San Juan Unified School District


[PDF]San Juan Unified School District - Rackcdn.com10ba4283a7fbcc3461c6-31fb5188b09660555a4c2fcc1bea63d9.r13.cf1.rackcdn.com...

0 downloads 129 Views 1MB Size

San Juan Unified School District Technology Services Department 3738 Walnut Avenue, Carmichael, California 95608 P.O. Box 477, Carmichael, California 95609-0477 Telephone (916) 971-7808; FAX (916) 971-7388 _______________________________________________________________ Kent Kern, Acting Superintendent of Schools Carl Fahle, Senior Director, Technology

INTERNAL CONNECTIONS District Office Voice Communications System RFP # 14-141 (2014-2015)

Request for Proposals Issued: January 27, 2014 Deadline for Submittal of Proposals: February 24, 2014

Before 10:00 am Attention: Purchasing Department

SAN JUAN UNIFIED SCHOOL DISTRICT Purchasing Department 5133 Engle Road Carmichael, CA 95608

SUMMARY The San Juan Unified School District is soliciting quotes for a District Office Voice Communications System. Existing Site PBX Systems: (see Appendix B - Existing) The District currently uses a variety of Avaya PBX equipment including a central Avaya G3R supporting call routing for all internal and external voice communication. a. WAN: The current WAN circuits used for connecting site PBXs to the District Office are a combination of T1 PRI circuits and Centrex lines. There are 10/100/1000 Ethernet connections to all sites to enable VoIP. b. See Appendices A, B and C and Reports 1, 2 and 3 for associated site information. Requirements Information: 1) New District Office Voice Communication System must be equipped for VoIP. 2) We expect the bids in response to this RFP to: support Centrex Lines, existing Single Line, 2500 style analog telephones, interface with our existing Site PBX’s and any proposed systems in response to RFP #14-130 and RFP #14-134. We are currently soliciting bids on separate RFPs for a replacement of the Site PBX systems. These new systems will be equipped to support VoIP, SIP, TDM, Analog and PRI circuits. If possible, please configure your proposed system to support implementation with either our existing systems or new systems purchased from RFP #14-130 or RFP #14-134. 3) BID FORM: You must complete the included Bid Form for this RFP – RFP 14-141 BID FORM. The Bid Form includes: a. Equipment and Quantities – Minor Modification OK Note: If proposing equivalent equipment, it must either: i. Be fully manageable by the existing management systems listed above, OR ii. You must also propose new a fully usable management system. b. Recurring Support Costs – Minor Modification OK c. Letter of Agreement – Do Not Modify and must be on its own page 4) Additional Information: Bidders may attach additional pertinent information they deem important to the selection, implementation, and overall success of the project. Multiple proposals/options are acceptable and encouraged.

The intent of this document is to specify a District Office Voice Communication System for the San Juan Unified School District’s Administration District Office. See Appendix A for list of school sites. Appendix B list schools with existing number of stations, lines and equipment. Appendix C lists all required and desired features of a new system. See Report 1 for existing PBX system capacities. See Report 2 for existing PBX equipped software. See Report 3 for existing PBX system equipped hardware. See BID FORM for a list of equipment to bid, support costs, and Letter of Agreement. In Addition to the BID FORM, Please provide the following information: 1. Length of time business has provided this type of service or equipment. 2. Three reference sites using equipment and service provided by you. The reference from a school district or county office of education is preferred. Use the following format: a. Name of organization b. Job Location San Juan Unified School District Page 2 of 39 Request for Proposal # 14-141 Deliver by 10:00 am February 24,2014 District Office Voice Communications System

3. 4. 5. 6.

c. Contact name and telephone number d. Date of contract e. Project Description f. Equipment Installed or Provided Indicate any options available separately. Show applicable discounts separately. Manufacturer’s warranty information for equipment. A delivery timeline proposal starting July 1, 2014 at the earliest.

Special Conditions: 1. Prices to remain firm through the duration of the proposed contract. In the event of a price decrease for service or from the manufacturer, said decrease shall be passed on to the San Juan Unified School District and documented with new price sheet sent to San Juan Unified School District Purchasing Department. 2. All equipment costs must be included and identified separately. 3. All equipment and material must be new. Used, refurbished or repurposed equipment or material is not acceptable. 4. This RFP will be posted to the San Juan Unified School District website (http://www.sanjuan.edu/documents.cfm?id=121). Any additions or corrections will be addressed in the form of addenda posted to the same location on the website. 5. All questions regarding this RFP should be directed to [email protected], with the subject of “ERATE RFP# 14-141 question”. 6. The Deadline for questions will be 02/10/2014 10:00 am. 7. Responses to all questions will be made by 02/19/2014 and will be posted on the district website. 8. It is the responsibility of the prospective bidder to check the website for updates or addenda. 9. You must provide one original and two copies of your proposal (three total). You must also provide one digital copy (USB flash drive) of your proposal. Notes: 1. Manufacturer must warranty all parts and equipment. 2. This RFP is subject to District funding availability. 3. Signed and Sealed Proposals MUST be received in the San Juan Unified District PURCHASING DEPARTMENT, 5133 Engle Road, Carmichael, CA 95608 by 10:00 am, 02/24/2014.

VENDOR REQUIREMENTS San Juan Unified School District Deliver by 10:00 am February 24,2014

Page 3 of 39 Request for Proposal # 14-141 District Office Voice Communications System

The vendor must meet or exceed all minimum qualification requirements. All submitted quotes must provide at a minimum, all requested information in this quote document. Any portion not included will be cause for elimination from the quote process. Each response will be reviewed to determine if it is complete prior to actual evaluation. The information should be organized as indicated in the quote requirements. Any portions of the submitted quote, which are to be treated by the District as proprietary and confidential information, must be clearly marked as such. The District reserves the right to eliminate from further consideration any response, which is deemed to be substantially or materially unresponsive to the RFP.

PROPOSAL EVALUATION Each response will be reviewed prior to the selection process for completeness and adherence to format. A response will be considered complete if all requested sections are included in the proper order and properly completed. Vendors may also provide any and all recommendations for consideration such as installation, maintenance, support and design that is relevant to the total solution of the District’s technology needs.

Evaluation Criteria       

Costs, including unit prices, labor rates, travel/trip charges, etc. Extent to which Specifications and Requirements are met Recurring Annual Support Costs – Hardware, Software, and Phones (Considered part of the total cost.) Warranty, Warranty Type Extent of experience with the district Client references and/or citations from prior installations where equal services have been provided for projects of similar size and complexities Quote preparation, thoroughness, and responsiveness to the RFP requirement

The successful bidder will be chosen based upon best value. The district reserves the right to reject any or all bids.

RFP SCHEDULE Solicit RFP/Bids RFP/BID question deadline RFP/BID question response RFP/Bid closing RFP/Bid opening RFP/Bid Selection Purchase Orders

January 27, 2014 10:00 am, February 10, 2014 3:00 p.m., February 19, 2014 10:00 a.m, February 24, 2014 Date of closing Before 471 filing date (approximately 03/14/2014) Contingent on District Funding

San Juan Unified School District Deliver by 10:00 am February 24,2014

Page 4 of 39 Request for Proposal # 14-141 District Office Voice Communications System

GENERAL CONDITIONS & INFORMATION TO BIDDERS 1.

Proposals: Each proposal shall be submitted on forms supplied by the San Juan Unified School District. Each proposal shall conform and be responsive to San Juan Unified School District specifications. Bidder shall furnish complete specifications and rates for all services requested. Additional pricing schedules detailing items listed on the proposal shall be attached to the proposal form.

2.

Deadline for Receipt of Proposal: One signed original, two hard copies and one digital copy of the proposal must be submitted in sealed envelopes and should be properly identified with the proposal number and Proposals must arrive in the PURCHASING DEPARTMENT, 5133 Engle Road, Carmichael, CA 95609 before 10:00 am, February 24, 2014, local time. Telephone, telegraphic facsimile, emailed, and late proposals will not be accepted or considered.

3.

Proposal Submission Requirement: Proposals shall be submitted to the address above and labeled as follows: RFP 14-141 – District Office Voice Communications System It is the sole responsibility of the bidder so see that his proposal is received in proper time as stated in the Notice to Bidders. Any proposal received after the scheduled closing time for receipt of proposals will be rejected and returned to the bidder.

4.

Typewritten/Written in Ink: All prices or notations must be typed or written in ink. Proposals written with pencil will not be accepted.

5.

Erasures: The proposal submitted must not contain erasures, interlineations, or other corrections unless each such correction is suitably authenticated by affixing in the margin immediately opposite the correction the surname or surnames of the person or person signing the proposal.

6.

Quote Separately: Quote on each item separately. Prices should be stated based on quantities/units specified on the proposal form.

7.

All Costs Included: All costs must be included in the bidder’s proposal. The bidder shall deliver, install, and complete an integrated system, which may include use of the District’s own existing equipment referenced herein. These specifications are meant to outline the District’s functional requirements and are not meant to be an exhaustive list of services required to accomplish these requirement.

8.

Taxes and Insurance: All insurance that may be required shall be included in all bid response quotations. The District is not exempt from California State sales and use taxes. The District is exempt from paying Federal Excise Taxes. California sales tax shall be included in the bid response quotations as a separate line item.

9.

