signature of a person duly authorized to sign the proposal on behalf of the Offeror, and reference this RFP and accept its terms and conditions or clearly and conspicuously indicate any exceptions. 2. Table of Contents 3. Information Required of Offeror (Attachment 1): This section should provide a brief description of the firm and statement of interest and qualifications for providing the requested equipment and services, include information regarding the size, location, nature of work performed, and years in business, and approach that will be used in meeting the needs

of the District. The firm should list and describe the firm s professional relationships involving the District for the last five years, together with a statement explaining why such relationships do not constitute a conflict of interest relative to perform the proposed services. Also, the firm shall give the District written notice of any professional relationships entered into during the period of this agreement. 4. Experience and Client References (Attachment 2) 5. Vendor Qualifications 6. Technical Capabilities 7. Firm Proposal (Attachment 3) 8. Warranties 9. Non-collusion Declaration (Attachment 4) 10. Bonding Part A only These projects and services depend on partial funding from the E-rate program. Proposals must be submitted in writing to: Willows Unified School District Attn: Debby Beymer Willows Unified School District 823 West Laurel St Willows CA 95988 Late proposals will not be accepted. PROPOSAL EVALUATION It is anticipated that a contract will be made with the provider(s) whose proposal is determined to be in the overall best interest of the District. The main evaluation consideration: Price Industry experience Ability to deliver Warranty of product Qualifications

SPECIFIC INSTRUCTIONS & INFORMATION TO BIDDERS 1. PROPOSAL SUBMISSION REQUIREMENT: Proposals shall be submitted to the address above and labeled as follows: WUSD Cabling Upgrade, Site Name Year 19-2016/17 and/or WUSD Network Electronics, Site Name Year 19 2016/17 It is the sole responsibility of the bidder so see that his proposal is received in proper time as stated in the Schedule of Events. Any proposal received after the scheduled closing time for receipt of proposals will be rejected. 2. QUESTIONS RELATED TO THE RFP: Questions - All requests for information (RFI) should be made in writing via e-mail to Roberto Herniman at rherniman@glenncoe.org. Be aware that all parties will be copied on the questions and responses. 3. TYPEWRITTEN/WRITTEN IN INK: All prices or notations must be typed or written in ink. Proposals written with pencil will not be accepted. 4. ERASURES: The proposal submitted must not contain erasures, interlineations, or other corrections unless each such correction is suitably authenticated by affixing in the margin immediately opposite the correction the surname or surnames of the person or person signing the proposal. 5. ALL COSTS INCLUDED: All costs must be included in the bidder s proposal. The bidder shall deliver, install, and complete an integrated system, which may include use of Willows Unified School District owned existing equipment referenced herein. These specifications are meant to outline the District s functional requirements and are not meant to be an exhaustive list of services required to accomplish these requirement. 6. TAXES AND INSURANCE: All insurance that may be required shall be included in all bid response quotations. Willows Unified School District is not exempt from California State sales and use taxes. Willows Unified School District is exempt from paying Federal Excise Taxes. California sales tax shall be included in the bid response quotations as a separate line item. 7. SIGNATURE: The proposal must be signed in the name of the bidder and must bear the signature in longhand of the person or persons duly authorized to sign the proposal. In the case a proposal is submitted by a corporation, a duly authorized officer or agent thereof must sign it in the name of such corporation.

