Public State of California


Public State of California - Rackcdn.com000417b6df56f4ae5bbf-f6bd2cfeac0f4625637eac684e9e6a05.r25.cf1.rackcdn.com/...

1 downloads 120 Views 8MB Size

State of California

Bid 3975

Solicitation 3975

Calstate.edu Redesign & Development

Bid designation: Public

State of California

Aug 5, 2013 10:35:54 AM PDT

p. 1

State of California

Bid 3975

Bid 3975 Calstate.edu Redesign & Development Bid Number Bid Title Expected Expenditure

3975 Calstate.edu Redesign & Development $1.00 (This price is expected - not guaranteed)

Bid Start Date

Aug 5, 2013 10:35:19 AM PDT

Bid End Date

Aug 30, 2013 11:00:00 AM PDT

Question & Answer End Date

Aug 23, 2013 10:00:00 AM PDT

Bid Contact

Mary Carrillo Buyer 562-951-4639 [email protected]

Pre-Bid Conference

Aug 21, 2013 10:00:00 AM PDT Attendance is optional Location: Conference Call information: Dial in # 877-746-4263, Participant Code 0290312#

Standard Disclaimer

The State of California advises that prospective bidders periodically check the websites, including but not limited to Bidsync, and/or other state department links for modifications to bid documents. The State of California is not responsible for a prospective bidder's misunderstanding of the bid solicitation or nonresponsive bid due to failure to check these websites for updates or amendments to bid documents, and/or other information regarding the bid solicitations. Failure to periodically check these websites will be at the bidder's sole risk. The information published and/or responded to on these websites is public information. Confidential questions/issues/concerns should be directed to the contact on the ad.

Description The purpose of this Request for Proposal (RFP) is to solicit proposal from qualified firms interested in providing research, visual design, and development services for the California State University (CSU) public website www.calstate.edu, using SharePoint 2010 or 2013. The overarching vision for www.calstate.edu is to enhance awareness and understanding of the CSU’s positive impact on California through an online experience that informs, inspires and creates opportunities for the diverse audiences of the site. Vendors are required to register on http://www.planetbids.com/portal/portal.cfm?companyid=15331# to have access to addendum's and notices regarding this RFP. All updates will be posted to http://www.planetbids.com/portal/portal.cfm?companyid=15331#. No other information will be posted to bidsync.com.

Aug 5, 2013 10:35:54 AM PDT

p. 2

State of California

Bid 3975

REQUEST FOR PROPOSAL (RFP) California State University (CSU) Office of the Chancellor Contract Services and Procurement

RFP Number: 3975 Title:

Calstate.edu Redesign & Development

Issue Date:

August 5, 2013

RFP Contact:

Mary Carrillo

Phone Number:

(562) 951-4639

FAX:

(562) 951-4696

E-mail:

[email protected]

Proposal Delivery Location:

California State University Office of the Chancellor Contract Services and Procurement 401 Golden Shore, 5th Floor Long Beach, CA 90802 Map: http://www.calstate.edu/PA/info/CO_Map.shtml

NOTE: Updates, changes or addendums to the RFP http://vendors.planetbids.com/CSUCO/bidsearchform.cfm?StateID=52

are

posted

at:

Table of Contents Section 1 Purpose, Overview, and Term Section 2 Schedule of Events Section 3 Solicitation Provisions and Proposer’s Certification Section 4 Scope of Work Section 5 Contractor Qualifications/Requirements or Minimum Requirements Section 6 Evaluation and Selection Criteria Section 7 Instructions, Content, and Format Appendices Appendix A

Appendix B Appendix C Appendix D Appendix E

8/5/2013

Aug 5, 2013 10:35:54 AM PDT

Sample Agreement* and CSU General Provisions for Information Technology Services** http://www.calstate.edu/CSP/crl/GP/GP.shtml Payee Data Record, STD 204** http://www.calstate.edu/CSP/vendor_tax_info.shtml Small Business Preference and Certification Request** http://www.calstate.edu/CPDC/Suam/Appendices/Small_Bus_Preference.doc Disabled Veteran Business Enterprise Requirement** http://www.calstate.edu/CSP/crl/forms/CRL016.pdf Cost Sheet*

1

RFP No. 3975

p. 3

State of California

Appendix F

Appendix G Appendix K

Bid 3975

CSU Policy and Procedures Governing Travel and Relocation Expenses Reimbursement** http://www.calstate.edu/icsuam/sections/3000/3601.01.shtml Web Content Accessibility Guidelines & Technical Requirements (WCAG 2)* Client References*

FOR PROCUREMENTS OVER $100,000 Appendix H Enterprise Zone Act (EZA)** http://www.documents.dgs.ca.gov/osp/pdf/std831.pdf Appendix I Target Area Contract Preference Act (TACPA)** http://www.documents.dgs.ca.gov/osp/pdf/std830.pdf Appendix J Local Agency Military Base Recovery Area (LAMBRA) Act** http://www.documents.dgs.ca.gov/osp/pdf/std832.pdf

*Attached **Available for download

8/5/2013

Aug 5, 2013 10:35:54 AM PDT

2

RFP No. 3975

p. 4

State of California

Bid 3975

SECTION 1 – PURPOSE, OVERVIEW, AND TERM 1.1

PURPOSE

The purpose of this Request for Proposal (RFP) is to solicit proposal from qualified firms interested in providing research, visual design, and development services for the California State University (CSU) public website www.calstate.edu, using SharePoint 2010 or 2013. 1.2

PROJECT OVERVIEW

California State University (CSU) is a leader in high-quality, accessible, student-focused education. With 23 campuses, almost 437,000 students and 44,000 faculty and staff, the CSU is the largest, most diverse and one of the most affordable university systems in the country. The www.calstate.edu website is the first point of contact for the California State University System and its primary audiences – students, parents, alumni, donors, media and business/community/legislative partners. The HTML website has outgrown its limited structure. The architecture is complicated, the site contains multiple page layouts, and there is no easy way to manage the content. The redesign and development of www.calstate.edu is the final part of a two-phase project that involved identifying and moving employee-focused content, which was primarily stored on the public-facing website, to an intranet. The purpose of www.calstate.edu is to convey a consistent and clear message of the power and value of the CSU, the positive impact the CSU has on the education, economy, culture and intellectual life of the state, the nation and the world, including the tremendous influence on the lives of its students, faculty, staff and friends. The measures of success for www.calstate.edu will be the effectiveness with which the site: a) increases the positive image and impact of the CSU, b) strengthens relationships with businesses, industries and communities throughout the state and c) improves the impression of government and business leaders, alumni and donors, leading to increased support. Candidates will be tasked with researching, concepting, designing, developing and implementing a unified www.calstate.edu website that delivers a web experience that meets the needs of the audiences it serves. Our new site must be easy to use, easy to navigate, flexible/scalable and optimized for mobile devices. 1.3

CALIFORNIA STATE UNIVERSITY: BACKGROUND

The California State University system is comprised of twenty-three (23) campuses statewide and the Office of the Chancellor in Long Beach. The Office of the Chancellor (CO) is the headquarters of the CSU. The CSU is governed by a 25-member Board of Trustees, the majority of which are appointed by the Governor. More information about the CSU can be found at: http://www.calstate.edu/datastore/quick_facts.shtml The Office of the Chancellor manages the programs that are central to the mission of the university system. The Chancellor, his executive staff, and 500 employees work closely with each other and their campus counterparts in Academic Affairs, Business and Finance, Human Resources, Audit, General Counsel and University Relations and Advancement. The Office of the Chancellor is responsible for policy creation and implementation, approving systemwide academic and research programs, promoting the CSU’s interests at both the state and federal 8/5/2013

Aug 5, 2013 10:35:54 AM PDT

3

RFP No. 3975

p. 5

State of California

Bid 3975

government level, managing multibillion-dollar operations across the system, promoting and protecting the CSU brand and mission and many other critical activities. The California State University creates value for its students, its employees and the diverse communities it serves. The university is committed to student success, increasing graduation rates and reducing bottleneck courses to improve access and improve achievement gaps. The CSU is at the forefront of innovation, educating future leaders and creating new sources of competitive advantage for the state’s industries. And, the CSU is committed to delivering a return on the state’s investment in education. It creates jobs and builds the workforce that boosts the economy, awarding nearly half of the bachelor’s degrees and one-third of all master’s degrees in California. For every $1 the state invests, the CSU returns $5.43. But most importantly the CSU changes lives. With 100,000 students graduating each year and 2.6 million alumni, CSU graduates understand the value of their education and are doing amazing things to impact the state and world. That is what makes it the university system that is Working for California. 1.4

AWARD OF CONTRACT

The CSU reserves the right to reject any and all proposals. Award, if any, will be to the proposer whose proposal best complies with all of the requirements of the RFP documents and any addenda. A "Notice of Intent to Award" will be publicly posted for five (5) consecutive working days prior to the award. Written notification will be made to unsuccessful proposers. Evaluation methodology and bases for award are described in Section 6 – Evaluation and Selection Criteria. 1.5

RFP RULES AND INSTRUCTIONS

The rules governing this RFP are stated in Section 7 - (Instructions, Content, and Format). Proposers are advised to carefully read, understand, and comply with these requirements in preparing a response to this RFP. 1.6

TERM

The term will be for 24 months from contract award with two (2) one-year renewal options.

8/5/2013

Aug 5, 2013 10:35:54 AM PDT

4

RFP No. 3975

p. 6

State of California

Bid 3975

SECTION 2 – SCHEDULE OF EVENTS Release of Request for Proposal:

August 5, 2013

Bidder’s Conference (Required):

August 21, 2013 10:00 am (PT) Dial In Number: 877-746-4263 Participant Code: 0290312#

Last Day to Submit Questions for Clarification:

August 23, 2013 10:00 am (PT)

Deadline for Submission of Proposals:

August 30, 2013 11:00 am (PT)

Finalists Presentations:

September 19 & 20, 2013

Notice of Intent to Award:

September 25 – October 2, 2013

Contract Award:

October 3, 2013

Commencement of Services:

October 3, 2013

Email questions to: [email protected] QUESTIONS WILL ONLY BE ACCEPTED IF EMAILED. Responses to questions, changes to the schedule, and addendums will be posted on the CSU website at: http://www.planetbids.com/csuco/bidframe.cfm The dates up to and including the “Deadline for Submission of Proposals” date may be adjusted upon advance written notice. Dates after the receipt of proposals may be adjusted without written notice. Additional RFP steps may be included at the discretion of the CSU. PROPOSALS NOT RECEIVED BY THE DATE AND TIME SPECIFIED WILL BE REJECTED.