Signature: The proposal must be signed in the name of the bidder and must bear the signature in longhand of the person or persons duly authorized to sign the proposal. In

San Juan Unified School District Deliver by 10:00 am February 24,2014

Page 5 of 39 Request for Proposal # 14-141 District Office Voice Communications System

case a proposal is submitted by a corporation, it must be signed in the name of such corporation by a duly authorized officer or agent thereof. 10.

Modifications/Changes: Changes in or additions to the proposal form, recapitulations of the work proposal upon, alternative proposals, or any modifications of the proposal form which is not specifically called for in the contract documents may result in the District’s rejection of the proposal as not being responsive to the invitation to proposal. No oral or telephonic (facsimile machine, FAX, inclusive) modifications of any proposal submitted will be considered. For any change which affects the period of performance, payments, or any term or condition included in this contract or agreement, a negotiated amendment to the resultant contract or agreement shall be prepared and executed by the District and the Bidder's originally executing authorized official, or replacement.

11.

Examination of Contract Documents: Bidders shall thoroughly examine and be familiar with the Drawing and Specifications. The failure or omission of any bidder to receive or examine any contract documents, forms, instruments, addenda or other documents or to visit the site and acquaint himself with conditions there existing shall in no way relieve any bidder from obligations with respect to his proposal or the contract. The submission of a proposal shall be taken as “Prime Facie” evidence of compliance with this section.

12.

Error in Proposal: Any claim by bidder of error in his proposal must be made before proposals are opened, or the claim shall be deemed waived. Any bidder may withdraw his proposal at any time before the time at which proposals are due and the Request for Proposals is closed and, having done so, no bidder will be permitted to resubmit a proposal.

13.

Withdrawal of Proposal: Any bidder may withdraw his proposal either personally, by written request, or by telegraphic request confirmed in the manner specified in Section 12 above prior to the scheduled closing time for receipt of proposals. All proposals received by the District shall remain subject to the acceptance for a period of ninety (90) calendar days after the date of the proposal opening.

14.

Award of Contract Limitation: No proposal will be accepted from or contract awarded to any party or firm in arrears to the District, or who is a defaulter as surety, contractor or otherwise.

15.

Evidence of Responsibility: Upon the request of the District, a bidder whose proposal is under consideration for the award of the Contract shall submit promptly to the District satisfactory evidence showing the bidder’s financial resources, his experience and organization available for the performance of the contract.

16.

Acceptance or Rejection of Proposals: The Board of Education reserves the right to reject any and all proposal, or any or all items of any proposal, or waive any irregularity of any proposal. No proposal may be withdrawn for a period of ninety (90) days without written approval of the District.

17.

The Contract: The bidder to whom the award is made shall be required to enter into a written contract with the District . These bid specifications and the bidder’s proposal will be attached to, and become a part of, the final contract documents. San Juan Unified School District Page 6 of 39 Request for Proposal # 14-141 Deliver by 10:00 am February 24,2014 District Office Voice Communications System

18.

Prevailing Law: In the event of any conflict or ambiguity between a) Bid Instructions, Scope of Work & Requirements, General Conditions, Agreement, or any other document forming a part of this Invitation for Bid, and b) State or Federal Laws or Regulations, the latter shall prevail. Additionally, all items to be supplied or services to be performed under the bid shall conform to all applicable requirements of local, state and federal law.

19.

Brands: When a particular brand or brand and number are named in connection with any item, it is named as a standard of quality and utility only. A Bidder may submit a bid to furnish an item other than that named, but the item offered by the Bidder must state in the BID FORM the brand with its number, if any, which they will furnish. The District shall be the sole judge of whether an offered item is the equal of the named item. If the Bidder fails to write in the brand and number of the item to be furnished, it is understood the bidder will furnish the item named by the District as the standard of quality and utility.

20.

Samples: Where the Bidder quotes on a brand named as a standard of the quality and utility desired, a sample of the item will not be required unless specifically requested. If the bid submitted is on any other brand or make than that so named, a sample thereof must be furnished, if requested, or the bid on the item will not be considered. The sample submitted shall be the exact item the Bidder proposes to furnish. Samples of items, when requested, must be furnished free of expense to the District.

21.

Federal or State Regulations: The Bidder's proposal and any contract entered into are subject to all applicable statutes of the United States or of the State and all applicable regulations and orders of the Federal or State governments now in effect or which shall be in effect during the period of such contract.

22.

Assignment Prohibited: No contract awarded under this proposal shall be assigned without the approval of the Board of Education. Any attempted assignment in violation of the provision shall be voidable at the option of the Board.

23.

Patent Rights, Copyrights, and Trademarks: The Bidder shall save, keep, bear harmless, and fully indemnify the District and any of its officers or agents from all damages, or claims for damages, costs, or expenses in law or equity that may at any time arise or be set up for any infringement of the patent rights, copyrights, or trademarks of any person in consequence of the use by the District, or by any of its officers or agents of items to be supplied by the Bidder.

24.

Delivery: All items shall be delivered in quantities specified in the contract F.O.B., at the points within the District as specified in the contract. Deliveries in advance of the time specified in the contract shall not be accepted unless the Bidder has obtained prior approval from the District. Unless otherwise specified, if an item is not delivered as specified in the contract or if the Bidder delivers an item which does not conform to the Specifications, the Board of Trustees may, at its option, annul and set aside the contract, either in whole or in part, and may enter into a new contract in accordance with law for furnishing such item. Any additional cost or expense incurred by the District in the making of such contract or any additional cost of supplying an item by reason of the failure of the Bidder, as described in this paragraph, shall be paid by the Bidder or his surety.

San Juan Unified School District Deliver by 10:00 am February 24,2014

Page 7 of 39 Request for Proposal # 14-141 District Office Voice Communications System

25.

Inspection of Items Furnished: All items furnished shall be subject to inspection and rejection by the District for defects or non-compliance with the specifications. The cost of inspection on deliveries or offers for delivery which do not meet specifications may be deducted from the contract price.

26.

Inability to Perform (Force Majeure): In the event that Bidder is prevented from making delivery or otherwise performing on time as specified in the contract by fire, flood, earthquake, labor or transportation problems, war, acts of government, or any other similar cause commonly known as an act of God, which is not the fault of the Bidder, the Bidder shall not be required to deliver or perform, subject to the following requirements: a. The Bidder shall send written notice to the District of the Bidder's inability to perform in accordance with the contract. The notice shall contain all facts which show the condition which prevents performance. The Bidder shall send such notice as soon as possible but in no event later than the fifth (5th) day following the date of issuance of a purchase order by the District or no later than the date specified in the contract for delivery or other performance, whichever is applicable. b. The District may cancel the contract or purchase order, entirely or in part. c. The Bidder shall not make any delivery or otherwise attempt to perform under the contract except on the basis of issuance by the District of a new purchase order or other written instruction.

27.

Delay Due to Unforeseen Obstacles: All loss or damage arising from any unforeseen obstacle or difficulties which may be encountered in the prosecution of the work, or from any action of the elements, or from any act or omission not authorized herein, on the part of the successful bidder, or any agent or person employed by said successful bidder, shall be sustained by the successful bidder. The successful bidder shall have no claim against the District for damages on account of any delays caused by accidents or delays on the part of any transportation company.

28.

Time is of the Essence: If any anticipated or actual delays arise, bidder shall immediately notify District. Regardless of notice, if deliveries are not made at the time agreed upon, District may, at its sole discretion, terminate this Agreement and proceed pursuant to the provisions herein for Default.

29.

Default: If the successful bidder refuses or fails to perform all or any part of its obligations hereunder, or fails to perform all or any part of its obligations in a timely manner, or if the successful bidder should be adjudged a bankrupt, or if it should make a general assignment for the benefit of its creditors, or if a receiver should be appointed on account of its insolvency, or if it or any of its sub-bidders should violate any of the provisions of any contract resulting from this bid, then the District may serve written notice upon it of its intention to terminate any resultant contract, such notice to contain the reasons for such intention to terminate this contract, and unless within ten (10) days after the serving of such notice, such violation(s) shall cease and arrangements satisfactory to the District for the correction thereof shall have been made, this contract shall, upon the expiration of said ten (10) days, cease and terminate. In the event the successful bidder is found in default, or if the contract is terminated for the successful bidder’s failure to perform, the District reserves the right to procure the materials and services from the next lowest responsive and responsible bidder or from other sources during the remaining term of the contract in default. Under this arrangement, the District San Juan Unified School District Page 8 of 39 Request for Proposal # 14-141 Deliver by 10:00 am February 24,2014 District Office Voice Communications System

shall invoice the successful bidder in default the difference between the contract price and the price paid for any material and services procured from alternate sources and all costs associated with the re-solicitation effort. 30.