8. ERROR IN PROPOSAL: Any claim by bidder of error in his proposal must be made before proposals are opened, or the claim shall be deemed waived. Any bidder may withdraw his proposal at any time between the hour of proposal submittal and the hour of proposal opening and, having done so, no bidder will be permitted to resubmit a proposal. 9. WITHDRAWAL OF PROPOSAL: Any bidder may withdraw his proposal either personally, by written request, e-mail, fax, or by telegraphic request confirmed in the manner specified in Section 13 above prior to the scheduled closing time for receipt of proposals. All proposals received by Willows Unified School District shall remain subject to the acceptance for a period of ninety (90) calendar days after the date of the proposal opening. 10. AWARD OF CONTRACT LIMITATION: No proposal will be accepted from or contract awarded to any party or firm in arrears to the Willows Unified School District, or who is a defaulter as surety, contractor or otherwise. 11. EVIDENCE OF RESPONSIBILITY: Upon the request of the District, a bidder whose proposal is under consideration for the award of the Contract shall submit promptly to the District satisfactory evidence showing the bidder s financial resources, his experience and organization available for the performance of the contract. 12. ACCEPTANCE OR REJECTION OF PROPOSALS: The Board of Trustees reserves the right to reject any and all proposal, or any or all items of any proposal, or waive any irregularity of any proposal. No proposal may be withdrawn for a period of ninety (90) days without written approval of the District. 13. PREVAILING LAW: In the event of any conflicts or ambiguities between these specifications and state or federal laws, regulations or rules, then the latter shall prevail. 14. BRANDS: When a particular brand or brand and number are named in connection with any item, it is named as a standard of quality and utility only. A Bidder may submit a bid to furnish an item other than that named, but the item offered by the Bidder must state in the Bid Form the brand with its number, if any, which he will furnish. The District shall be the sole judge of whether an offered item is the equal of the named item. If the Bidder fails to write in the brand and number of the item to be furnished, it is understood the bidder will furnish the item named by the District as the standard of quality and utility. 15. SAMPLES: Where the Bidder quotes on a brand named as a standard of the quality and utility desired, a sample of the item would not be required unless specifically requested. If the bid submitted is

on any other brand or make than that so named, a sample thereof must be furnished, if requested, or the bid on the item will not be considered. The sample submitted should be the exact item the Bidder proposes to furnish. Samples of items, when requested, must be furnished free of expense to the District. 16. FEDERAL OR STATE REGULATIONS: The Bidder's proposal and any contract entered into are subject to all applicable statutes of the United States or of the State and all applicable regulations and orders of the Federal or State governments now in effect or which shall be in effect during the period of such contract. 17. ASSIGNMENT PROHIBITED: No contract awarded under this proposal shall be assigned without the approval of the Board of Trustees. Any attempted assignment in violation of the provision shall be voidable at the option of the Board. 18. PATENT RIGHTS, COPYRIGHTS, AND TRADEMARKS: The Bidder shall save, keep, bear harmless, and fully indemnify the District and any of its officers or agents from all damages, or claims for damages, costs, or expenses in law or equity that may at any time arise or be set up for any infringement of the patent rights, copyrights, or trademarks of any person in consequence of the use by the District, or by any of its officers or agents of items to be supplied by the Bidder. 19. DELIVERY: All items shall be delivered in quantities specified in the contract F.O.B., at the points within the Willows Unified School District as specified in the contract. Deliveries in advance of the time specified in the contract shall not be accepted unless the Bidder has obtained prior approval from the District. Unless otherwise specified, if an item is not delivered as specified in the contract or if the Bidder delivers an item which does not conform to the Specifications, the Board of Trustees may, at its option, annul and set aside the contract, either in whole or in part, and may enter into a new contract in accordance with law for furnishing such item. The Bidder or his surety as described in this paragraph shall pay any additional cost or expense incurred by the District, in the making of such contract or any additional cost of supplying an item by reason of the failure of the Bidder. 20. INSPECTION OF ITEMS FURNISHED: All items furnished shall be subject to inspection and rejection by the District for defects or noncompliance with the specifications. The cost of inspection on deliveries or offers for delivery, which do not meet specifications, may be deducted from the contract price. 21. INABILITY TO PERFORM: In the event that Bidder is prevented from making delivery or otherwise performing on time as specified in the contract by fire, flood, earthquake, labor or transportation problems, war, acts of government, or any other similar cause commonly known as an act of God, which is not the