8/5/2013

Aug 5, 2013 10:35:54 AM PDT

5

RFP No. 3975

p. 7

State of California

Bid 3975

SECTION 3 – SOLICITATION PROVISIONS AND PROPOSER’S CERTIFICATION 3.1

SOLICITATION PROVISIONS

3.1.1

DEFINITIONS

(a) The Trustees of the California State University are referred to as “CSU,” “University” or “Trustees.” (b) The terms “bid” and “proposal” are synonymous and means an offer made in response to a solicitation to perform a contact for work and labor or to supply goods at a specified price, whether or not it is considered a “seal bid” or results in award of a contract to a single or sole source. (c) “Bidder” or “Proposer” is used to interchangeably and each shall apply to the business entity which submits a bid/proposal or is awarded a contract. 3.1.2

RESERVATION OF RIGHTS

The CSU may reject any or all proposals and may waive any immaterial deviation in a Proposal. The CSU's waiver of an immaterial defect shall in no way modify the RFP documents or excuse the Bidder from full compliance with the specifications if the Bidder is awarded the contract. Proposals that include terms and conditions other than the CSU’s terms and conditions may be rejected as being non-responsive. In the event all proposals are rejected or the CSU determines alternative solutions are in its best interest, the CSU may cancel this solicitation and pursue alternative sourcing options. The CSU may make such investigations as deemed necessary to determine the ability of the Bidder to perform the work, and the Bidder shall furnish all such information and data for this purpose. The CSU reserves the right to reject any submittal made pursuant to this RFP or any subsequent Proposal or bid if the evidence submitted by, or investigation of, such Bidder fails to satisfy the CSU that such Bidder is properly qualified to carry out the obligations of the contract and to complete the work specified. Additionally, the CSU reserves the right to request additional performance guarantees if, in the sole opinion of the CSU, financial stability or capability cannot be established. 3.1.3

NON-ENDORSEMENT

If selected as a qualified Bidder, the Bidder shall not issue any news releases or other statements pertaining to selection, which state or imply CSU endorsement of Bidder's services. 3.1.4

DISPUTES/PROTESTS

CSU encourages potential Bidders to resolve issues regarding the requirements or the procurement process through written correspondence and discussions. The CSU wishes to foster cooperative relationships and to reach a fair agreement in a timely manner. Bidder’s filing a notification to protest must do so within five (5) business days after a Notice of Intent to Award has been publicly posted. The protesting Bidder shall submit a full and complete written statement detailing the facts in support of the protest within 10 calendar days after expressing notification to protest. Protest must be sent by certified or registered mail or delivered in person to the Executive Vice Chancellor, Administration and Finance, or designee, Office of the Chancellor. Within a reasonable time after receipt of the written statement of protest, the CSU will provide a decision on the matter. The decision will be in writing and sent by certified or registered mail or delivered in person to the protesting Bidder. The decision of CSU is final.

8/5/2013

Aug 5, 2013 10:35:54 AM PDT

6

RFP No. 3975

p. 8

State of California

3.1.5

Bid 3975

AWARD OF CONTRACT

The CSU reserves the right to reject any and all proposals and to award one or more contracts. Award, if any, will be to the Bidder, whose proposal best complies with all of the requirements of the RFP documents and any addenda. A “Notice of Intent to Award” will be posted publicly for five (5) consecutive working days prior to the award. Written notification will be made to unsuccessful vendors. The selected Bidder and the CSU shall commit to negotiation for the final scope of services to be accepted and execution of an agreement, in substantial accordance with the terms and conditions herein, within 30 days of the Notice of Intent to Award. Should the parties be unable to reach final agreement within this time frame, the parties may mutually agree upon a time extension to complete negotiations and contract execution. If the parties are unable to agree upon a time extension, or if the CSU determines that a time extension would not be beneficial to the project, the CSU reserves the right to terminate negotiations and proceed with a secondary finalist. 3.1.6

EXECUTION OF THE AGREEMENT

The Agreement shall be signed by the Contractor and returned, along with the required attachments to CSU within fourteen (14) calendar days from receipt of contract. The period for execution may be changed by mutual agreement of the parties. Contracts are not effective until approved by the appropriate CSU officials. Any work performed prior to receipt of a fully executed contract shall be at Contractor’s own risk. 3.1.7

FAILURE TO EXECUTE THE AGREEMENT

Failure to execute the Agreement within the time frame identified above shall be sufficient cause for voiding the award. Failure to comply with other requirements within the set time shall constitute failure to execute the Agreement. If the successful Bidder refuses or fails to execute the Agreement, the CSU may award the Agreement to the next qualified Bidder. 3.1.8

CONFLICT OF INTEREST

Potential Contractors are advised that Contractor's officers and employees shall comply with the disclosure, disqualification, and other provisions of California's Political Reform Act of 1974 (Government Code Section 81000 et seq.) if their responsibilities include the making or participation in the making of a CSU decision. 3.1.9 DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) REQUIREMENT AND INCENTIVE California state law requires that its state agencies achieve a goal of three (3) percent participation for disabled veteran business enterprises (DVBE) in state contracts. Failure of the Bidder to comply with the DVBE requirement will cause the Trustees to deem the bid nonresponsive and the Bidder to be ineligible for award of Contract. [Note: the “Good Faith Effort (GFE)” is NOT an option to satisfy this requirement.] (a) A “Disabled veteran business enterprise contractor, subcontractor, or supplier,” means any person or entity that has been certified by the Office of Small Business & DVBE Services and that performs a “commercially useful function,” in providing services or goods that contribute to the fulfillment of the contract requirements. (b) In order to satisfy and be responsive to this requirement, the Bidder must meet the three (3) percent DVBE Participation Goal which is attained when: (i)

8/5/2013

Aug 5, 2013 10:35:54 AM PDT

The Bidder is not a DVBE and is committed to use DVBEs for not less than three (3) percent of the Contract dollar amount; or 7

RFP No. 3975

p. 9

State of California

Bid 3975

(ii)

The Bidder is a DVBE and is committed to performing not less than three (3) percent of the Contract dollar amount with its own forces or in combination with those of other DVBEs.

(iii)

Bidder has an approved CA State DVBE Utilization Plan on file with the CA State Department of General Services, Procurement Division.

(c) Documentation Requirements. The Bidder must document its satisfaction of the DVBE participation on the forms in the Appendices. Final determination of DVBE Participation by the Bidder shall be at the Trustees’ sole discretion. (d) Use of Proposed DVBE. If awarded the Contract, the successful Bidder must use the DVBE suppliers and/or subcontractors proposed in its bid proposal unless it has requested substitution and has received approval of the Trustees in compliance with the Subletting and Subcontracting Fair Practices Act. See Article 4.04, Substitution of Subcontractors. (e) Trustees’ Reporting of DVBE Participation. Responsive to direction from the State Legislature, the Trustees are seeking to report increased statewide participation of DVBE In contract awards. To this end, the successful Bidder shall inform the Trustees of any contractual arrangements with subcontractors, consultants, or suppliers that are certified DVBE. (f) Additional DVBE Information Sources. For more information regarding DVBE certification, copies of directories or for general DVBE information, contact: State of California, Department of General Services, Procurement Division Small Business & DVBE Services Branch P.O. Box 989052, West Sacramento, CA 95798-9052 (mailing address) 707 Third Street, First Floor, Room 400, West Sacramento, CA 95605 (physical address) Telephone number: (800) 559-5529 or (916) 375-4940 Fax number: (916) 375-4950 Email: [email protected] Internet www.pd.dgs.ca.gov/smbus. (g) Incentives: In accordance with Government Code section 14838(f), and Military and Veterans Code sections 999.5(a) and 999.5(d), the Trustees shall grant a bid incentive for bid evaluation purposes only to Bidders that exceed the three percent DVBE participation requirement. The level of DVBE incentive will correlate to the level of participation; that is, the more DVBE participation proposed, the higher the incentive. The combination of preferences (Small Business Preference, for example) with a DVBE incentive may not exceed ten percent or $100,000, whichever is less. A non-small business cannot displace a California certified small business from the top ranked position due to application of preferences or incentive. DVBE Incentive Levels The Trustees are granting a DVBE participation bid incentive for this project for bid evaluation purposes only. Bidder must exceed the three percent DVBE participation requirement in order to earn this incentive.

8/5/2013

Aug 5, 2013 10:35:54 AM PDT

8

RFP No. 3975

p. 10

State of California

Bid 3975

The bid incentives are as follows: DVBE Participation

Incentive

4%

1%

6%

2%

8%

3%

10%

4%

For more information on DVBE participation for this solicitation, please contact: Darryl Dearborn

(562) 951-4581

[email protected]

3.1.10 SMALL BUSINESS PREFERENCE AND CERTIFICATION REQUEST The State of California requires agencies to provide a five percent (5%) of cost preference to Bidders who qualify as a small business or a non-small business that commits 25% of the contract value to a certified small business. Only small businesses certified by The Office of Small Business and DVBE Services or a non-small business that commits 25% of the contract value to a certified small business are eligible to receive the preference. The rules and regulations of this law, including the definition of a small business for the delivery of services, are contained in Title 2, California Administrative Code, Section 1896, et seq. A copy of the regulation is available upon request. To claim the small business preference, which may not exceed $50,000 for any proposal, your firm or your designated subcontractor(s) must have its principal place of business located in California and be verified by the State of California, Office of Small Business and DVBE Certification (OSDC). See 3.1.9 for contact information. 3.1.11 BID EVALUATION PREFERENCE Bid Evaluation Preferences: In evaluating bids, the CSU will give preferences in accordance with the law for suppliers who are a California certified Small Business. If the bidder claims preferences under the Enterprise Zone Act (EZA), Target Area Contract Preference Act (TACPA), and Local Agency Military Base Recovery Area Act (LAMBRA), the bidder must complete and return the appropriate forms incorporated in the solicitation. Preferences may also be given for bidders using recycle products in accordance with Public Contract Code Sections 10408 and 12150 et seq. Where multiple preferences are claimed, the CSU will verify eligibility for the preference(s) and evaluate and apply preference(s) in accordance with law and established procedures. 3.1.12 ACCESSIBILITY TECHNOLOGY INITIATIVE – SECTION 508 California Government Code 11135 requires that the CSU comply with Section 508 of the Rehabilitation Act of 1973, as amended, and to apply the accessibility standards published by the U.S. Access Board for electronic and information technology (EIT) products and services that it buys, creates, uses, and maintains.

8/5/2013

Aug 5, 2013 10:35:54 AM PDT

9

RFP No. 3975

p. 11

State of California

Bid 3975

EIT is any equipment, interconnected system, or subsystem of equipment used in the creation, conversion, or duplication of data or information. EIT is defined by the Access Board at 36 CFR 1194.4 and in the FAR at 2.101. EIT includes: • • • • • • • •

Telecommunication products, such as telephones; Information kiosks; Transaction machines; World Wide Web sites; Software and Operating Systems; Computers; Multimedia (including videotapes), and; Office equipment, such as copiers and fax machines.