Indemnification: The successful bidder shall maintain, or cause to be maintained, such insurances as will protect it and the District from claims under Worker’s Compensation Acts, and such public liability insurance as will protect it and the District from claims for damages for personal injury, including death, and damage to the property, which may arise from operations under this resultant contract, whether such operations be by itself or by any subcontractor or anyone directly or indirectly employed by either of them. The successful bidder agrees to save harmless and to indemnify the District from every claim or demand, which may be made by reason of: a. Any injury to person or property sustained by the successful bidder or by any person, firm, or corporation, employed directly or indirectly by him upon or in connection with his work, however caused; and b. Any injury to person or property sustained by any person, firm, or corporation, caused by any act, neglect, default, or omission of the successful bidder or any other person, firm or corporation directly, or indirectly employed by it upon or in connection with its work, whether the said injury or damage occurs upon or adjacent to the work; the Bidder at its own cost, expense and risk, shall defend any and all actions, suits, or other legal proceedings, that may be brought or instituted against the District on any such claim or demand, and pay or satisfy the judgment that may be rendered against the District in any such action, suit or legal proceedings or result thereof. c. Successful bidder shall defend, indemnify, protect and hold harmless San Juan Unified School District and its agents, officers and employees harmless from and against any and all claims asserted or liability established for damages or injuries to any person or property which arise from or are connected with or are causes or claimed to be caused by Bidder’s failure to comply with all of the requirements contained in Education Code section 45125.1, including, but not limited to, the requirement prohibiting bidder from using employees who may have contact with pupils who have been convicted or have charges pending for a felony as defined in Education Code 45125.1.

31.

Governing Law and Venue : In the event of litigation, the bid documents and related matters shall be governed by and construed in accordance with the laws of the State of California. Venue shall be with the appropriate state or federal court located in Sacramento County.

32.

Warranty-Product: Seller warrants that all articles furnished are new unused and are free from all defects of material and workmanship, that all articles shall be fit and sufficient for the purposes intended, and shall save, keep, bear harmless and fully indemnify the District and any of its officers, employees or agents from all damages, or claims for damages, costs or expenses in law or equity that may at any time arise from Buyers normal use.

33.

Equal Opportunity Employment: Bidder, in submitting his proposal certifies that he is an Equal Opportunity Employer, and certifies that he is in compliance with the Civil

San Juan Unified School District Deliver by 10:00 am February 24,2014

Page 9 of 39 Request for Proposal # 14-141 District Office Voice Communications System

Rights Act of 1964, the State Fair Employment Practice Act, and all other applicable Federal and State laws and regulations relating to equal opportunity employment, including Executive Order No. 11246 of September 24, 1965. 34.

Contact with Board of Education: No business entity, including any agent of such entity, shall directly or indirectly contact any board member immediately before or during the bidding process of any project on which the business entity intends to or has submitted a bid. Any vendor violating this policy shall be deemed disqualified from bidding. Should such contact come to light after the bid is awarded and the entity was deemed the successful bidder, the Board reserves the right to cancel any contract awarded.

35.

Arbitration: All claims of $375,000 or less which arise between the bidder and the District shall be subject to the settlement and arbitration provisions set forth in the public Contract Code Sections 20104 through 20104.8, which provisions are incorporated hereby by this reference.

36.

Bid Protest: Any bid protest by any Bidder must be submitted in writing to the District before 5:00 p.m. of the fifth (5th) business day following bid opening.

a. The protest must contain a complete statement of any and all bases for the protest. b. The protest must refer to the specific portions of all documents that form the bases for the protest. c. The party filing the protest must have actually submitted a bid. A bidder may not rely on the bid protest submitted by another bidder, but must timely pursue his or her own protest. d. The protest must include the name, address and telephone number of the person representing the protesting party. e. The party filing the protest must concurrently transmit a copy of the protest and any attached documentation to all other parties with a direct financial interest that may be adversely affected by the outcome of the protest. Such parties shall include all other bidders or proposers who appear to have a reasonable prospect of receiving an award depending upon the outcome of the protest. f. The bidder whose bid has been protested may submit a written response to the bid protest. Such response shall be submitted to the District no later than 5:00 p.m., no later than three (3) working days after the deadline for submission of the bid protest, as set forth above, and shall include all supporting documentation. Such response shall also be transmitted concurrently to the protesting bidder and to all other bidders who appear to have a reasonable prospect of receiving and award depending upon the outcome of the protest. g. The procedure and time limits set forth in this paragraph are mandatory and are each bidder's sole and exclusive remedy in the event of bid protest. Failure to comply with these procedures shall constitute a waiver of any right to further pursue the bid protest, including filing a Government Code Claim or legal proceedings. h. A “business day”, for purposes of this section, means a weekday during which the District’s office is open and conducting business.

37. RIGHT TO TERMINATE: District reserves the right to terminate this Request for San Juan Unified School District Page 10 of 39 Request for Proposal # 14-141 Deliver by 10:00 am February 24,2014 District Office Voice Communications System

Proposal and all documents associated with the Request for Proposal, including but not limited to a Letter of Intent/Letter of Agreement, in its sole discretion at any time, with or without cause, upon written notice to the other party. In the event of termination, notice shall be deemed served on the date of mailing and shall be effective immediately. The District shall not be responsible for any costs to Bidder/Contractor prior to termination

San Juan Unified School District Deliver by 10:00 am February 24,2014

Page 11 of 39 Request for Proposal # 14-141 District Office Voice Communications System

APPENDIX A San Juan Unified School District San Juan Unified School District School Name

Address

City

Zip

Arcade Middle School

3500 Edison Ave.

Sacramento

95821

Arden Middle School

1640 Watt Ave.

Sacramento

95864

Arlington Elementary School

6401 Trenton Wy.

Citrus Heights

95621

Barrett Middle School

4243 Barrett Rd.

Carmichael

95608

Bella Vista High School

8301 Madison Ave.

Fair Oaks

95628

Cambridge Heights Elementary School

5555 Fleetwood Dr.

Citrus Heights

95621

Cameron Ranch Elementary School

4333 Hackberry Ln.

Carmichael

95608

Camp Winthers

720 Chamerlain Rd.

Soda Springs

96161

Carmichael Elementary School

6141 Sutter Ave.

Carmichael

95608

Carnegie Middle School

5820 Illinois Ave.

Orangevale

95662

Carriage Elementary School

7519 Carriage Dr.

Citrus Heights

95621

Casa Roble High School

9151 Oak Ave.

Orangevale

95662

Charles Peck Elementary School

6230 Rutland Dr.

Carmichael

95608

Children’s Receiving Home

3555 Auburn Blvd.

Sacramento

95821

Churchill Middle School

4900 Whitney Ave.

Carmichael

95608

Citrus Heights Elementary School

7085 Auburn Blvd.

Citrus Heights

95621

Coleman Elementary School

6545 Beech Avenue

Orangevale

95662

Cottage Elementary School

2221 Morse Ave.

Sacramento

95825

Cowan Elementary School

3350 Becerra Wy.

Sacramento

95821

Coyle Elementary School

6330 Coyle Ave.

Carmichael

95608

Creekside (Pathway to Choices Charter)

2641 Kent Drive

Sacramento

95821

Del Campo High School

4925 Dewey Dr.

Fair Oaks

95628

Del Dayo Elementary School

1301 McClaren Dr.

Carmichael

95608

Del Paso Manor Elementary School

2700 Maryal Dr.

Sacramento

95821

Deterding Elementary School

6000 Stanley Ave.

Carmichael

95608

San Juan Unified School District Deliver by 10:00 am February 24,2014

Page 12 of 39 Request for Proposal # 14-141 District Office Voice Communications System

Dewey Elementary School

7025 Falcon Rd.

Fair Oaks

95628

District Office

3738 Walnut Ave.

Carmichael

95608

Dyer-Kelly Elementary School

2236 Edison Ave.

Sacramento

95821

Edison Language Institute

2950 Hurley Wy.

Sacramento

95864

El Camino High School

4300 El Camino Ave.

Sacramento

95821

El Sereno Independent Study

10700 Fair Oaks Blvd.

Fair Oaks

95628

Encina High School

1400 Bell St.

Sacramento

95825

Fair Oaks Annex

10700 Fair Oaks Blvd.

Fair Oaks

95628

General Davies, Jr. Primary Center

1500 Dom Wy.

Sacramento

95864

Gold River Elementary School

2200 Roaring Camp

Gold River

95670

Grand Oaks Elementary School

7901 Rosswood Dr.

Citrus Heights

95621

Green Oaks Elementary School

7145 Filbert Ave.

Orangevale

95662

Greer Elementary School

2301 Hurley Wy.

Sacramento

95825

Howe Elementary School

2404 Howe Ave.

Sacramento

95825

Kenneth Avenue Annex/Work Ability

4825 Kenneth Ave

Carmichael

95608

Kingswood Elementary School

5700 Primrose Dr.

Citrus Heights

95610

La Entrada School

5320 Hemlock St.

Sacramento

95841

La Vista School

4501 Bannister Rd.

Fair Oaks

95628

Laurel Ruff School

5325 Garfield Ave.

Sacramento

95841

LeGette Elementary School

4623 Kenneth Ave.

Fair Oaks

95628

Lichen Elementary School

8319 Lichen Dr.

Citrus Heights

95621

Littlejohn (California Montessori Project)

6838 Kermit Lane

Fair Oaks

95628

Maintenance & Operations

6135 Sutter Ave.

Carmichael

95608

Mariemont Elementary School

1401 Corta Wy.

Sacramento

95864

Mariposa Elementary School

7940 Mariposa Ave.

Citrus Heights

95610

Marvin Marshall Childrens Center

5309 Kenneth Ave.

Carmichael

95608

Mesa Verde High School

7501 Carriage Drive

Citrus Heights

95621

Mira Loma High School

4000 Edison Ave.

Sacramento

95821

Mission Elementary School

2925 Mission Ave.

Carmichael

95608

Northridge Elementary School

5150 Cocoa Palm Wy.

Fair Oaks

95628

San Juan Unified School District Deliver by 10:00 am February 24,2014

Page 13 of 39 Request for Proposal # 14-141 District Office Voice Communications System