fault of the Bidder, the Bidder shall not be required to deliver or perform, subject to the following requirements: The Bidder shall send written notice to the District of the Bidder's inability to perform in accordance with the contract. The notice shall contain all facts, which show the condition, which prevents performance. The Bidder shall send such notice as soon as possible but in no event later than the fifth (5th) day following the date of issuance of a purchase order by the District or no later than the date specified in the contract for delivery or other performance, whichever is applicable. The District may cancel the contract or purchase order, entirely or in part. The Bidder shall not make any delivery or otherwise attempt to perform under the contract except on the basis of issuance by the District of a new purchase order or other written instruction. 22. WARRANTY-PRODUCT: Seller warrants that all articles furnished shall be free from all defects of material and workmanship, that all articles shall be fit and sufficient for the purposes intended, and shall save, keep, bear harmless and fully indemnify the District and any of its officers, employees or agents from all damages, or claims for damages, costs or expenses in law or equity that may at any time arise from Buyers normal use. 23. EQUAL OPPORTUNITY EMPLOYMENT: Bidder, in submitting his proposal certifies that he is an Equal Opportunity Employer, and certifies that he is in compliance with the Civil Rights Act of 1964, the State Fair Employment Practice Act, and all other applicable Federal and State laws and regulations relating to equal opportunity employment, including Executive Order No. 11246 of September 24, 1965. 24. No business entity, including any agent of such entity, shall directly or indirectly contact any board member immediately before or during the bidding process of any project on which the business entity intends to or has submitted a bid. Any vendor violating this policy shall be deemed disqualified from bidding. Should such contact come to light after the bid is awarded and the entity was deemed the successful bidder, the Board reserves the right to cancel any contract awarded, in which case, the vendor shall exercise its best judgment for the benefit of the District in making a decision whether to proceed or not, depending on all the facts and circumstances. 25. ARBITRATION: All claims of $375,000 or less which arise between the bidder and the District shall be subject to the settlement and arbitration provisions set forth in the public Contract Code Sections 20104 through 20104.8, which provisions are incorporated hereby by this reference. 26. E-RATE PARTICIPATION: Willows Unified School District is participating in the Federal Universal Service Discount program for schools and libraries (E- Rate), offered by the Federal Communications Commission

(FCC), via the Schools and Libraries Division (SLD). The proposal and the contract negotiated implementing this proposal, are conditional and subject to full E- Rate funding by the SLD. The District reserves the right to cancel or in any manner reduce the scope of this procurement in the event the SLD does not completely fund the request for funding submitted referencing this proposal. 27. SPIN: Each vendor providing services to Willows Unified School District, as part of the E-Rate program must have a Service Provider Identification Number (SPIN). Vendor is responsible to apply to and receive from the Schools and Libraries Division a valid SPIN. Schools and Libraries Corporation can be reached online at: http://www.usac.org/sl/providers/ 28. BONDING: Where Public Works projects are concerned, bidder must provide appropriate bonding for the project. 29. DRUG AND ALCOHOL FREE WORKPLACE: The Contactor hereby certifies, under penalty of perjury, under the laws of the State of California that under the contract he will comply with the requirements of the Drug-Free Workplace Act of 1988 (Government Code Section 8350 et. seq.) and the Willows Unified Board of Education s Policy. Therefore, the work site shall be kept drug and alcohol free at all times. 30. TOBACCO-FREE WORKPLACE: The Contractor hereby agrees, under the contract, he will comply with the Willows Unified Board of Education s Policy. Therefore, the work site shall be kept tobacco free and smoke-free at all times.

SCOPE OF WORK Part A: Upgrade cabling Murdock CAT6 between each IDF and MDF. Cat6 cabling for distribution MDF and IDF s to include appropriate 19 equipment rack with 6U of available space after patch panels are installed. Each classroom to be equipped with 2 drops with 2 cables in each drop, and one cable in ceiling with 15ft service loop for wireless access points. (Including Gym, Cafeteria, Library, and Multi-Purpose rooms) Office spaces to be equipped with a 2 drops with 2 cables each in every desk area, or a single drop with 4 cables. Each hallway end and midway points including all entrances shall have one drop with 2 cables each for IP Cameras All drops will be labeled at jack and on patch panel. As-built drawings provided upon completion. Vendor to provide a 5ft patch cable and a 10ft patch cable for every drop installed. Willows High School CAT6 between each IDF and MDF. Cat6 cabling for distribution MDF and IDF s to include appropriate 19 equipment rack with 6U of available space after patch panels are installed. Each classroom to be equipped with 2 drops with 2 cables in each drop, and one cable in ceiling with 15ft service loop for wireless access points. (Including Gym, Cafeteria, Library, and Multi-Purpose rooms) Office spaces to be equipped with a 2 drops with 2 cables each in every desk area, or a single drop with 4 cables. Each hallway end and midway points including all entrances shall have one drop with 2 cables each for IP Cameras All drops will be labeled at jack and on patch panel. As-built drawings provided upon completion. Vendor to provide a 5ft patch cable and a 10ft patch cable for every drop installed.