3.1.13 PATENT, COPYRIGHT, AND TRADE SECRET INDEMNITY A contractor may be required to furnish a bond to the CSU against any and all loss, damage, costs, expenses, claims and liability for patent, copyright and trade secret infringement. 3.1.14 ACCOMMODATIONS FOR THE DISABLED It is the policy of the CSU to make every effort to ensure that its programs, activities and services are available to all persons, including persons with disabilities. Persons with a disability needing a reasonable modification to participate in the procurement process, or persons having questions regarding reasonable modifications for the procurement process may contact the buyer listed elsewhere in this solicitation. 3.1.15 PUBLIC CONTRACTS CODE RESTRICTIONS FOR CSU EMPLOYEES CSU employees and immediate past employees must comply with restrictions regarding contracting with the CSU. Bidder needs to be aware of the following provisions regarding current or former CSU employees. In submitting a bid, Bidder certifies that the Bidder is eligible to contract with the CSU pursuant to the Public Contracts Code (PCC) sections list below: 1. Current CSU Employees (PCC Section 10831): a) No officer or employee shall engage in any employment, activity or enterprise from which the officer or employee receives compensation or has a financial interest and which is sponsored or funded by any CSU department through or by a CSU contract unless the employment, activity or enterprise is within the course and scope of the officer’s or employee’s regular CSU employment. b) No officer or employee shall contract on his or her own behalf as an independent Bidder with any CSU department to provide goods or services. c) This prohibition does not apply to officers or employees of the CSU with teaching or research responsibilities. 2. Former CSU Employees (PCC Section 10832): a) For the two-year period from the date he or she left CSU employment, no former CSU officer or employee may enter into a contract in which he or she engaged in any of the negotiations, transactions, planning, arrangements or any part of the decision-making process relevant to the contract while employed in any capacity by any CSU department. b) For the twelve-month period from the date he or she left state employment, no former CSU officer or employee may enter into a contract with any CSU department if he or she was employed by that CSU department in a policy-making position in the same general

8/5/2013

Aug 5, 2013 10:35:54 AM PDT

10

RFP No. 3975

p. 12

State of California

Bid 3975

subject area as the proposed contract within the 12-month period prior to his or her leaving CSU service. 3.1.16

LOSS LEADER

It is unlawful for any person engaged in business within this state to sell or use any article or product as a “loss leader” as defined in Section 10730 of the Business and Professions Code. “Loss leader” means any article or product sold at less than cost: (a) Where the purpose is to induce, promote, or encourage the purchase of other merchandise; or (b) Where the effect is a tendency or capacity to mislead or deceive purchasers to prospective purchases; or (c) Where the effect is to divert trade from or otherwise injure competitors. 3.1.17 BRAND NAMES Any reference to brand names is intended to be descriptive, but no restrictive, unless otherwise specified. Proposals meeting the indicated standards of quality will be considered, unless otherwise specified, providing the proposal clearly describes the article offered and how it differs from the referenced brands. Unless the contractor specified otherwise in the proposal, it is understood the Contractor is offering referenced brands as specified. The CSU reserves the right to determine whether a substitute offer is equivalent to and meets the standards of quality indicated by the brand name references. The CSU may require a contractor offering a substitute to supply additional descriptive material and sample. 3.2

BIDDER’S CERTIFICATION

By submitting a proposal, the Bidder certifies to comply with the following: 3.2.1

AMERICANS WITH DISABILITIES ACT (ADA)

Bidder assures the CSU that it complies with the Americans with Disabilities Act (ADA) of 1990, which prohibits discrimination on the basis of disability, as well as all applicable regulations and guidelines issued pursuant to the ADA. (42 U.S.C. 12101 et seq.). 3.2.2

UNFAIR PRACTICES ACT

Bidder warrants that its bid complies with the Unfair Practices Act (Business and Professions Code Section 17000 et seq.). 3.2.3

VIOLATION OF AIR OR WATER POLLUTION LAWS

Unless the contract is less than $25,000.00 or with a sole-source provider, Government Code Section 4477 prohibits the State from contracting with a person, including a corporation or other business association, who has been determined to be in violation of any State or federal air or water pollution control law. By a proposal the Bidder warrants that the Bidder has not been found to be in violation of any order or resolution not subject to review promulgated by the State Air Resources Board or an air pollution district, or is subject to a cease and desist order not subject to review issued pursuant to Section 13310 of the Water Code for violation of waste discharge requirements or discharge prohibitions, or is finally determined to be in violation of provisions of federal laws relating to air or water pollution. By submitting a bid, the Bidder certifies that it has not been identified either by published notices or by Board notification as a person in violation of State or federal air or water pollution control laws.

8/5/2013

Aug 5, 2013 10:35:54 AM PDT

11

RFP No. 3975

p. 13

State of California

3.2.4

Bid 3975

COMPLIANCE WITH NLRB ORDERS

In submitting a bid or signing a contract the Bidder swears under penalty of perjury that no more than one final, unappealable finding of contempt of court by a federal court has been issued against the Bidder within the immediately preceding two-year period because of the Bidder's failure to comply with an order of a federal court which orders the Bidder to comply with an order of the National Labor Relations Board. This provision is required by, and shall be construed in accordance with, Public Contract Code Section 10296.29. 3.2.5

ASSIGNMENT OF ANTITRUST ACTIONS

The Bidder's attention is directed to the following provisions of Government Code Sections 4552, 4553, and 4554, which shall be applicable to the Bidder: In submitting a bid to a public purchasing body, the Bidder offers and agrees that if the bid is accepted, it will assign to the procurement body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2, [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by the Bidder for sale to the procurement body pursuant to the bid. Such assignment shall be made and become effective at the time the procurement body tenders final payment to the Bidder (Government Code Section 4552). If an awarding body or public procurement body receives, either through judgment or settlement, a monetary recovery for a cause of action assigned under this chapter, the assignor shall be entitled to receive reimbursement for actual legal costs incurred and may, upon demand, recover from the public body any portion of the recovery, including treble damages, attributable to overcharges that were paid by the assignor but were not paid by the public body as part of the bid price, less the expenses incurred in obtaining that portion of the recovery (Government Code Section 4553). Upon demand in writing by the assignor, the assignee shall, within one year from such demand, reassign the cause of action assigned under this part if the assignor has been or may have been injured by the violation of law for which the cause of action arose and (a) the assignee has not been injured thereby, or (b) the assignee declines to file a court action for the cause of action (Government Code Section 4554). 3.2.6

NONCOLLUSION AFFIDAVIT

By submitting a bid, Bidder hereby certifies that the bid is not made in the interest of, or on behalf of, any undisclosed party; that the bid is genuine and not collusive, false, or sham; that 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 agreed with any Bidder or anyone else to put in a false or sham bid, or to refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought to fix any overhead, profit or cost element of the bid, of that of any other Bidder, or to secure any advantage against the public body awarding the contract or anyone interested in the proposed contract. 3.2.7

SAFEGUARDS FOR PROTECTING CSU INFORMATION ASSETS

By submitting a bid, Bidder acknowledges Federal privacy laws such as Gramm-Leach-Bliley Act (Title 15, United States Code, Sections 6801(b) and 6805(b) (2)) applicable to financial transactions and Family Educational Rights and Privacy Act (Title 20, United States Code, Section 1232g) applicable to student records and information from student records. In the event that such information is required for the performance of the work specified, the Bidder hereby certifies that it has the appropriate safeguards in place as required by Title 16 Code of Federal Regulation Chapter 1 Section 314.

8/5/2013

Aug 5, 2013 10:35:54 AM PDT

12

RFP No. 3975

p. 14

State of California

3.2.8

Bid 3975

COVENANT AGAINST GRATUITIES

The Bidder shall warrant that no gratuities (in the form of entertainment, gifts, or otherwise) were offered or given by the Bidder, or any agent or representative of the Bidder, to any officer or employee of the CSU with a view toward securing the Contract or securing favorable treatment with respect to any determinations concerning the performance of the Contract. For breach or violation of this warranty, the CSU shall have the right to terminate the Contract, either in whole or in part, and any loss or damage sustained by the CSU in procuring on the open market any items, which the Bidder agreed to supply, shall be borne and paid for by the Bidder. The rights and remedies of the CSU provided in this clause shall not be exclusive and are in addition to any other rights and remedies provided by law or under the Contract. 3.2.9

DRUG-FREE WORKPLACE CERTIFICATION

The Bidder certifies under penalty perjury under the laws of the State of California that the Bidder will comply with the requirements of the Drug-Free Workplace Act of 1990 (Government Code, Section 8355 et. seq.) and will provide a drug-free workplace by doing all of that which Section 8355 et seq. requires. 3.2.10

ELECTRONIC WASTE RECYCLING ACT

In submitting a bid for electronic devices, as defined by the Electronic Waste Recycling Act of 2003, Part 3 Division 30 Changer 8.5 of the Public Resource Code, the Bidder certifies that it, and its agents, subsidiaries, partners, joint ventures, and subcontractors for the procurement, have complied with the Electronic Waste Recycling Act of 2003 and any regulations adopted pursuant to the Act, or have demonstrated to the CSU that the Electronic Waste Recycling Act of 2003 is inapplicable to all lines of business engaged in by the bidder, its agents, subsidiaries, partners, joint venturers, or subcontractors. In addition the Bidder agrees to cooperate fully in providing reasonable access to its records and documents that evidence compliance with the Electronic Waste Recycling Act of 2003.