Oakview Elementary School

7229 Beech Av.

Orangevale

95662

Orange Grove (Alta Charter)

4640 Orange Grove

Sacramento

95841

Orangevale (Golden Valley Charter)

6550 Filbert Ave.

Orangevale

95662

Orangevale Open Middle School

5630 Illinois Ave.

Fair Oaks

95628

Ottomon Elementary School

9460 Ottomon Wy.

Orangevale

95662

Palisades (Golden Valley Charter)

9601 Lake Natoma Dr.

Orangevale

95662

Pasadena Elementary School

4330 Pasadena Av.

Sacramento

95821

Pasteur Middle School

8935 Elm Ave.

Orangevale

95662

Pershing Elementary School

9010 Pershing Ave.

Orangevale

95662

Ralph Richardson Center

4848 Cottage Wy.

Carmichael

95608

Rio Americano High School

4540 American River Dr.

Sacramento

95864

San Juan Central Enrollment Center

3700 Garfield Ave.

Carmichael

95608

San Juan Choices Charter

4425 Laurelwood Wy.

Sacramento

95864

San Juan High School

7551 Greenback Ln.

Citrus Heights

95610

Schweitzer Elementary School

4350 Glenridge Dr.

Carmichael

95608

Sierra Oaks Elementary School

171 Mills Rd.

Sacramento

95864

Skycrest Elementary School

5641 Mariposa Ave.

Citrus Heights

95610

Starr King K-8 School

4848 Cottage Wy

Carmichael

95608

Sunrise Tech Center

7322 Sunrise Blvd.

Citrus Heights

95610

Sylvan Middle School

7137 Auburn Blvd.

Citrus Heights

95610

Thomas Kelly Elementary School

6301 Moraga Dr.

Carmichael

95608

Trajan Elementary School

6601 Trajan Dr.

Orangevale

95662

Transportation

3050 Orange Grove Ave.

North Highlands

95660

Twin Lakes Elementary School

5515 Main Ave.

Orangevale

95662

Visions in Education

4800 Manzanita Ave.

Carmichael

95608

Visions in Education

4762 Manzanita Ave.

Carmichael

95608

White House Counseling Center

6147 Sutter Ave.

Carmichael

95608

Whitney Elementary School

4248 Whitney Ave.

Sacramento

95821

Will Rogers Middle School

4924 Dewey Dr.

Fair Oaks

95628

Winterstein (California Community Charter)

900 Morse Ave.

Sacramento

95864

San Juan Unified School District Deliver by 10:00 am February 24,2014

Page 14 of 39 Request for Proposal # 14-141 District Office Voice Communications System

Woodside Elementary School

San Juan Unified School District Deliver by 10:00 am February 24,2014

8248 Villa Oak Dr.

Citrus Heights

95610

Page 15 of 39 Request for Proposal # 14-141 District Office Voice Communications System

APPENDIX B San Juan Unified School District

Arcade Arden Arlington Barrett Bella Vista Cambridge Cameron Ranch Camp Winthers Carmichael Carnegie

Feeds Digital Analog Total From Stations stations Stations Centrex DO 9 39 48 3 DO 6 37 43 2 -5 29 34 12 DO 14 53 67 3 DO 26 138 164 7 -3 34 37 10 -5 30 35 11 -5 0 5 4 DO 3 79 82 12 DO 10 65 75 5

Carriage

Mesa

3

38

41

2

DO --DO ------

30 5 8 13 5 0 4 4 5

158 28 0 52 30 8 35 29 30

188 33 8 65 35 8 39 33 35

3 10 1 4 10 14 12 9 16

T1 1 1 0 1 1 0 0 0 0 1 shares Mesa T1 1 0 0 1 0 0 0 0 0

--

4

32

36

11

0

Avaya Merlin Magix

ES

DO ------DO DO

39 5 5 4 5 784 4 15 31

173 30 30 30 29 208 33 61 117

212 35 35 34 34 992 37 76 148

7 13 9 12 11 7 10 13 4

Avaya Prologix Avaya Merlin Magix Avaya Merlin Magix Avaya Merlin Legend Avaya Merlin Magix Avaya G3R v11 Avaya Merlin Magix Avaya S8400 Avaya Prologix

HS ES ES ES ES -ES MS HS

DO

20

1

21

0

shares FOA switch

MS

DO DO

52 75

190 14

242 89

26 8

1 0 0 0 0 42 0 1 1 shares FOA T1 1 1

Avaya Prologix Avaya S8400

HS MS

--

14

19

33

6

0

Avaya S8400

ES

--

5

39

44

18

0

Avaya Merlin Magix

ES

Site

Casa Roble Charles Peck Children’s Receiving Home Churchill Citrus Heights Coleman Cottage Cowan Coyle Creekside (Pathway to Choices Charter) Del Campo Del Dayo Del Paso Manor Deterding Dewey District Office Dyer-Kelly Edison El Camino El Sereno (@ Fair Oaks Annex) Encina Fair Oaks Annex General Davies, Jr. Primary Center Gold River

San Juan Unified School District Deliver by 10:00 am February 24,2014

Existing PBX model Avaya S8400 Avaya Merlin Magix Avaya Merlin Legend Avaya S8400 Avaya S8400 Avaya IP Office Avaya Merlin Legend Avaya Merlin Legend shares DO switch Avaya S8400

School Size MS MS ES MS HS ES ES ES ES MS

shares Mesa switch

ES

Avaya S8400 Avaya Merlin Legend Avaya Merlin Legend Avaya S8400 Avaya Merlin Magix Avaya Merlin Legend Avaya Merlin Legend Avaya Merlin Magix Avaya Merlin Legend

HS ES ES MS ES ES ES ES ES

Page 16 of 39 Request for Proposal # 14-141 District Office Voice Communications System

Grand Oaks Green Oaks Greer Howe Kenneth Kingswood La Entrada La Vista Laurel Ruff LeGette Lichen Littlejohn (California Montessori Project) Maintenance & Operations Mariemont Mariposa Marvin Marshall Mesa Verde Mira Loma Mission Northridge Oakview Orange Grove (Alta Charter) Orangevale (Golden Valley Charter) Orangevale Open (old Roberts) Ottomon Palisades (Golden Valley Charter) Pasadena Pasteur Pershing

---DO DO -DO -----

11 4 6 7 96 5 24 5 18 5 5

32 30 36 58 12 35 64 26 29 30 35

43 34 42 65 108 40 88 31 47 35 40

10 9 15 23 4 12 1 14 10 17 15

0 0 0 1 1 0 1 0 0 0 0

Avaya Merlin Legend Avaya Merlin Legend Avaya S8400 Avaya S8400 Avaya Prologix Avaya IP Office Avaya Merlin Magix Avaya IP Office Avaya S8300 Avaya Merlin Legend Avaya Merlin Magix

ES ES ES MS MS ES MS ES ES ES ES

--

6

30

36

3

0

Avaya Merlin Legend

ES

DO

34

59

93

2

shares DO switch

MS

--DO DO DO ----

5 4 51 48 31 5 5 4

29 33 50 156 134 23 30 32

34 37 101 204 165 28 35 36

12 14 8 16 5 8 10 11

shares DO T1s 0 0 1 3 1 0 0 0

Avaya Merlin Magix Avaya Merlin Legend Avaya S8400 Avaya Prologix Avaya Prologix Avaya Merlin Legend Avaya Merlin Magix Avaya Merlin Legend

ES ES HS HS HS ES ES ES

DO

26

20

46

4

1

Avaya Merlin Magix

MS

--

30

30

0

0

0

Avaya Merlin Legend

ES

--

6

26

32

16

0

Avaya Merlin Magix

ES

--

5

30

35

7

0

Avaya Merlin Legend

ES

--

4

30

34

9

0

Avaya Merlin Legend

ES

-DO --

5 16 5

28 64 30

33 80 35

11 2 10

DO

18

60

78

0

Rio Americano San Juan San Juan Central San Juan Choices Charter Schweitzer Sierra Oaks Skycrest Starr King Sunrise

DO DO DO DO ---DO DO

32 27 52 84 4 5 6 7 12

113 113 7 32 36 32 46 61 48

145 140 59 116 40 37 52 68 60

11 19 14 14 12 11 25 3 12

Avaya IP Office Avaya S8400 Avaya Merlin Legend shares Starr King switch Avaya Prologix Avaya Prologix Avaya S8300 Avaya Merlin Magix Avaya Merlin Legend Avaya Merlin Magix Avaya IP Office Avaya Prologix Avaya G3SI

ES MS ES

Ralph Richardson

0 1 0 shares Starr King T1 1 1 2 1 0 0 0 1 1

San Juan Unified School District Deliver by 10:00 am February 24,2014

Page 17 of 39 Request for Proposal # 14-141 District Office Voice Communications System

HS HS HS MS MS ES ES ES HS ES

Sylvan Thomas Kelly Trajan Transportation Twin Lakes Visions Visions (shopping center) White House Whitney Will Rogers Winterstein (California Community Charter) Woodside Totals -

DO --DO -DO -DO -DO

12 4 4 44 4 76 6 101 4 12

48 30 36 15 42 14 1 19 35 64

60 34 40 59 46 90 7 120 39 76

3 9 7 7 16 6 10 0 19 7

1 0 0 1 0 1 0 shares DO0T1s

DO

12

48

60

--

5 2154

32 4049

37 6223

San Juan Unified School District Deliver by 10:00 am February 24,2014

1

Avaya S8400 Avaya Merlin Legend Avaya Merlin Magix Avaya Prologix Avaya Merlin Magix Avaya S8400 Avaya Merlin Legend shares DO switch Avaya IP Office Avaya Merlin Magix

MS ES ES MS ES MS ES ES ES MS

12

1

Avaya G3SI

ES

12 825

0 70

Avaya Merlin Legend

ES

Page 18 of 39 Request for Proposal # 14-141 District Office Voice Communications System

APPENDIX C San Juan Unified School District No.