Part B: Network Electronics Murdock Elementary School Network Switches Cisco Catalyst - WS-C3850-24P-S Quantity (11) 24-port 10/100/1000 PoE Or Equivalent Cisco Catalyst - WS-C3850-48P-S Quantity (1) 48-port 10/100/1000 PoE Or Equivalent Cisco Network Modules Quantity (12) C3850-NM-4-1G= Or Equivalent Willows High School Network Switches Cisco Catalyst - WS-C3850-24P-S Quantity (12) 24-port 10/100/1000 PoE Or Equivalent Cisco Catalyst - WS-C3850-48P-S Quantity (5) 48-port 10/100/1000 PoE Or Equivalent Cisco Network Modules Quantity (17) - C3850-NM-4-1G= Or Equivalent All equipment must be new and from an authorized reseller of the manufacturers product for which they are quoting. No refurbished or grey-market equipment will be accepted.

ATTACHMENT 1 INFORMATION REQUIRED OF OFFEROR The Bidder shall furnish all the following information accurately and completely. Failure to comply with this requirement will render the bid informal and may cause its rejection. Additional sheets may be attached if necessary. "You" or "your" as used herein refers to the bidder's firm and any of its owners, officers, directors, shareholders, parties or principals. District has discretion to request additional information depending on the Project. (1) Firm name and address: (2) Telephone: (3) Type of firm: (check one) Individual Partnership Corporation (4) License No. Class: Name of license holder (5) Have you or any of your principals ever been licensed under a different name or different license number? Response must include information pertaining to principals association outside of the firm bidding this Project. If Yes, give name and license number. (6) Names and titles of all principals of the firm: (7) Number of years as a contractor in this type of work: (8) How many years experience has your firm had in school district work? (a) as a general contractor? (b) as a subcontractor? (9) 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 association outside of the firm bidding this Project. if the answer is "Yes," give dates, names and address of surety and details. (10) Have you or any of your principals been assessed damages for any project in the past three years? Response must include information pertaining to principals association outside of the firm bidding this Project. If Yes, explain: (11) Have you or any of your principals been in litigation or arbitration or dispute of any kind on a question or questions relating to a public construction project during the past three years? Response must include information pertaining to principals association outside of the firm bidding this Project. If Yes, provide name of public agency and details of the dispute. (12) Have you or any of your principals ever failed to complete a project in the last three years? Response must include information pertaining to principals association outside of the firm bidding this Project. If so, give owner's name and details: (13) 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.

ATTACHMENT 2 - LIST OF REFERENCES Projects of similar nature preferably in a school/community college/university within the last three (3) years. DISTRICT has discretion to require more than three references. 1. Name: Address and Telephone: Contact Person: Type of Project: Dates of commencement and completion of Project: Contract Amount: Public Agency Inspector: Address and Telephone: 2. Name: Address and Telephone: Contact Person: Type of Project: Dates of commencement and completion of Project: Contract Amount: Public Agency Inspector: Address and Telephone: 3. Name: Address and Telephone: Contact Person: Type of Project: Dates of commencement and completion of Project: Contract Amount: Public Agency Inspector: Address and Telephone: I certify and declare under penalty of perjury under the laws of the State of California that the foregoing Information Required of Bidder pages 1 through 7 is true and correct. Executed this day of, 20, at, State of, City, County Signature: Print Name: Title:

ATTACHMENT 3 FIRM PROPOSAL / OFFER FORM This Proposal/Offer Form must be duly executed and submitted with any proposal/offer to WUSD. The Offeror hereby agrees that its proposal/offer is subject to all RFP provisions, terms and conditions, attachments, exhibits, amendments and other applicable materials which are attached or incorporated by reference. Offeror hereby agrees to promptly enter into an agreement in substantial accordance with such RFP provisions, terms and conditions, and secure a performance bond within five (5) days of the Districts intent to award the contract. The Offeror hereby agrees that its attached proposal/offer of which this is part, is a firm and irrevocable offer and valid for acceptance by WUSD for the period sixty (60) days after closing. The Offeror hereby agrees that if its proposal/offer is accepted by WUSD that it shall provide all of the equipment and services in accordance with the RFP, as it may be amended. Total Cash Purchase Price (Not To Exceed) In Words and in Numbers PRICING TO BE PROVIDED ON WORKSHEET BELOW ($ ) Name of Person Duly Authorized to Execute this Proposal/Offer: Duly Authorized Signature: Title: Date of this Proposal/Offer: Company Name: Company Address: Company Phone: Company Fax:

ATTACHMENT 4 NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID (Public Contract Code section 7106) The undersigned declares: I am the of, the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on [date], at [city], [state]. Signature Print Name