8/5/2013

Aug 5, 2013 10:35:54 AM PDT

13

RFP No. 3975

p. 15

State of California

Bid 3975

SECTION 4 - SCOPE OF WORK 4.1

Website Strategy and Goals

The overarching vision for www.calstate.edu is to enhance awareness and understanding of the CSU’s positive impact on California through an online experience that informs, inspires and creates opportunities for the diverse audiences of the site. The goals for the site are to: 1. Increase the positive image of the CSU and raise awareness of its existence and impact on the state of California, the workforce, the economy and the quality of life 2. Cultivate and strengthen links with business, industry and communities throughout California 3. Cultivate a favorable impression of the CSU among legislators, business and community leaders, alumni, donors and the general public to increase support We look to accomplish these goals by: • • • •

Making it easier for visitors to find the information they need Making it clear what differentiates the CSU from other universities Clearly expressing the CSU brand Telling the “CSU story”

The site must feature: • • • • • 4.2

Creative and brand-aware design Engaging and relevant content Device-neutral layout Social integration Measurable indicators of success Measurements of Success

We will look for increase in conversions (donations, requests for information, click-throughs, etc.) and engagement (click depth, loyalty index, brand index, duration, interaction, recency, feedback, etc.) to help measure success. Specific measurable metrics will be determined during the initial discovery phase and confirmed post-launch. We will not measure our success through an increase in traffic. While an increase in visits to the site is ideal, we do not believe it is a true measure of impact and results. In fact, as we permanently remove employee-targeted content from the site, we anticipate a drop in visits. 4.3

Key Audiences

Calstate.edu has many audience groups, including: • • • • • •

Current Students/Parents Prospective Students/Parents Alumni Donors Legislators Media

8/5/2013

Aug 5, 2013 10:35:54 AM PDT

14

RFP No. 3975

p. 16

State of California

• • • •

4.4

Bid 3975

Current employees Prospective employees Vendors General Public

Current Site Structure and Background

The calstate.edu website is an HTML-based site, incorporating server-side-includes for headers, footers and navigation throughout the site. The site features multiple sub-sites organized by audience, organizational structure and/or topic. Most sites are managed by business owners in the various departments in the Chancellor’s Office through Contribute or Dreamweaver. The site navigation was last refreshed in November 2006 during the last major refresh of the website. It maintained the majority of changes from late 2000, when the site underwent a major structural update. Essentially, the structure in place today is the same as it was 13 years ago. The overall site reflects the current brand identity, with most sub-sites using a web template customized by banner image, colors, etc. Most pages use this template, however there are some that still use an outdated version. These pages do not take advantage of analytics or SSI, which is embedded in the newer templates. There is the potential for a major brand refresh in the next 6-9 months, which may impact the direction of the look and feel of the site. We will take great steps to mitigate the impact on this project. The site is currently managed by the Communications Department within the University Relations and Advancement Division at the Chancellor’s Office in Long Beach, CA. Individual site administration is decentralized, with the majority of site owners located at the Chancellor’s Office. The Chancellor’s Office does not manage the individual campus websites. Those websites are managed at the campus level by their IT and Communications teams and are out of scope for this project. The Chancellor’s Office IT department selected Microsoft Sharepoint as the platform of choice for both its internal and external-facing websites. In 2012, the CSU launched its first Systemwide Employee Intranet, CSYou, as the first part of a two-phase process to improve access to information and transform calstate.edu into a primarily public-facing website. Sharepoint 2010 is the platform used for the intranet and calstate.edu should use Sharepoint 2010 or later. The intention is to streamline content updates, decrease the dependency on the web team for content publishing and provide one common platform for site administration. No official research has been conducted as a part of this project to date. As part of the Intranet project, focus groups were held with faculty and staff (on campuses and at the Chancellor’s Office) and specific questions were included regarding usability and usefulness of the www.calstate.edu website. The feedback will be shared with the vendor during the initial discovery phase. WEB PLATFORM AND SYSTEM INFORMATION Current public website: www.calstate.edu Site size: Approximately 70,000 pages, 45,000 documents Currently, the website is built using: •

HTML/SHTML

8/5/2013

Aug 5, 2013 10:35:54 AM PDT

15

RFP No. 3975

p. 17

State of California

• • • •

Bid 3975

.ASP ASP.net Wordpress (blogs) JQuery

BLOGS AND MICROSITES Over the past few years, a number of sub-sites (or microsites) were developed using Wordpress. The early sites were built to take advantage of Wordpress’ blog functionality and quick publishing capabilities. Over the past two years, the decision to use Wordpress as a development platform had less to do with the blog features as with the need for quick development and a more robust content management solution. Some sites were built using the standard Cal State template, while others were developed as stand-alone designs. The blogs managed on calstate.edu servers include: • • • • • • • • • • • • • • •

Blogs.calstate.edu Blogs.calstate.edu/clips Blogs.calstate.edu/pa Blogs.calstate.edu/asr Blogs.calstate.edu/voicesviews Blogs.calstate.edu/science Blogs.calstate.edu/budgetcentral Blogs.calstate.edu/cpdc_sustainability Blogs.calstate.edu/chancellor Blogs.calstate.edu/graduates Blogs.calstate.edu/college Blogs.calstate.edu/entertainment Calstate.edu/50th Calstate.edu/accesstoexcellence Calstate.edu/impact

Other aspects of the CSU Office of the Chancellor’s Digital Footprint include: YouTube Facebook Twitter 4.5

Project Approach

The contractor will provide user and site research, site architecture, taxonomy, content strategy, visual design and development of the California State University System website, www.calstate.edu, using Sharepoint 2010 or 2013. The vendor would offer creative solutions and proven best practices for site design, implementation of social media, use of analytics for benchmarking and measurement and optimization of the site for both onsite and offsite search.

8/5/2013

Aug 5, 2013 10:35:54 AM PDT

16

RFP No. 3975

p. 18

State of California

Bid 3975

CSU’s IT Department will manage the site hosting, but the partner firm may be asked to support the successful deployment of the SharePoint environment. We plan to develop www.calstate.edu in phases, beginning with high-level pages, the creation of section landing pages and high-traffic sites (as determined by analytics data). New content may be needed to accomplish the objectives and accommodate a new site architecture. The proposed phases of migration include: PHASE 1 www.calstate.edu home page Major section landing pages Find Campus Tool Board of Trustees site Chancellor site Presidents Admission Info (Fees, cost of attendance, etc.) Student Resources/Student Academic Support Academic Affairs (and related departments) Academic Programs and Faculty Development Transfer International Programs Teacher Education Research Initiatives and Partnerships Center for Community Engagement Budget Human Resources Alumni Relations Reporting Transparency CSU Foundation Donors / Give to CSU Public Affairs Careers PHASE 2 Troops to College University Relations & Advancement External Relations Federal Relations 8/5/2013

Aug 5, 2013 10:35:54 AM PDT

17

RFP No. 3975

p. 19

State of California

Bid 3975

State Relations Communications CSU Foundation CSUPERB Chancellor’s Doctoral Incentive Program Business and Finance (and all related departments) General Counsel Internal Audit Academic Technology Academic Senate Special Projects Policies PHASE 3 Analytic Studies Access to Excellence Institute for Teaching and Learning Systemwide Digital Library Services Center for Teacher Quality Honorary Degrees Hearst/CSU Trustees Awards Academic Council Extended Education Blog sites Summer Arts 4.6

Scope of Work

This project involves a full enterprise website build of www.calstate.edu and related microsites using Sharepoint 2010 or 2013. The site must launch by May 2015, with two additional phased releases three and six months following initial launch. The site redesign must include: • • •

Research, including user experience, focus groups, persona development, testing, interviews and other recommendations Content audit of www.calstate.edu and supporting sites and recommendations on content organization and management Content strategy, including recommendations for alternative content, such as video, social tools, etc.

8/5/2013

Aug 5, 2013 10:35:54 AM PDT

18

RFP No. 3975

p. 20

State of California

• •

• • • • • • • •

4.7

Bid 3975

Information architecture and content approach Creative design for the home page and 4 to 6 sub-page templates. Sub-pages shall include section landing page, section content page, microsite page, blog page, and others to be determined. Sub-pages must allow for some degree of customization (color, photos, logos, content, etc.) Mobile strategy and design Programming master templates for home page and 4 to 6 sub-page layouts on SharePoint 2010 or 2013 platform. Full site build out Content migration planning and execution (itemized separately) WebTrends and Google Analytics code (which CSU will supply) embedded in templates and measures of success Integration of Facebook, Twitter, videos, blogs and other social media tools, as appropriate The Google search engine (CSU uses the Google Search Appliance) optimized to return relevant results, both using onsite and external search engines Training to CSU staff to facilitate content management, ongoing development and maintenance W3C Web Content Accessibility

ACCESSIBILITY REQUIREMENTS The CSU is committed to ensuring that its programs, services and activities are accessible for all staff, faculty, students, and members of the public including persons with disabilities. Accessibility should be considered throughout the design and development process for all websites and web applications developed for the CSU. PROPOSAL SUBMISSION REQUIREMENTS Bidders are asked to provide the following information in order to allow the CSU to gauge bidder’s capabilities and experience developing accessible websites and web applications. 1. Documentation that outlines vendor’s accessibility strategy for their product. This documentation should address the following issues: a. How is accessibility integrated into the product design and development processes (e.g. technical requirements that address accessibility)? b. How is accessibility integrated into the product testing process (e.g. specific evaluation and documentation procedures)? PROJECT DELIVERABLES Bidders must affirm that they will meet the following requirements: 1.

2.

3.

Accessibility Standards Compliance a. All Website deliverables and associated electronic documentation shall comply with W3C Web Content Accessibility Guidelines 2.0 levels A and AA. Accessibility Testing a. Upon request, vendor shall furnish the CSU with access to the website to enable accessibility testing during the development process. WCAG 2 Compliance Report (upon completion of website development)

8/5/2013

Aug 5, 2013 10:35:54 AM PDT

19

RFP No. 3975

p. 21

State of California

a. Vendor shall submit a completed WCAG 2 Compliance Report that documents compliance with WCAG 2.0 levels A and AA. b. The WCAG 2 Compliance Report(s) should meet the following criteria: i. Address all report sections including both WCAG 2 Technical Requirements and Information, Documentation, and Support. ii. Address all user interfaces (e.g. user-facing, administrative, and reporting). Where appropriate, furnish a separate WCAG 2 Compliance Report for each interface. Testing Documentation (upon completion of website development) a. Vendor shall submit product testing documentation that validates all of the accessibility information contained in the product WCAG 2 Compliance Report. This documentation should meet the same criteria outlined in 2.b.i-ii above and, at a minimum, include the following information: i. Evaluation date(s) ii. Evaluation environment (e.g. OS/web browser) iii. Evaluation tools (e.g. developer tools, assistive technology) iv. Test methods (e.g. automated report, visual verification, manual source code review) v. Test results (e.g. “all input elements have labels that are programmatically related using ‘for’ and id’ attributes”) Accessibility Roadmap (upon completion of website development) a. See the CSU Accessibility Roadmap which includes a template and instructions for providing the following information: i. A list of known accessibility gaps ii. The specific steps and timelines by which known these gaps will be remediated iii. A list of any workarounds for product accessibility gaps including: 1. Use of alternative business processes (e.g. offering phone support until your web-based support tools are accessible) 2. Use of a third-party product to replace or supplement functionality in your product (e.g. providing a programming interface which allows other applications to interact with content in your product)

4.

5.

4.3

Bid 3975

Optional Services

Assist in brand and identity development (including discovery and design), design and programming of additional page templates, possible site infrastructure consulting and other services, as requested. 4.4

Payment Schedule

The California State University is committed to delivering and producing high-quality, highlyaccessible products on time and within budget. The CSU requires vendors to deliver services on-time or ahead of schedule through contract incentives. Alternatively, missed deadlines, even

8/5/2013

Aug 5, 2013 10:35:54 AM PDT

20

RFP No. 3975

p. 22

State of California

Bid 3975

one day, can affect the entire project’s deliverables and jeopardize the schedule. As a result, the vendor will incur penalties when timelines are not met. Payment Incentive The CSU will issue payment to the vendor upon completion of agreed-upon milestones. If the vendor completes a deliverable ahead of a milestone deadline, the vendor can submit the invoice upon completion and payment will be processed immediately upon receipt. Penalties Vendor will incur penalties if agreed-upon milestone deadlines are missed. If CSU is responsible for project delay, vendor will not incur penalties. Penalties are as follows: Missed deadline 24-48 hours 49-72 hours 73 hours-1 week 1 week +

Penalty $1000/day $1500/day $2000/day $2500/day

Penalties are incurred for each business day a deadline is missed, beginning at close of business of a milestone due date (5 p.m. Pacific Time). Penalties will be deducted from invoices at time of payment. The project timeline will be reviewed and adjusted after each milestone if agreed-upon deadlines are missed or deliverables presented ahead of schedule.