Action Item

1.0

System Features

1.1 1.2 1.3

Abbreviated Dialing - Internal Calls Automatic Number Identification (ANI) Call Forwarding- All Calls/Busy/No Answer/External Call/Internal Call/Override/Return/Variable/Off Premise/Self Directed/No Answer Call Park: Provides the attendant or a station user the ability to place a call on hold and then be picked up by any telephone system line dialing the appropriate code or by button activation. Conference Calling-Minimum 6-way/Meet-Me up to 20/Quote optional add-on features/Conference Barge/Impromptu Conference/Drop Last Conference Party Music On Hold Technical Capabilities

System Feature System Feature

Required Required

System Feature

Required

System Feature

Required

System Feature System Feature System Feature

Required Required

System Feature

Desired

System Feature System Feature

Desired Desired

System Feature System Feature

Desired Required

1.7.5

Integration with LDAP (included as an option) The District currently uses LDAP. Vendor shall provide the cost to automatically synchronize the data to and from District LDAP databases for system administration (e.g., voice system, voice mail, call accounting and directory console.) Integration with Active Directory/Open Directory. Provide pricing on additional features/functionalities the District may elect to purchase. Session Initiation Protocol (SIP) Trunk Option Provide SIP trunks as a substitute for ISDN trunks at the main campus and at various remote sites. Auto Echo Cancellation

System Feature System Feature

Required Required

1.8

VOIP

1.8.1 1.8.1.1

VOIP Transport Capabilities IP QoS

1.8.1.1.1

1.4

1.5

1.6 1.7 1.7.1 1.7.1.1

1.7.2 1.7.3 1.7.4 1.7.4.1

Feature Type

Description

System Feature

System Feature System Feature System Feature

Required Required

1.8.1.1.2

The voice system shall support IP networking features in accordance with the LAN design. The voice system shall support full QoS prioritization.

System Feature System Feature

Required Required

1.8.1.2

Network Layer 2

System Feature

1.8.1.2.1

The voice system (e.g., telephone switch and IP telephones) shall set, at a minimum, both the 802.1p (i.e.,QoS) and 802.1q (i.e., VLAN tagging) values. The voice system will support 10/100 and 10/100/1000 MB connections.

System Feature

Required

System Feature

Required

1.8.1.2.2

San Juan Unified School District Deliver by 10:00 am February 24,2014

Page 19 of 39 Request for Proposal # 14-141 District Office Voice Communications System

1.8.1.3

Network Layer 3

1.8.1.3.1

The voice system shall prioritize the L3 traffic, marking packet headers with QoS.

System Feature

1.8.1.4

Telephone Voice Quality:

System Feature

1.8.1.4.1 1.8.1.4.1.1

Underlying LAN infrastructure maximum jitter and delay Vendor provided components -90% load will not exceed 20ms between any two sites attached to the GigE LAN. Vendor provided components - maximum delay at 90% load will not exceed 50ms between any two sites attached to the GigE LAN. Perceived quality to users as measured by an MOS score no lower than 4.0 for 90% of the time. Vendor provided components -Maximum jitter at 90% load will not exceed 40ms between any two phones (Levied on the entire voice network, including switch). Vendor provided components - Maximum delay at 90% load should not exceed 150ms between two phones (Levied on the entire voice network, including switch). Automated Call-by-call Bandwidth Selection Admission Control on WAN Usage CODEC preference order

System Feature

1.8.1.4.1.2

1.8.1.4.1.3 1.8.1.4.1.4

1.8.1.4.1.5

1.8.1.4.1.6 1.8.1.4.1.7 1.8.1.4.1.8

1.8.2 1.8.3 1.8.3.1 1.8.3.2 1.8.3.3 1.8.3.4 1.8.3.5 1.8.3.6 1.8.3.7 1.8.3.8 1.8.3.9 1.8.3.10 1.8.4

System Feature

Automatic Phone Moves VoIP Monitoring Status of all trunking Status of all call routing components Integrated status of all locations Status of individual stations (IP / Analog) Call usage reporting WAN usage reporting IP quality statistics reporting Diagnostic events listing or reporting Real-time traffic status Status of all gateway ports Call Forward - All (off net and on net), busy, no answer, no bandwidth and not registered.

1.9

Use Industry Standards

1.9.1

The proposed system must use open system industry standards, including but not limited to H.323, 802.1p and 802.1q, 802.3af, MGCP, TAPI, TAPI 2.1 and JTAPI. The proposed system must use industry standards, including but not limited to AMIS-A, VPIM, LDAP and IMAP.

1.9.2

1.10 1.11

Reliability & Redundancy Monitoring & Diagnostics

1.11.1 1.11.2 1.11.3 1.11.4 1.11.5

Trunk Status Real-time Traffic Monitoring Status of Network Devices Status of All System Components Network Capacity

San Juan Unified School District Deliver by 10:00 am February 24,2014

Required

System Feature

Required

System Feature

Required

System Feature

Required

System Feature

Required

System Feature System Feature System Feature System Feature

Required Required Required Required

System Feature System Feature System Feature System Feature System Feature System Feature System Feature System Feature System Feature System Feature System Feature System Feature

Required Required Required Required Required Required Required Required Required Required Required Required

System Feature

Required

System Feature

System Feature

Required

System Feature

Required

System Feature System Feature

Required Required

System Feature System Feature System Feature System Feature System Feature

Required Required Required Required Required

Page 20 of 39 Request for Proposal # 14-141 District Office Voice Communications System

1.11.6 1.11.7 1.11.8 1.11.9

Network Inventory Network Trace Routes Location/Name/Extension of Phone Real-time Alerts

1.12

Telco Central Office (CO) Circuitry

1.12.1

Toll free line connection for inbound calling from intra/inter-lata and inter-state calling service T1/T3, PRI, SIP trunks, C.O. Lines, Centrex, 1MB and POTS lines. Direct inward dial numbers (DID) The proposed system shall provide interface for a minimum of forty-two (42) T1 point-to-point circuits required connecting remote facility and Common Carriers to HQ.

1.12.2 1.12.3 1.12.4

1.13

2.0 2.1

Flexible Line Appearance (assigned per line): Outside lines can be programmed to appear on any of the extension’s programmable keys.

System Hardware

System Feature System Feature System Feature System Feature

Required Required Required Desired

System Feature

Required

System Feature

Required

System Feature System Feature

Required Required

System Feature

Required

System Feature

Required

System Hardware

Music/Message on Hold access: Provides access to multiple customer-provided music/message sources with playback customer defined trunk or queue groups System Hardware Required 2.2 Paging System (access): Software feature access interface between the telephone system and the overhead paging system that permits a station user with the appropriate class of service to access the paging system from their telephone instrument. System Hardware Required 2.3 Remote Diagnostics: Service personnel can access the system via a modem and IP network connection, diagnose problems, and make changes in system database. System Hardware Required 2.4 Remote Maintenance: Service personnel can access the system via a modem and IP network connection, diagnose problems, and make changes in system database. System Hardware Required 2.5 Universal Card Slots: Trunks and Lines: Telephone system configuration is to be designed with universal card slots permitting trunk and line cards to be placed in any available position. System Hardware Required 2.6 T1/T3 Circuit Capabilities System Hardware 2.7 PRI, T-1 System Hardware Required 2.8 Tie Lines System Hardware Required 2.9 Centrex System Hardware Required San Juan Unified School District Page 21 of 39 Request for Proposal # 14-141 Deliver by 10:00 am February 24,2014 District Office Voice Communications System

2.10

SIP trunking

3.0

Station Hardware

Station Hardware

3.1

System must support:

Station Hardware

3.1.1 3.1.2 3.1.3 3.1.4 3.1.5

Analog telephones (2500 types) IP Telephones Proprietary Digital Phones Modems Fax Machines

3.2

ACD Station Requirements

3.2.1

ACD agent’s telephones shall be Large ML and shall be headset capable. ACD agent telephones shall have at a minimum the following keys: ACD Calls – presents incoming calls to the ACD queue/Station – system line appearance/Not Ready – agents are logged in but not taking calls/Wrap Up – removed from queue until the after call work is complete/Release – disconnects call and returns the agent to the queue

3.2.2

System Hardware

Station Hardware Station Hardware Station Hardware Station Hardware Station Hardware

System Software

4.1

Directory - System: Permits dial-by-name lookup and ability to publish a paper directory from it.