8/5/2013

Aug 5, 2013 10:35:54 AM PDT

21

RFP No. 3975

p. 23

State of California

Bid 3975

SECTION 5 - CONTRACTOR QUALIFICATIONS/REQUIREMENTS OR MINIMUM REQUIREMENTS 5.0

Introduction

This section of the RFP consists of minimum requirements that must be addressed and submitted in a Bidder’s proposal in accordance with Section 7, Proposal Instructions. Responses to this RFP shall be reviewed and evaluated by an evaluation committee. All submittals shall be reviewed to verify that the Bidder meets the minimum requirements. RFP responses that, the CSU’s opinion, do not meet the minimum requirements will be rejected and removed from further evaluation. All responding bidders shall furnish evidence that their firm and personnel, at a minimum, meet the following criteria. Any firm not fully complying with and meeting all minimum requirements will not be considered for evaluation or award. 5.1

Minimum Requirements • • • • • • •

5.2 • • • • 5.3

• • • • •

Bidder shall demonstrate comprehensive knowledge and understanding of WCAG 2 Compliance by completing the WCAG 2 Technical Requirements, Appendix G Bidder shall have 5 to 7 years of user experience and information architecture experience Bidder shall have 5 to 7 years of web design experience Bidder shall have experience conducting research including focus groups, surveys, interviews, and usability testing Bidder shall have demonstrated expertise in Search Engine Optimization (SEO) Bidder shall have 5 to 7 years of SharePoint experience Bidder shall have 5 to 7 years of programming experience General Requirements Adherence to the CSU http://calstate.edu/brand

Branding

and

Identity

guidelines

as

detailed

at

Include a design portfolio of projects in similar size and scope of both the programmer assigned to the CSU and of your company Provide five (5) client references similar to the size and scope of these services Provide names, contact information and resumes for staff that will be assigned to the CSU. Preferred Requirements It is preferred that bidder has performed similar work in a governmental or educational institution Resumes for the project manager and programmers are preferred Provide subcontracting information: who is the subcontractor, how much and what portion will you be subcontracting this scope of work, who is the primary contact It is preferred that the subcontract meet or exceed the experience of the contractors experience It is preferred that the scope of work not be subcontracted beyond the second tier party

8/5/2013

Aug 5, 2013 10:35:54 AM PDT

22

RFP No. 3975

p. 24

State of California

Bid 3975

SECTION 6 – EVALUATION AND SELECTION CRITERIA 6.1 EVALUATION METHOD All proposals shall be reviewed to verify the Proposer has met the RFP submission requirements. Proposals that have not followed the rules, do not meet minimum content or requirements and quality standards, take unacceptable exceptions to the CSU General Provisions (Appendix A), or are non-responsive to the required responses in this RFP will be eliminated from further consideration. Proposals determined to have met the RFP requirements will be reviewed and evaluated by a CSU Evaluation Team. As a part of this review, the CSU System may require proposing firms to clarify the information submitted. This clarification process may be conducted through written or electronic correspondence or through an interview with the CSU Evaluation Team. Finalists may be required to give oral presentations to the CSU as part of the evaluation process. The purpose of presentation is to give finalists an opportunity to demonstrate their ability to perform the scope of work defined in this RFP and clarify outstanding issues. It is in the proposing firm’s best interests to submit a thorough and complete proposal and not depend on the presentation process to provide additional information. The CSU Evaluation Team will make its evaluation based on the criteria below. 6.2 POINT SCORING SCHEDULE Evaluation Criteria

Points

A

Experience and References

250

B

Scope of Work

250

C

Preferred Requirements

50

C

Finalist Presentations

200

D

WCAG 2 Appendix G

E

Cost

Compliance

Report, Pass/Fail

250

Points: Additional Points (if Applicable) Small Business Preference Points Appendix C DVBE Participation Appendix D Enterprise Zone Act (EZA) <$100K Appendix H Target Area Contract Preference Act <$100K (TACPA) Appendix I

8/5/2013

Aug 5, 2013 10:35:54 AM PDT

23

RFP No. 3975

p. 25

State of California

<$100K

6.3

Bid 3975

Local Agency Military Base Recovery Act (LAMBRA) Appendix J

EVALUATION CRITERIA

Proposals will be reviewed, evaluated, and scored in accordance with the point schedule for all evaluation criteria noted below. A. Experience and References

Points: 250

This section will consider and evaluate Bidder’s proposed team and ability to meet the requirements and sustainability for duration of project. The Bidder’s qualifications shall be evaluated to determine if the Bidder has provided sufficient documentation, that it possesses the required qualifications, and a general overview of the Bidder’s qualifications. The Bidder’s references will also be verified and considered. B. Scope of Work

Points: 250

This section will consider and evaluate Bidder’s demonstrated understanding of project requirements and the detailed conceptual approach and methodology used to respond to the Scope of Work. Also considered will be the depth and specificity of the Bidder’s overall understanding of the project goals. C. Preferred Requirements

Points: 50

This section will consider the Bidder’s work experience, the expertise of the personnel assigned to this project, who will be designated as a subcontractor, if any. D. Finalist Presentation Points: 200 This section will consider Bidder’s design portfolio based on the similarity of projects (specifically SharePoint websites), knowledge of design best practices, creativity, layout and usability. E. Accessibility Technology Initiative (ATI)- WCAG 2 Compliance Points: Pass/Fail This section will consider documentation validates the accessibility information provided and that the Roadmap outlines the vendor’s strategy for the product. F. Cost

Points: 250

Cost will be evaluated based on the categories as indicated on Appendix xx. The lowest overall pricing proposal shall receive the maximum points. Points on proposals with a higher overall price shall be determined by dividing the lowest proposal price by the higher proposal price and multiplying by the maximum points as indicated below. Price of Lowest Proposal Price of Proposal

8/5/2013

Aug 5, 2013 10:35:54 AM PDT

X

Maximum Points = Points Awarded

24

RFP No. 3975

p. 26

State of California

Bid 3975

SECTION 7 - INSTRUCTIONS, CONTENT, AND FORMAT 7.1

INSTRUCTIONS

7.1.1

QUESTIONS REGARDING RFP AND POINT OF CONTACT

Any questions, interpretations, or clarifications, either administrative or technical, about this RFP must be requested in writing by e-mail no later than the date indicated in Section 2, Schedule of Events. All written questions, not considered proprietary, will be answered in writing and conveyed to all Bidders. Oral statements concerning the meaning or intent of the contents of this RFP by any person are not considered binding. Questions regarding any aspect of this RFP should be directed to: Mary Carrillo Contract Services and Procurement California State University, Office of the Chancellor 401 Golden Shore Long Beach, CA 90802 Phone: 562-951-4639 E-mail: [email protected]@calstate.edu 7.1.2

ERRORS AND OMMISSIONS

If prior to the date fixed for submission of Proposal a Bidder discovers any ambiguity, conflict, discrepancy, omission or other error in the RFP or any of its exhibits and/or appendices, Bidder shall immediately notify the CSU of such error in writing and request modification or clarification of the document. Modifications may be made by addenda prior to the RFP response deadline. Clarifications will be given by written notice and posted to the RFP website to all active Bidders, without divulging the source of the request for it. 7.1.3

ADDENDA

The CSU may modify this RFP, any of its key action dates, or any of its attachments, prior to the date fixed for submission by issuance of a written addendum posted to the RFP website. Addenda will be numbered consecutively as a suffix to the RFP Reference Number. 7.1.4

CANCELLATION OF SOLICITATION

This solicitation does not obligate the CSU to enter into an agreement. The CSU retains the right to cancel this RFP at any time for any reason. The CSU also retains the right to obtain the services specified in this RFP in any other way. No obligation, either expressed or implied, exists on the part of the CSU to make an award or to pay any cost incurred in the preparation or submission of response to the RFP. 7.1.5

REVISIONS IN BID SOLICITATION

This solicitation does not obligate CSU to enter into an agreement. CSU reserves the right to cancel this solicitation at any time, should the project be canceled, CSU loses the required funding or it is deemed in the best interest of CSU. No obligation either expressed or implied, exists on the part of CSU to make an award or to pay any cost incurred in the preparation or submission of a bid. 7.1.6

COMPLIANCE WITH RFP

To be compliant with the administrative requirements of this RFP, Bidder must meet the mandatory requirements and complete and return the list of submittals in Section 7, Instructions, Content, and Format. 8/5/2013

Aug 5, 2013 10:35:54 AM PDT

25

RFP No. 3975

p. 27

State of California

7.1.7

Bid 3975

COMPLETION OF PROPOSAL

Responses to the RFP shall be complete in all respects as required by this solicitation. A submission may be rejected if conditional or incomplete, or if it contains any alterations or other irregularities of any kind, and will be rejected if any such defect or irregularity could have materially affected the quality of the submission. Documents which contain false or misleading statements, or which provide references that do not support an attribute or condition claimed by the Bidder, may be rejected. Statements made by a Bidder shall also be without ambiguity, and with adequate elaboration, where necessary, for clear understanding. Costs for developing Proposals are entirely the responsibility of the Bidders and shall not be chargeable to the CSU. 7.1.8

DELIVERY OF PROPOSAL

The Proposal must be received in the Contract Services and Procurement Office no later than the time indicated on the date and specified in Section 2, Schedule of Events. The Bidder is responsible for the means of delivering the Proposal to the appropriate office on time. Delays due to the instrumentalities used to transmit the Proposal, including delay occasioned by the internal mailing system in the Office of the Chancellor, will be the responsibility of the Bidder. Likewise, delays due to inaccurate directions given, even if by Chancellor's Office staff, shall be the responsibility of the Bidder. The Proposal must be completed and delivered by the specified time in order to avoid disqualification for lateness due to difficulties in delivery. LATE, FAXED, OR E-MAILED PROPOSALS WILL NOT BE ACCEPTED. 7.1.9

EXCEPTIONS

In the event a Bidder believes that this RFP is unfairly restrictive or has substantive errors or omissions in it, the matter must be promptly brought to the attention of the CSU’s Contact, either by e-mail, letter or facsimile, immediately upon receipt of the RFP, in order that the matter may be fully considered and appropriate action taken by the CSU prior to the closing time set for submission. 7.1.10 ALTERNATIVE PROPOSALS Only one proposal is to be submitted by each Bidder. Multiple proposals shall result in rejection of all proposals submitted by the Bidder. 7.1.11 WITHDRAWAL OF PROPOSAL A Proposal may be withdrawn after it is received by the CSU by written request signed by the Bidder or authorized representative, prior to the time and date specified for Proposal submission. Proposal may be withdrawn and resubmitted in the same manner if done so prior to the appropriate deadline. Withdrawal or modification offered in any other manner will not be considered. 7.1.12 PROPOSALS BECOME THE PROPERTY OF CSU Proposals become the property of CSU and information contained therein shall become public documents subject to disclosure laws after Notice of Intent to Award. The CSU reserves the right to make use of any information or ideas contained in the Proposal. Proposals may be returned only at the CSU's option and at the Bidder's expense. One copy shall be retained for official files. Responses to this RFP and any other information that is currently or may become available as an outcome of the RFP process may be used by the CSU to structure an RFP or other solicitation. If the Proposer fails to notify the CSU of a known error or an error that reasonably should have been known prior to the final filing date for submission, the Proposer shall assume the risk. If awarded the contract, the Proposer(s) shall not be entitled to additional compensation or time by reason of error or its late correction.

8/5/2013

Aug 5, 2013 10:35:54 AM PDT

26

RFP No. 3975

p. 28

State of California

Bid 3975

7.1.13 CONFIDENTIAL MATERIAL Bidder must notify CSU in advance of any proprietary or confidential materials contained in the Proposal and provide justification for not making such material public. CSU shall have sole discretion to disclose or not disclose such material subject to any protective order that Bidder may obtain. 7.1.14 BIDDER’S COST Costs for developing proposals are entirely the responsibility of the Bidder and shall not be chargeable to the CSU. 7.1.15 INSPECTION OF SOLICITATION DOCUMENTS Bidder shall carefully review all documents referenced and made a part of this solicitation to ensure that all information required to properly respond to the solicitation has been received or made available and all requirements are priced in the proposal. Failure to examine any document, drawing, specification, or instruction will be at the Bidder’s sole risk. It is the Bidder’s responsibility to provide the CSU with current contact information and to update the CSU immediately of any changes. 7.1.16 CONFIDENTIALITY Final bids are public upon award of contract; however the contents of all proposals, drafts bids, correspondence, agenda, memoranda, working papers, or any other medium which discloses any aspect of a bidder’s proposal shall be held in the strictest confidence until Notice of Intent to Award. The content of all working papers and discussions relating to the bidder’s proposal shall be held confidential indefinitely unless the public interest is best served by an item’s disclosure because of its direct pertinence to a decision, agreement or an evaluation of the bid. 7.2.

CONTENT AND FORMAT

To be considered responsive to this RFP, Bidder must submit proposals in the format identified in this section. All requirements and questions in the RFP must be addressed and all requested data must be supplied. The CSU reserves the right to request additional information that in the CSU’s opinion is necessary to assure that the Bidder’s competence, number of qualified employees, business organization, and financial resources are adequate to perform according to the contract requirements. 7.2.1

DELIVERY OF PROPOSALS. ADDRESS OR DELIVER PROPOSALS TO: Mary Carrillo Contract Services and Procurement CALIFORNIA STATE UNIVERSITY, OFFICE OF THE CHANCELLOR 401 Golden Shore, 5th Floor Long Beach, California 90802-4210 Map to CSU Office of the Chancellor: http://www.calstate.edu/PA/info/CO_Map.shtml

8/5/2013

Aug 5, 2013 10:35:54 AM PDT

27

RFP No. 3975

p. 29

State of California

7.2.2

Bid 3975

LATE PROPOSALS

Sealed proposals must be received in the Contract Services and Procurement Office no later than as required by the Schedule of Events. LATE PROPOSALS WILL NOT BE ACCEPTED. The Bidder is responsible for the means of delivering the proposal to the appropriate office on time. Delays due to the instrumentalities used to transmit the Proposal including delay occasioned by the internal mailing system in the Office of the Chancellor will be the responsibility of the Bidder. Likewise, delays due to inaccurate directions given, even if by Chancellor’s Office staff, shall be the responsibility of the Bidder. 7.2.3

MODIFICATIONS

A proposal may be modified after its submission by withdrawal and resubmission prior to the time and date specified for proposal submission. Modification offered in any other manner, oral or written, will not be considered. 7.2.4

COPIES REQUIRED

The Bidder must provide six (6) hard copies in a three-ring binder with tabbed indexes and one (1) copy on a flash drive. Proposals will be uploaded to a SharePoint site. A BIDDER MAY BE DISQUALIFIED IF ANY COPY OF THEIR PROPOSAL IS FOUND TO HAVE MATERIAL DIFFERENCES FROM THE ORIGINAL COPY. Proposals should be prepared in such a way as to provide straightforward, concise delineation of capabilities to satisfy the requirements of this RFP. Proposals should emphasize the Bidder’s demonstrated capability to perform work of this type. Expensive bindings, colored displays, promotional materials, graphics etc., are not necessary or desired. However, literature describing the proposed services and extent of support included in the proposal should be forwarded as part of the proposal. DO NOT INCLUDE ADDITIONAL GRAPHICS IN THE ELECTRONIC COPY THAT ARE NOT OTHERWISE IN THE ORIGINAL HARD COPY OF THE PROPOSAL. DO NOT INCLUDE ANIMATION OF ANY KIND IN THE PROPOSALS. EMPHASIS SHOULD BE CONCENTRATED ON CONFORMANCE TO THE RFP INSTRUCTIONS, RESPONSIVENESS TO THE RFP REQUIREMENTS, AND ON COMPLETENESS AND CLARITY OF CONTENT. 7.2.5

PROPOSAL CONTENT AND FORMAT

All Bidders are also required to complete the RFP Submittals. Proposals shall adhere to the following format for organization and content. Proposals must be divided into the individual indexed tabbed sections listed below. Section 1 - Cover Letter The cover letter shall include: 1. A brief statement of intent to perform the services proposed. 2. Signature of an authorized officer of the organization who has legal authority in such transactions. 3. Full contact information (overnight mailing address, phone, fax, e-mail, etc.) for the individual designated as the CSU contact on this RFP and a secondary contact. 4. Acknowledgement receipt of all addenda issued. 5. Expressly state that, should the Bidder’s proposal be accepted, the Bidder agrees to enter into a contract under the terms and conditions as set forth herein. Proposals with unsigned cover letters will be rejected.

8/5/2013

Aug 5, 2013 10:35:54 AM PDT

28

RFP No. 3975

p. 30

State of California

Bid 3975

Section 2 - Exceptions and Confidential Information Any and all exceptions to the RFP or General Provisions must be listed on an item-by-item basis and cross-referenced with the RFP document. If there are no exceptions, Bidder must expressly state that no exceptions are taken. Please Note: Taking exceptions to proposal requirements may render a Bidder’s proposal non-responsive and rejected from further consideration. Section 3 – RFP Submittals This section shall consist of the following response to: 1. Minimum Requirements 2. General Requirements 3. Experience and References 3. Scope of Work 4. Presentations 5. Appendix E, Cost Sheet 6. Appendix B, Payee Data Record 7. Appendix D, Disabled Veteran Business Enterprise Requirement 8. Appendix K, Client References 9. Appendix G, WCAG 2 Technical Requirements Section 4 – Additional Submittals This section shall consist of the following applicable forms: 1. Appendix C, Small Business Preference and Certification Request 2. Appendix H, Enterprise Zone Act (EZA) 3. Appendix I, Target Area Contract Preference Act (TACPA) 4. Appendix J, Local Agency Military Base Recovery Area (LAMBRA) Act

8/5/2013

Aug 5, 2013 10:35:54 AM PDT

29

RFP No. 3975

p. 31

State of California

Bid 3975

RFP No. 3975 Appendix A AGREEMENT NUMBER

AGREEMENT

AM. NO.

CONTRACTOR IDENTIFICATION NUMBER

THIS AGREEMENT, made and entered into this _________________, in the State of California, by and between the Trustees of the California State University, which is the State of California acting in a higher education capacity, through its duly appointed and acting officer, hereinafter called CSU and CONTRACTOR’S NAME

,hereafter called Contractor, WITNESSETH: That the Contractor for and in consideration of the covenants, conditions, agreements, and stipulation of the University hereinafter expressed, does hereby agree to furnish to the University services and materials as follows:

The Contractor shall provide online course and program delivery services for Cal State Online in accordance with the following Riders: Rider A, Scope of Work, consisting of xx pages; Rider B, CSU General Provisions for IT Acquisitions, consisting of fifteen (15) pages; Other Riders – RFP No. 3975 and Contractor’s response to RFP No. 3975 dated ____________ as provided by and on file with the CSU are made a part of the Agreement by reference. The term of this Agreement shall be from the date of this agreement through _________________ (4 years) with two oneyear options to renew as agreed upon by both parties. The total authorized expenditure shall not exceed_________________________________________________________. Contractor shall report to Robin Wade, Senior Web Manager, Communications Department. .

IN WITNESS WHEREOF, this agreement has been executed by the parties hereto, upon the date first above written.

UNIVERSITY

CONTRACTOR

Trustees of the California State University BY (AUTHORIZED SIGNATURE)

DATE

BY (AUTHORIZED SIGNATURE)

DATE



 PRINTED NAME AND TITLE OF PERSON SIGNING

PRINTED NAME AND TITLE OF PERSON SIGNING

DEPT.

ADDRESS

Contract Services & Procurement AMOUNT ENCUMBERED BY THIS DOCUMENT

$ TOTAL AMOUNT ENCUMBERED TO DATE

$

REQUIRED CHARTFIELD DISTRIBUTION Account Fund Dept ID

Program

OPTIONAL CHARTFIELD DISTRIBUTION Class Proj/Grt

CRL 018 – 1/27/04

Aug 5, 2013 10:35:54 AM PDT

p. 32

State of California

Bid 3975

RFP No. 3975 Appendix B, STD 204 Page 1 of 1

Payee Date Records, STD 204

Download and complete appropriate form at: http://www.calstate.edu/CSP/vendor_tax_info.shtml

Aug 5, 2013 10:35:54 AM PDT

p. 33

RFP # 3975 Appendix C, Small Business Preference Bid 3975 Page 1 of 1

State of California

SMALL BUSINESS PREFERENCE AND CERTIFICATION REQUEST (Bidders requesting a 5% Small Business Preference must sign below and enclose this form in the Bid Package)

Project No.