4.1.1

Directory - Personal

4.2 4.3

Telecommuting E911/Inform 911-Enhanced 911

4.3.1

The proposed system must provide E911 services to all telephone devices. E911 services must be configured to no less than 14 zones. The proposed System must provide components that accurately reports the physical location of the call and dynamically locates phones on the network for E911 purposes. This component also must provide automated notification (pager notification, call to predetermined number, and e-mail) of pertinent staff in the event that an E911 call is made. The Contractor is responsible for setup of the E911 service with local telecommunications provider’s data integrity unit. The Contractor must setup and test the E911 service. E911 Functionality Pass callback numbers for all instruments, DID and nonDID stations to the Public Safety Answering Points (PSAP)

4.3.3

4.3.4

4.3.5 4.3.6 4.3.6.1

San Juan Unified School District Deliver by 10:00 am February 24,2014

Required Required Required Required Required

Station Hardware

4.0

4.3.2

Required

Station Hardware

Required

Station Hardware

Required

System Software System Software

Desired

System Software

Desired

System Software System Software

Desired Desired

System Software

Desired

System Software

Desired

System Software

Desired

System Software System Software System Software

Desired Desired Desired

System Software

Desired

Page 22 of 39 Request for Proposal # 14-141 District Office Voice Communications System

4.3.6.2 4.3.6.3

4.3.6.4 4.3.6.5

4.3.7

Process both trunk access code plus 9-1-1 or 9-1-1 dialed numbers to the public network Prompt notification to multiple telephones/pagers/cell phones on-site of the station number that made the 9-11 call. Prompt notification to multiple telephones/pagers/cell phones of the station number that made the 9-1-1 call. Interface to public network ISDN PRI for the passing of Emergency Response Location to the PSAP Include functionality to save time and labor by automatically updating the Automatic Location Information (ALI) for the PSAP when necessary for an add/delete/change.

4.4

ACD

4.4.1 4.4.1.1

ACD General Requirements Allow agent assignments to various ACD groups ondemand as needed (i.e., via agent log-on or supervisory control) Allow partitioning based on organizational requirements. Each organizational partition must be equipped with full system functionality without interfering with other organization’s functionality. Include a minimum of 5 (five) music in queue interfaces with flexible configuration options to interface with one or multiple ACD groups. Include back up of the operating software to include upto-date moves and changes, automatically, manually, and by scheduling options. Include current software release(s), which must be at least six months in-use/production. Include future software releases made available at no cost during warranty period. Provide callers in queue with the option of leaving a voice mail message and/or custom routing. Provide non-blocking voice paths for simultaneous conversations to accommodate all calls being processed by the system. Integrate seamlessly with non-proprietary open systems computer telephony (CTI) applications (“screen pops”, etc.). System shall permit call forcing in which calls are automatically delivered to agents with an alert tone before the caller is connected. System shall permit Agents to login to any instruments using an agent ID. Reporting is done by Agent ID instead of telephone instrument. System shall permit the District to collect data on calls through input of a code to categorize the call by the agents during or immediately following a call (e.g., seeking information, applying student, returning student, media, vendor)

4.4.1.2

4.4.1.3

4.4.1.4

4.4.1.5 4.4.1.6 4.4.1.7 4.4.1.8

4.4.1.9

4.4.1.10

4.4.1.11

4.4.1.12

San Juan Unified School District Deliver by 10:00 am February 24,2014

System Software

Desired

System Software

Desired

System Software

Desired

System Software

Desired

System Software

Desired

System Software System Software

System Software

Required

System Software

Required

System Software

Desired

System Software

Required

System Software

Required

System Software

Required

System Software

Required

System Software

Required

System Software

Desired

System Software

Desired

System Software

Required

System Software

Desired

Page 23 of 39 Request for Proposal # 14-141 District Office Voice Communications System

4.4.1.13 4.4.1.14 4.4.1.15 4.4.1.16

4.4.1.17

4.4.1.18

4.4.1.19

4.4.1.20 4.4.1.21

4.4.2 4.4.2.1

4.4.2.2 4.4.2.3

4.4.2.4 4.4.2.5 4.4.2.6

4.4.2.7 4.4.2.8 4.4.2.9

System shall provide means to shut off ACD operation and revert back to regular use of the telephone stations

System Software

Required

System with night treatment to close down the queues at the end of a business day.

System Software

Desired

System Software

Desired

System Software

Required

System Software

Required

System Software

Desired

System Software

Desired

System Software

Required

System Software System Software

Desired Required

System Software

Required

System Software

Desired

System Software

Required

System Software

Required

System Software

Required

System Software

Required

System Software

Required

Must be equipped for up to twenty ACD supervisor positions active simultaneously.

System Software

Required

Must allow on demand, easy recording and implementation of announcement changes.

System Software

Required

Ability for supervisor to be able to take over an in progress agent call if the supervisor senses a need. Announcement flexibility to allow supervisor to change announcement to alternate message and record a new message for immediate or later use. ACD supervisors shall have real time status display and agent observation (i.e. real time audio listening to the agent on calls). Agents need to have access through a display advising them of the number of calls waiting and the longest wait time. Supervisors shall have administration feature to be able to cause display of agent’s own performance statistics to be displayed on the agent’s PC monitor or display phone. The system shall be easily administered with overflow and interflow between ACD groups Standard and supervisor customizable summary and detail reports covering trunks, ACD Groups, ACD agents including but not limited to calls received, calls answered, calls abandoned, average speed of answer, average time to abandon, average hold, average talk, and average wrap. Includes vendor assistance in report design to incorporate best practices for contact center management. Vendor shall provide sample reports. ACD Groups Queue configurations must provide a minimum of 5 queue announcements per group with customized sequencing in addition to music in queue. Queue configurations must provide wait-time and callers-in-queue announcements. Must include ACD announcements on a per group basis for: closed queue; night service; controlled overflow/emergency. Must accommodate up to 50 (fifty) ACD agents in a single group. Maximum queue sizes must be flexible from 1-50 (one to fifty) and allow for on-demand changes. Must be equipped for multiple groups (equipped with five, expandable to twenty) that allow overflow from group to group. Must be equipped for up to two hundred fifty ACD agent positions to be logged on simultaneously.

San Juan Unified School District Deliver by 10:00 am February 24,2014

Page 24 of 39 Request for Proposal # 14-141 District Office Voice Communications System

4.4.2.10

4.4.3.6

Must have messaging (e.g., queue information) to phones, desktops and external wallboards. Must have seamless integration with system. ACD Agent Station Hardware & Software The system must provide full functionality for remote agents and/or satellite offices. The system agent hardware/software must work on standard Ethernet port with built-in switch to connect agent desktop. The system agent hardware/software must integrate with a global/system directory that is common to the system. The agent desktop interface must be available to manage and process agent incoming/outgoing contacts. The agent hardware/software must include features listed in section 114.1.2 “End User Device Requirements”. ACD Features

4.4.3.6.1 4.4.3.6.2 4.4.3.6.2 4.4.3.6.3 4.4.3.6.3 4.4.3.6.4 4.4.3.6.4 4.4.3.6.5 4.4.3.6.5

Auto answer with headset tone alert and intercom Available/Unavailable (Not Ready) Force off Agent if call unanswered Log on/log off Qualification/Line of Business coding Supervisor Alert/Help & Conference View “Real Time” Basic Queue Statistics (phone or desktop) Personal Identification Number (PIN) Access Wrap Up Timer – Flexible

4.4.4 4.4.4.1

4.4.4.2

ACD Supervisor Station Software The supervisor hardware/software must include features listed in section 114.1.2 “End User Device Requirements”, ACD Features listed in section 106.3. ACD Supervisor Features

4.4.4.2.1 4.4.4.2.2 4.4.4.2.3 4.4.4.2.4

Observe agent/silent monitoring. Join call/Barge in. Emergency announcement activation. Night service activation.

4.4.5 4.4.5.1

ACDMIS & Reporting Software The ACDMIS & Reporting Software Requirements

4.4.5.1.1 4.4.5.1.2

Be accessible via LAN Be equipped to monitor multiple ACD groups simultaneously Be equipped to monitor/view queue and agent activity simultaneously. Be equipped with thirty-five supervisor monitor positions (licenses). Have a GUI. Have real time monitoring with graphical color-coded displays. Have seamless integration with ACD system (as proposed in this estimate). Include configuration control with labor management tool.

4.4.2.11 4.4.3 4.4.3.1 4.4.3.2

4.4.3.3

4.4.3.4 4.4.3.5

4.4.5.1.3 4.4.5.1.4 4.4.5.1.5 4.4.5.1.6 4.4.5.1.7 4.4.5.1.8

San Juan Unified School District Deliver by 10:00 am February 24,2014

System Software System Software System Software

Desired Required Required

System Software

Desired

System Software

Required

System Software

Required

System Software

Required

System Software System Software

Required

System Software System Software System Software System Software System Software System Software System Software System Software System Software

Desired Required Desired Required Desired Desired Desired Desired Required

System Software

System Software System Software

Desired Desired

System Software System Software System Software System Software

Desired Desired Desired Desired

System Software System Software

Desired Desired

System Software

Desired

System Software

Desired

System Software

Desired

System Software System Software

Desired Desired

System Software

Desired

System Software System Software

Required Desired

Page 25 of 39 Request for Proposal # 14-141 District Office Voice Communications System

4.4.5.1.9

Include alarm code settings with variable thresholds.