Project Name

The undersigned hereby requests preference as a “Small Business” and further certifies under penalty of perjury, that the firm still meets the requirements of the California Code of Regulations, Title 2, Section 1896 et seq. NOTICE TO ALL BIDDERS: Section 14835 et seq. of the California Government Code, requires that a five percent preference be given to bidders who qualify as a small business. The rules and regulations of this law, including the definition of a small business for the delivery of service, are contained in Title 2, California Code of Regulations, Section 1896, et seq. A copy of the regulations is available upon request. If your firm is a Small Business and wishes to claim the small business preference, which may not exceed $50,000 for any bid, your firm must have its principal place of business located in California, have a complete application (including proof of annual receipts) on file with the Small Business & DVBE Services Branch, in the Procurement Division of the State of California Department of General Services, by 5:00 p.m. on the date bids are opened, and be verified by such office. Or, if your firm is a Non-Small Business and wishes to claim the small business preference, your firm must notify the Trustees by signing below, that your firm commits to subcontract at least 25% of its net bid price with one or more small businesses, submit a timely responsive bid, list the small business subcontractors and include name, address, phone number, portion of the work to be performed, and the dollar amount and percentage per subcontractor, and be determined a responsible bidder. Questions regarding the preference approval process should be directed to Small Business & DVBE Services, telephone (800) 559-5529 or (916) 375-4940, address: 707 Third Street, First Floor-Room 400, West Sacramento, CA 95605, or if by mail: P.O. Box 989052, West Sacramento, CA 95798-9052. You can also reach them via email ([email protected]) or on the Internet: www.pd.dgs.ca.gov/smbus. IMPORTANT NOTICE (Read before signing)

The “Small Business Preference and Certification Request” must be signed in the same name style in which the bidder is licensed by the Contractors State License Board. Bidders bidding jointly or as a combination of several business organizations are specially cautioned that such bidders must be jointly licensed and approved in the same form and style in which the bid is executed. Legal Name Style of Bidder(s):

Signature of Bidder:

Date

In the event the bidder has received assistance in obtaining bonding for this project, it shall set forth the name and nature of the firm providing such assistance. Should the firm be listed as a subcontractor, bidder shall set forth the percentage of the contract to be performed by the subcontractor.

Name of Firm: NO

Is Firm a Listed Subcontractor?

o YES-Percentage

o

Special attention is directed to section 1896.16 for penalties for furnishing incorrect supporting information in obtaining preference.

Aug 5, 2013 10:35:54 AM PDT

p. 34

State of California

Aug 5, 2013 10:35:54 AM PDT

RFP # 3975 Appendix C, Small Business Preference Bid 3975 Page 2 of 1

p. 35

State of California

Bid 3975

RFP No. 3975 Appendix D, DVBE Requirement Page 1 of 1

Disabled Veteran Business Enterprise Requirement

Download and complete appropriate form at: http://www.calstate.edu/CSP/crl/forms/CRL016.pdf

Aug 5, 2013 10:35:54 AM PDT

p. 36

State of California

Bid 3975

RFP No. 3975 Appendix E COST SHEET Calstate.edu Redesign & Development

1. SCOPE OF WORK Name

Labor classification

Hourly rate

Total hours

Sub-total__________

_____________________________________________________________________________________________________________ _____________________________________________________________________________________________________________ _____________________________________________________________________________________________________________ _____________________________________________________________________________________________________________ TOTAL

_______________

2. ADDITIONAL OPTIONAL SERVICES Labor classification

Hourly rate________________________________________________________________________________________

_____________________________________________________________________________________________________________ _____________________________________________________________________________________________________________ _____________________________________________________________________________________________________________ _____________________________________________________________________________________________________________

Signature: ___________________________________________ Print name: _______________________________________________ Bidder’s name: __________________________________________________________________ Date: _________________________ Billing terms: _________________________________________ Accept VISA _____yes ______no?

Aug 5, 2013 10:35:54 AM PDT

ACH ______yes _______no?

p. 37

State of California

Bid 3975

RFP No. 3975 Appendix F, CSU Travel Policy Page 1 of 1

CSU Policy and Procedures Governing Travel and Relocation Reimbursement

Download and complete appropriate form at: http://www.calstate.edu/icsuam/sections/3000/3601.01.shtml

Aug 5, 2013 10:35:54 AM PDT

p. 38

State of California

WCAG 2 Compliance Report

Bid 3975

RFP # 3975 Appendix G Page 1 of 12

Instructions Overview

This report should be used to document the extent to which an E&IT product conforms to W3C Web Content Accessibility Guidelines 2.0 (WCAG 2). The main section of this report serves as evidence of compliance with Section 508 Technical Standards (1194.21-26) and Functional Performance Criteria (1194.31). The final section addresses Information, Documentation, and Support (1194.41). The report is organized by sections that reflect WCAG 2 Principles and Guidelines. If you would like additional information regarding a specific Principle or Guideline, click on the hyperlinks listed above each table to review official WCAG 2 documentation.

Completing the Form •





Success Criterion o This columns lists the specific Success Criteria for achieving level A and AA compliance. Do not modify any content in this column. Applicable Components 1. Determine which product components apply for this Success Criterion by clicking the Guideline listed above each table to review the official WCAG 2 documentation. 2. List all components that relate to the Success Criterion. 3. Describe the extent to which each component meets the Success Criterion. Overall Status 1. Select one of the following overall status levels:  Conforms: All components meet guidelines  Partially Conforms: Some components meet guidelines  Does Not Conform: None of the components meet guidelines  Not Applicable: The product does not use components that apply to this Success Criterion

Assistance Questions regarding this form should be directed to the Accessible Technology Initiative ([email protected]).

WCAG 2 Compliance Report v1.0 Aug 5, 2013 10:35:54 AM PDT

1

p. 39

State of California

Bid 3975

RFP # 3975 Appendix G Page 2 of 12

Evaluation Details Product Name/Version: Vendor Name: Report Date(s): Evaluator(s) (name/affiliation): Contact (name, phone, email):

WCAG 2 Technical Requirements Principle 1: Perceivable - Information and user interface components must be presentable to users in ways they can perceive. Guideline 1.1 Text Alternatives: Provide text alternatives for any non-text content so that it can be changed into other forms people need, such as large print, Braille, speech, symbols or simpler language. Success Criterion (A and AA level)

Applicable Components

1.1.1 Non-text Content: All non-text content that is presented to the user has a text alternative that serves the equivalent purpose. (Level A)

Examples: •

All non-decorative images have descriptive alternate text



All decorative images have null alternate text or are hidden from assistive technology



All input controls have names that describe their purpose

Overall Status

Guideline 1.2 Time-based Media: Provide alternatives for time-based media. Success Criterion

WCAG 2 Compliance Report v1.0 Aug 5, 2013 10:35:54 AM PDT

Applicable Components

Overall Status

2

p. 40

State of California

Success Criterion

Applicable Components

Bid 3975

RFP # 3975 Appendix G Page 3 of 12 Overall Status

1.2.1 Audio-only and Video-only (Prerecorded): For prerecorded audioonly and prerecorded video-only media, the following are true, except when the audio or video is a media alternative for text and is clearly labeled as such: (Level A) •



Prerecorded Audio-only: An alternative for time-based media is provided that presents equivalent information for prerecorded audioonly content. Prerecorded Video-only: Either an alternative for time-based media or an audio track is provided that presents equivalent information for prerecorded video-only content.

1.2.2 Captions (Prerecorded): Captions are provided for all prerecorded audio content in synchronized media, except when the media is a media alternative for text and is clearly labeled as such. (Level A) 1.2.3 Audio Description or Media Alternative (Prerecorded): An alternative for time-based media or audio description of the prerecorded video content is provided for synchronized media, except when the media is a media alternative for text and is clearly labeled as such. (Level A) 1.2.4 Captions (Live): Captions are provided for all live audio content in synchronized media. (Level AA) 1.2.5 Audio Description (Prerecorded): Audio description is provided for all prerecorded video content in synchronized media. (Level AA)

WCAG 2 Compliance Report v1.0 Aug 5, 2013 10:35:54 AM PDT

3

p. 41

State of California

Bid 3975

RFP # 3975 Appendix G Page 4 of 12

Guideline 1.3 Adaptable: Create content that can be presented in different ways (for example simpler layout) without losing information or structure. Success Criterion

Applicable Components

Overall Status

1.3.1 Info and Relationships: Information, structure, and relationships conveyed through presentation can be programmatically determined or are available in text. (Level A) 1.3.2 Meaningful Sequence: When the sequence in which content is presented affects its meaning, a correct reading sequence can be programmatically determined. (Level A) 1.3.3 Sensory Characteristics: Instructions provided for understanding and operating content do not rely solely on sensory characteristics of components such as shape, size, visual location, orientation, or sound. (Level A)

Guideline 1.4 Distinguishable: Make it easier for users to see and hear content including separating foreground from background. Success Criterion

Applicable Components

Overall Status

1.4.1 Use of Color: Color is not used as the only visual means of conveying information, indicating an action, prompting a response, or distinguishing a visual element. (Level A) 1.4.2 Audio Control: If any audio on a Web page plays automatically for more than 3 seconds, either a mechanism is available to pause or stop the audio, or a mechanism is available to control audio volume independently from the overall system volume level. (Level A)

WCAG 2 Compliance Report v1.0 Aug 5, 2013 10:35:54 AM PDT

4

p. 42

State of California

Success Criterion

Applicable Components

Bid 3975

RFP # 3975 Appendix G Page 5 of 12 Overall Status

1.4.3 Contrast (Minimum): The visual presentation of text and images of text has a contrast ratio of at least 4.5:1, except for the following: (Level AA) • Large Text: Large-scale text and images of large-scale text have a contrast ratio of at least 3:1; • Incidental: Text or images of text that are part of an inactive user interface component, that are pure decoration, that are not visible to anyone, or that are part of a picture that contains significant other visual content, have no contrast requirement. • Logotypes: Text that is part of a logo or brand name has no minimum contrast requirement. 1.4.4 Resize text: Except for captions and images of text, text can be resized without assistive technology up to 200 percent without loss of content or functionality. (Level AA) 1.4.5 Images of Text: If the technologies being used can achieve the visual presentation, text is used to convey information rather than images of text except for the following: (Level AA) • Customizable: The image of text can be visually customized to the user's requirements; • Essential: A particular presentation of text is essential to the information being conveyed.

Principle 2: Operable - User interface components and navigation must be operable. Guideline 2.1 Keyboard Accessible: Make all functionality available from a keyboard. Success Criterion

WCAG 2 Compliance Report v1.0 Aug 5, 2013 10:35:54 AM PDT

Applicable Components

Overall Status

5

p. 43

State of California

Success Criterion

Applicable Components

Bid 3975

RFP # 3975 Appendix G Page 6 of 12 Overall Status

2.1.1 Keyboard: All functionality of the content is operable through a keyboard interface without requiring specific timings for individual keystrokes, except where the underlying function requires input that depends on the path of the user's movement and not just the endpoints. (Level A) 2.1.2 No Keyboard Trap: If keyboard focus can be moved to a component of the page using a keyboard interface, then focus can be moved away from that component using only a keyboard interface, and, if it requires more than unmodified arrow or tab keys or other standard exit methods, the user is advised of the method for moving focus away. (Level A)

Guideline 2.2 Enough Time: Provide users enough time to read and use content. Success Criterion

WCAG 2 Compliance Report v1.0 Aug 5, 2013 10:35:54 AM PDT

Applicable Components

Overall Status

6

p. 44

State of California

Success Criterion

Applicable Components

Bid 3975

RFP # 3975 Appendix G Page 7 of 12 Overall Status

2.2.1 Timing Adjustable: For each time limit that is set by the content, at least one of the following is true: (Level A) • Turn off: The user is allowed to turn off the time limit before encountering it; or • Adjust: The user is allowed to adjust the time limit before encountering it over a wide range that is at least ten times the length of the default setting; or • Extend: The user is warned before time expires and given at least 20 seconds to extend the time limit with a simple action (for example, "press the space bar"), and the user is allowed to extend the time limit at least ten times; or • Real-time Exception: The time limit is a required part of a realtime event (for example, an auction), and no alternative to the time limit is possible; or • Essential Exception: The time limit is essential and extending it would invalidate the activity; or • 20 Hour Exception: The time limit is longer than 20 hours.

WCAG 2 Compliance Report v1.0 Aug 5, 2013 10:35:54 AM PDT

7

p. 45

State of California

Success Criterion

Applicable Components

Bid 3975

RFP # 3975 Appendix G Page 8 of 12 Overall Status

2.2.2 Pause, Stop, Hide: For moving, blinking, scrolling, or auto-updating information, all of the following are true: (Level A) • Moving, blinking, scrolling: For any moving, blinking or scrolling information that (1) starts automatically, (2) lasts more than five seconds, and (3) is presented in parallel with other content, there is a mechanism for the user to pause, stop, or hide it unless the movement, blinking, or scrolling is part of an activity where it is essential; and • Auto-updating: For any autoupdating information that (1) starts automatically and (2) is presented in parallel with other content, there is a mechanism for the user to pause, stop, or hide it or to control the frequency of the update unless the auto-updating is part of an activity where it is essential.

Guideline 2.3 Seizures: Do not design content in a way that is known to cause seizures. Success Criterion

Applicable Components

Overall Status

2.3.1 Three Flashes or Below Threshold: Web pages do not contain anything that flashes more than three times in any one second period, or the flash is below the general flash and red flash thresholds. (Level A)

Guideline 2.4 Navigable: Provide ways to help users navigate, find content, and determine where they are. Success Criterion

Applicable Components

Overall Status

2.4.1 Bypass Blocks: A mechanism is available to bypass blocks of content that are repeated on multiple Web pages. (Level A)

WCAG 2 Compliance Report v1.0 Aug 5, 2013 10:35:54 AM PDT

8

p. 46

State of California

Success Criterion

Applicable Components

Bid 3975

RFP # 3975 Appendix G Page 9 of 12 Overall Status

2.4.2 Page Titled: Web pages have titles that describe topic or purpose. (Level A) 2.4.3 Focus Order: If a Web page can be navigated sequentially and the navigation sequences affect meaning or operation, focusable components receive focus in an order that preserves meaning and operability. (Level A) 2.4.4 Link Purpose (In Context): The purpose of each link can be determined from the link text alone or from the link text together with its programmatically determined link context, except where the purpose of the link would be ambiguous to users in general. (Level A) 2.4.5 Multiple Ways: More than one way is available to locate a Web page within a set of Web pages except where the Web Page is the result of, or a step in, a process. (Level AA) 2.4.6 Headings and Labels: Headings and labels describe topic or purpose. (Level AA) 2.4.7 Focus Visible: Any keyboard operable user interface has a mode of operation where the keyboard focus indicator is visible. (Level AA)

Principle 3: Understandable - Information and the operation of user interface must be understandable. Guideline 3.1 Readable: Make text content readable and understandable. Success Criterion

Applicable Components

Overall Status

3.1.1 Language of Page: The default human language of each Web page can be programmatically determined. (Level A)

WCAG 2 Compliance Report v1.0 Aug 5, 2013 10:35:54 AM PDT

9

p. 47

State of California

Success Criterion

Applicable Components

Bid 3975

RFP # 3975 Appendix G Page 10 of 12 Overall Status

3.1.2 Language of Parts: The human language of each passage or phrase in the content can be programmatically determined except for proper names, technical terms, words of indeterminate language, and words or phrases that have become part of the vernacular of the immediately surrounding text. (Level AA)

Guideline 3.2 Predictable: Make Web pages appear and operate in predictable ways. Success Criterion

Applicable Components

Overall Status

3.2.1 On Focus: When any component receives focus, it does not initiate a change of context. (Level A) 3.2.2 On Input: Changing the setting of any user interface component does not automatically cause a change of context unless the user has been advised of the behavior before using the component. (Level A) 3.2.3 Consistent Navigation: Navigational mechanisms that are repeated on multiple Web pages within a set of Web pages occur in the same relative order each time they are repeated, unless a change is initiated by the user. (Level AA) 3.2.4 Consistent Identification: Components that have the same functionality within a set of Web pages are identified consistently. (Level AA)

Guideline 3.3 Input Assistance: Help users avoid and correct mistakes. Success Criterion

Applicable Components

Overall Status

3.3.1 Error Identification: If an input error is automatically detected, the item that is in error is identified and the error is described to the user in text. (Level A) 3.3.2 Labels or Instructions: Labels or instructions are provided when content requires user input. (Level A)

WCAG 2 Compliance Report v1.0 Aug 5, 2013 10:35:54 AM PDT

10

p. 48

State of California

Success Criterion

Applicable Components

Bid 3975

RFP # 3975 Appendix G Page 11 of 12 Overall Status

3.3.3 Error Suggestion: If an input error is automatically detected and suggestions for correction are known, then the suggestions are provided to the user, unless it would jeopardize the security or purpose of the content. (Level AA) 3.3.4 Error Prevention (Legal, Financial, Data): For Web pages that cause legal commitments or financial transactions for the user to occur, that modify or delete user-controllable data in data storage systems, or that submit user test responses, at least one of the following is true: (Level AA) 1. Reversible: Submissions are reversible. 2. Checked: Data entered by the user is checked for input errors and the user is provided an opportunity to correct them. 3. Confirmed: A mechanism is available for reviewing, confirming, and correcting information before finalizing the submission.

Principle 4: Robust - Content must be robust enough that it can be interpreted reliably by a wide variety of user agents, including assistive technologies. Guideline 4.1 Compatible: Maximize compatibility with current and future user agents, including assistive technologies. Success Criterion

Applicable Components

Overall Status

4.1.1 Parsing: In content implemented using markup languages, elements have complete start and end tags, elements are nested according to their specifications, elements do not contain duplicate attributes, and any IDs are unique, except where the specifications allow these features. (Level A)

WCAG 2 Compliance Report v1.0 Aug 5, 2013 10:35:54 AM PDT

11

p. 49

State of California

Success Criterion

Applicable Components

Bid 3975

RFP # 3975 Appendix G Page 12 of 12 Overall Status

4.1.2 Name, Role, Value: For all user interface components (including but not limited to: form elements, links and components generated by scripts), the name and role can be programmatically determined; states, properties, and values that can be set by the user can be programmatically set; and notification of changes to these items is available to user agents, including assistive technologies. (Level A)

Information, Documentation, and Support This section addresses access to all information, documentation, and support provided to end users as per Section 508 (1194.41). This includes user guides, installation guides for end-user installable devices, and customer support and technical support communications. Success Criterion

Remarks and Explanations

Overall Status

(a) Product support documentation provided to end-users shall be made available in alternate formats upon request, at no additional charge. (b) End-users shall have access to a description of the accessibility and compatibility features of products in alternate formats or alternate methods upon request, at no additional charge. (c) Support services for products shall accommodate the communication needs of end-users with disabilities.

WCAG 2 Compliance Report v1.0 Aug 5, 2013 10:35:54 AM PDT

12

p. 50

State of California

Aug 5, 2013 10:35:54 AM PDT

Bid 3975

p. 51

State of California

Aug 5, 2013 10:35:54 AM PDT

Bid 3975

p. 52

State of California

Aug 5, 2013 10:35:54 AM PDT

Bid 3975

p. 53

State of California

Aug 5, 2013 10:35:54 AM PDT

Bid 3975

p. 54

State of California

Aug 5, 2013 10:35:54 AM PDT

Bid 3975

p. 55

State of California

Aug 5, 2013 10:35:54 AM PDT

Bid 3975

p. 56

State of California

Bid 3975

RFP # 3975 APPENDIX K Page 1 of 2

REFERENCES FORM Firm #1 - Name of Firm: ________________________________________________________ Address of Firm: ______________________________________________________________ Contact Person: _________________________________ Phone No. ( ) _________________ Date of Project:

From: ________________________ To: _____________________________

Contract value: ________________________________________________________________ Brief Description of Case History if applicable:

Firm #2 - Name of Firm: ________________________________________________________ Address of Firm: ______________________________________________________________ Contact Person: _________________________________ Phone No. ( ) _________________ Date of Project:

From: ________________________ To: _____________________________

Contract value: ________________________________________________________________ Brief Description of Case History if applicable:

Firm #3 - Name of Firm: ________________________________________________________ Address of Firm: ______________________________________________________________ Contact Person: _________________________________ Phone No. ( ) _________________ Date of Project:

From: ________________________ To: _____________________________

Contract value: ________________________________________________________________

Aug 5, 2013 10:35:54 AM PDT

p. 57

State of California

Bid 3975

RFP # 3975 APPENDIX K Page 2 of 2

REFERENCES FORM Brief Description of Case History if applicable:

______________________________________________________________________________ ______________________________________________________________________________ Firm #4 - Name of Firm: ________________________________________________________ Address of Firm: ______________________________________________________________ Contact Person: _________________________________ Phone No. ( ) _________________ Date of Project:

From: ________________________ To: _____________________________

Contract value: ________________________________________________________________ Brief Description of Case History if applicable:

Firm #5 - Name of Firm: ________________________________________________________ Address of Firm: ______________________________________________________________ Contact Person: _________________________________ Phone No. ( ) _________________ Date of Project:

From: ________________________ To: _____________________________

Contract value: ________________________________________________________________ Brief Description of Case History if applicable:

Aug 5, 2013 10:35:54 AM PDT

p. 58

State of California

Bid 3975

Question and Answers for Bid #3975 - Calstate.edu Redesign & Development

OVERALL BID QUESTIONS There are no questions associated with this bid. If you would like to submit a question, please click on the "Create New Question" button below.

Question Deadline: Aug 23, 2013 10:00:00 AM PDT

Aug 5, 2013 10:35:54 AM PDT

p. 59