System Software

Desired

4.4.5.2

Call Reporting Software Functionality

System Software

Required

4.4.5.2.1

The system ACDMIS must provide IVR statistics separately from ACD statistics although each must use the same reporting package. The system ACDMIS must be equipped with a comprehensive reports package including historical reporting (minimum three years storage) and archiving capabilities. The system ACDMIS reports must be exportable to word processing, spreadsheet, and/or database applications (e.g. Microsoft Office). The system ACDMIS must be equipped to produce reports based on organizational partitions, as defined by the system configuration/design. Each organizational partition must allow for assignment of non-restrictive three (3) digit qualification codes The system ACDMIS system must include Replay Mode, which can be used to preselect a day of historical ACD queue and agent activity using the real-time display screen. Options must be available to speed and freeze the replay based on defined thresholds to view past activity. The system ACDMIS system must include forecasting and staffing/scheduling calculators.

System Software

Required

System Software

Desired

System Software

Required

System Software

Required

System Software

Desired

System Software

Desired

System Software

Desired

System Software

Desired

4.4.5.2.2

4.4.5.2.3

4.4.5.2.4

4.4.5.2.5 4.4.5.2.6

4.4.5.2.7

5.0

Call Accounting

5.1

Functionality

5.1.1

Vendor shall provide the following call accounting functionality for the main and remote campuses served by the District’s telecommunications system. Minimum number and size of call records and archive duration TBD. Call Accounting Requirements Record information about telephone calls, organize that information and upon request, generate reports (printed, electronic, email and web). Store, organize, cost, and report information about inbound and outbound calls. Costing of call records shall be based on Vendor provided rate tables and user provided pricing and shall be within 10% of actual provider cost. Standard and user-defined custom reports shall be schedulable. Queries shall be possible using individual parameters or ranges and with Boolean operators. Records shall include date, time, call duration, cost, trunk, organization, cost center, department account cost, called number for outbound, internal station number, and CLID if available from the PSTN. If the call has been transferred internally, data also shall be recorded for each segment of the call. The system shall be LAN accessible and have a GUI interface.

5.1.2 5.1.3 5.1.3.1

5.1.3.2 5.1.3.3

5.1.3.4

5.1.3.5

5.1.3.6

San Juan Unified School District Deliver by 10:00 am February 24,2014

Desired

System Software

Required

System Software System Software

Required Desired

System Software

Required

System Software

Required

System Software

Required

System Software

Required

System Software

Required

System Software

Required

Page 26 of 39 Request for Proposal # 14-141 District Office Voice Communications System

5.1.3.7 5.1.3.8 5.1.3.9

5.1.3.10 5.1.3.11 5.1.3.12

Rate Tables, and User Data Base shall be easily administered. Record Malicious call trace marking and print record immediately. Ability to export CDR in standard data file format. As a minimum, export using comma-separated values (CSV) shall be provided. The system shall maintain trunk utilization records. Reports on IP and PSTN trunks, local and long distance, and individual usage shall be provided. Call Accounting database automatically stays in synch with voice system, limiting the number of databases to be maintained.

System Software

Required

System Software

Required

System Software System Software

Required Required

System Software

Required

System Software

Desired

5.2

Reporting

5.2.1

Standard and customized system management reports (e.g., inbound/outbound call activity, numbers dialed, call duration, date/time, etc)

Station Software

Required

Standard and customized individual phone device reports (e.g., inbound/outbound call activity, numbers dialed, call duration, date/time, etc)

Station Software

Required

Station Software Station Software Station Software

Required Required Required

Station Software Station Software

Required Required

Station Software

Required

5.2.2

5.2.3 5.2.4 5.2.5 5.2.6 5.2.7 5.2.8

Number of call records per day (minimum 200,000 per day over a 45 days period). Group reports (e.g. trunk group and hunt group) Report scheduling Incremental report periods (e.g., hour, day, week, month) Partitioned reports based upon organizational needs Reports exportable to word processing, spreadsheet, database, and reporting applications/programs (e.g., MS Office programs and Crystal Reports)

6.0

Station Software

6.1

Softphones

6.1.1

Software that provides users telephony functions over IP on a desktop PC or notebook computer, both Microsoft and Macintosh based. Mobile workers should be able to make and receive calls under their District identity by dialing into the District’s voice system. The District will be running Parallels, VMware or other software on the Macintoshes Include password protections. System must provide phone emulation software that will work with the system and that has full functionality on any Microsoft Windows NT/2K/XP/Vista/7/8 or Macintosh based workstation. End user device emulation software must function anywhere that has access to the network (e.g. field

6.1.2

6.1.3 6.1.4 6.1.5

San Juan Unified School District Deliver by 10:00 am February 24,2014

Station Software Station Software Station Software

Desired

Station Software

Desired

Station Software Station Software

Desired Desired

Station Hardware

Required

Page 27 of 39 Request for Proposal # 14-141 District Office Voice Communications System

office, home office, etc.).

7.0

Operations Support

Support

7.1

Training

Support

7.1.1 7.1.1.1

User Training The Vendor shall provide training sessions for a total of 300 (three hundred) District personnel, with additional training provided for those serving in attendant, call center and Customer System Administrator capacities. Training classes for telephone-using personnel shall be conducted according to the type of telephone instrument they are assigned or job function they perform. User training is to cover telephone features, voice messaging features, and telephone and voice messaging courtesy. All classes shall be conducted with at least 12 “live” instruments programmed as they will be used by the District. The Vendor must commit sufficient training staff to complete all user training in the week prior to cutover. End-User training on District premises, tailored specifically to the District's particular requirement (e.g., console operator, secretary and professional)

Support

Required

Support

Required

Support

Required

Support

Required

Support

Required

7.2

System Administrator Training

Support

7.2.1

Before the system cutover, the Vendor shall provide training for 3 (three) telecom personnel to handle moves, adds and changes and all Administrative functions. Training shall cover hardware and software for all system components, peripherals, and third party applications. Online training is not acceptable. Training must be hands-on, classroom based using real equipment. Training certification topic requirements Voice system and IP telephones E911 (if equipped) Emergency Notification Call Center Customer System Administration Call Accounting (if equipped) Instant Messaging (if equipped) Remote Worker/Softphone Conferencing A training program and training materials for designated District personnel who will train future employees.

7.1.1.2

7.1.1.3

7.1.1.4

7.2.2 7.2.2.1 7.2.2.2 7.2.2.3 7.2.2.4 7.2.2.5 7.2.2.6 7.2.2.7 7.2.2.8 7.2.2.9 7.2.2.10

Support Support Support Support Support Support Support Support Support Support Support

Required Required Required Required Required Required Required Required Required Required Required

Support

Required

7.3 Maintenance & Warranty Services Support San Juan Unified School District Page 28 of 39 Request for Proposal # 14-141 Deliver by 10:00 am February 24,2014 District Office Voice Communications System

7.3.1

7.3.2

7.3.3

7.3.4

7.3.5

7.3.6

As part of the first year warranty, the Vendor shall provide 24-hour remote monitoring and diagnosis of all alarms, remote maintenance or dispatching on-site technicians, and take responsibility for handling of all alarms through resolution satisfactory to the District. The District will work with the vendors to clarify questions of District’s need to maintain security and the extent of the vendor’s access to the network. Response time for a major malfunction (i.e., malfunction of 20% of stations, 20% of trunks, attendant console or critical station as designated by the District) shall be no more than two hours for a remote response and four hours for an on-site response. Response time for a minor malfunction (i.e., any malfunction other than a major malfunction) shall be no more than 24 business hours. Vendor shall include in their proposal a copy of maintenance agreement and description of how they will meet the requirements for the District. Two Year Warranty - The telephone system and all associated equipment must be warranted by the bidder and manufacturer to be free of defects in equipment, software and workmanship for a period of at least two years following system cutover. Defective Parts - During the warranty period and any subsequent maintenance agreement, any defective components shall be repaired or replaced at no cost to the District. All system maintenance during the warranty period and under the maintenance agreements shall be performed by the successful bidding organization at no additional cost to the District other than those charges stipulated to maintain the warranty.

Support

Required

Support

Required

Support

Required

Support

Required

Support

Required

Support

Required

7.4

Maintenance Agreement Options

7.4.1 7.4.1.1

Annual Maintenance - Inclusive Vendor shall provide the option of annual maintenance as well as providing all hardware, software and labor for major and minor upgrades to any and all components and applications bought by the District under this procurement.

Support

Required

Support

Required

7.4.2

Annual Maintenance - Limited

Support

Required

7.4.2.1

Vendor shall provide the option of annual maintenance as well as providing all hardware, software for major and minor upgrades to any and all components and applications bought by the District under this procurement with the exception for the installation labor for major and minor upgrades (i.e., major feature improvements) would be separated quoted and reviewed and approved by the District.

Support

Required

7.5

Software Upgrades

San Juan Unified School District Deliver by 10:00 am February 24,2014

Support

Support

Page 29 of 39 Request for Proposal # 14-141 District Office Voice Communications System

7.5.1

7.5.2 7.5.3 7.5.3.1 7.5.3.2 7.5.3.3 7.5.3.4 7.5.3.5 7.5.3.6 7.5.3.7 7.5.3.8 7.5.3.9 7.5.3.10

Vendors responding to RFP shall verify that they will provide software and firmware upgrades, patches, and bug fixes free of charge during the two year warranty period and under subsequent annual maintenance agreements. Vendor labor cost for patches and bug fixes shall be included in the warranty or maintenance agreement. Vendor labor cost for upgrade installation will be separately estimated on a case by case basis for advance review and approval by the District. All software upgrades shall be made available to the District within 15 days of the release date. Software upgrades shall include all systems and applications. Software upgrades required for inclusion: Voice system and IP telephones E911 (if equipped) Emergency Notification Call Center Customer System Administration Call Accounting (if equipped) Instant Messaging (if equipped) Remote Worker/Softphone Conferencing Any other application(s) purchased

San Juan Unified School District Deliver by 10:00 am February 24,2014

Support

Required

Support Support Support Support Support Support Support Support Support Support Support Support

Required Required Required Required Required Required Required Desired Required Required Required Required

Page 30 of 39 Request for Proposal # 14-141 District Office Voice Communications System

San Juan Unified School District BIDDER NAME: _________________________ Equipment Option 1 – Avaya G450 New Equipment Only (Listed or Equivalent) PRODUCT CODE

DESCRIPTION

QTY

185446

AVAYA COMMUNICATIONS SOLUTION

183443

CM S87XX MODEL

1

227273

SAL POLICY SRVR LIC R1.5 DWNLD

1

259401

MEDIA ENCRYPTION R6+/MBT

1

266522

R6 LARGE ENT DUPLX SOLUTION TRACKING

1

268680

AURA FOUNDATION SUITE R6 NEW SW LIC

269360

FND SUITE R6 MGMT SITE ADMIN LIC /E

1

269362

FND SUITE R6 SYSTEM MANAGER LIC /E

1

269363

FOUNDATION SUITE R6SM SIPCONN LIC /E

604

269390

FND SUITE UCE R6 ONE-X COMMR6 LIC /E

604

269405

FOUNDATION SUITE R6 PS R6 LIC /E

604

269406

FND SUITE R6 PS SFTW DWNLD R6 LIC /E

269422

FND SUITE R6 ONE-XC VIDEO R6 LIC /E

604

270052

FOUNDATION SUITE R6 CMM R6 LIC /E

604

271180

FND SUITE FLARE EXP WINR1 CM6 LIC /E

604

271181

FND SUITE 1XC MAC OS R1 LIC /E

604

272782

FND SUITE R6 ACE BASE LINUX R6 /E

272783

FND SUITE R6 CA DCE ENBL R6 /E

604

272785

FND SUITE R6 CA OFFCE LYNC R6 /E

604

272789

FND SUITE R6 ACE NAMED ROYALTY TRACK

604

272790

FND SUITE R6 ACE API R6 /E

604

273122

SAL STDALN GATEWAY LIC R2 DWNLD

1

303518

DL360PG8 SRVR CM SMPLX AND MID DPLX

2

303566

DL360PG8 SERVER SYSTEM MANAGER

2

303564

DL360PG8 SERVER SESSION MANAGER

2

1

1

9

700459456

G450 MP80 W/POWER SUPPLY NON-GSA

14

700459498

G450 POWER SUPPLY

14

700466626

MM711 ANLG MEDIA MODULE - NON GSA

2

700466634

MM710B E1/T1 MEDIA MODULE - NON GSA

42

700466642

MM716 ANLG MEDIA MOD 24FXS - NON GSA

9

700501368

G450 160 CHANNEL DSP DAUGHTER BOARD

14

700395445

120A CSU CABLE 50FT RHS

42

700480585

IP PHONE 9608

312

San Juan Unified School District Deliver by 10:00 am February 24,2014

Total Cost

604

CABLE ASSY B25A 25FT RHS

700406416

Unit Cost

Page 31 of 39 Request for Proposal # 14-141 District Office Voice Communications System

700480601

IP PHONE 9621G

30

700480627

IP PHONE 9641G

30

264180

DL360G7 SRVR AA MSG STD STRG

2

264182

DL360G7 SRVR AA MSG HI-CAP STRG

2

269750

MSG R6.X 1 SEAT SURV NEW

273122

SAL STDALN GATEWAY LIC R2 DWNLD

6500

Total Cost of Proposed System

San Juan Unified School District Deliver by 10:00 am February 24,2014

1

Sub Total Tax 8.00% Cost with Tax Total

Page 32 of 39 Request for Proposal # 14-141 District Office Voice Communications System

San Juan Unified School District BIDDER NAME: _________________________ Equipment Option 2 – Avaya G450 New/Refurbished Equipment (Listed or Equivalent) PRODUCT CODE

DESCRIPTION

QTY

185446

AVAYA COMMUNICATIONS SOLUTION

183443

CM S87XX MODEL

1

227273

SAL POLICY SRVR LIC R1.5 DWNLD

1

259401

MEDIA ENCRYPTION R6+/MBT

1

266522

R6 LARGE ENT DUPLX SOLUTION TRACKING

1

268680

AURA FOUNDATION SUITE R6 NEW SW LIC

269360

FND SUITE R6 MGMT SITE ADMIN LIC /E

1

269362

FND SUITE R6 SYSTEM MANAGER LIC /E

1

269363

FOUNDATION SUITE R6SM SIPCONN LIC /E

604

269390

FND SUITE UCE R6 ONE-X COMMR6 LIC /E

604

269405

FOUNDATION SUITE R6 PS R6 LIC /E

604

269406

FND SUITE R6 PS SFTW DWNLD R6 LIC /E

269422

FND SUITE R6 ONE-XC VIDEO R6 LIC /E

604

270052

FOUNDATION SUITE R6 CMM R6 LIC /E

604

271180

FND SUITE FLARE EXP WINR1 CM6 LIC /E

604

271181

FND SUITE 1XC MAC OS R1 LIC /E

604

272782

FND SUITE R6 ACE BASE LINUX R6 /E

272783

FND SUITE R6 CA DCE ENBL R6 /E

604

272785

FND SUITE R6 CA OFFCE LYNC R6 /E

604

272789

FND SUITE R6 ACE NAMED ROYALTY TRACK

604

272790

FND SUITE R6 ACE API R6 /E

604

273122

SAL STDALN GATEWAY LIC R2 DWNLD

1

303518

DL360PG8 SRVR CM SMPLX AND MID DPLX

2

303566

DL360PG8 SERVER SYSTEM MANAGER

2

303564

DL360PG8 SERVER SESSION MANAGER

2

1

1

9

700459456

G450 MP80 W/POWER SUPPLY NON-GSA

14

700459498

G450 POWER SUPPLY

14

700466626

MM711 ANLG MEDIA MODULE - NON GSA

2

700466634

MM710B E1/T1 MEDIA MODULE - NON GSA

42

700466642

MM716 ANLG MEDIA MOD 24FXS - NON GSA

9

700501368

G450 160 CHANNEL DSP DAUGHTER BOARD

14

700395445

120A CSU CABLE 50FT RHS

42

700480585

IP PHONE 9608

312

San Juan Unified School District Deliver by 10:00 am February 24,2014

Total Cost

604

CABLE ASSY B25A 25FT RHS

700406416

Unit Cost

Page 33 of 39 Request for Proposal # 14-141 District Office Voice Communications System

700480601

IP PHONE 9621G

30

700480627

IP PHONE 9641G

30

264180

DL360G7 SRVR AA MSG STD STRG

2

264182

DL360G7 SRVR AA MSG HI-CAP STRG

2

269750

MSG R6.X 1 SEAT SURV NEW

273122

SAL STDALN GATEWAY LIC R2 DWNLD

6500

Total Cost of Proposed System

San Juan Unified School District Deliver by 10:00 am February 24,2014

1

Sub Total Tax 8.00% Cost with Tax Total

Page 34 of 39 Request for Proposal # 14-141 District Office Voice Communications System

San Juan Unified School District BIDDER NAME: _________________________ Equipment Option 3 – Avaya Modular Messaging Voicemail System - New Equipment Only (Listed or Equivalent) PRODUCT CODE

DESCRIPTION

QTY

184048

MM MODEL

244923

MSG R6.X AV STORE SEAT TRACKING

6500

244929

MSG R6.X 1 SEAT MAINSTRM NEW

6500

244936

MSG R6.X APPLICATION PLUS STORAGE

Unit Cost

Total Cost

1

1

Sub Total Tax 8.00% Cost with Tax Total Cost of Proposed System

San Juan Unified School District Deliver by 10:00 am February 24,2014

Total

Page 35 of 39 Request for Proposal # 14-141 District Office Voice Communications System

Recurring Support Costs Item no.

Qty

Part Number

1.

1

SUPPORT YEAR 1

2.

1

SUPPORT YEAR 2

3.

1

SUPPORT YEAR 3

4.

1

SUPPORT YEAR 4

Description

Unit Cost

Total Cost

TAX 8.00%

N/A

Total

San Juan Unified School District Deliver by 10:00 am February 24,2014

Page 36 of 39 Request for Proposal # 14-141 District Office Voice Communications System

San Juan Unified School District Technology Services Department 3738 Walnut Avenue, Carmichael, California 95608 P.O. Box 477, Carmichael, California 95609-0477 Telephone (916) 971-7808; FAX (916) 971-7388 _______________________________________________________________ Kent Kern, Acting Superintendent of Schools Carl Fahle, Senior Director, Technology

Letter of Agreement San Juan Unified School District and _____________________________________ (Name of Company) Pursuant to the terms of San Juan Unified School District’s RFP # 14-141 for District Office Voice Communications System (Name of Company) ______________________________’s response to RFP # 14-141 dated (mm/dd/yyyy) ______________________, (Name of Company) _________________________________________ will provide the equipment and services per RFP # 14-141 effective the date of issuance of San Juan Unified School District Purchase Order(s). (Name of Company) ____________________________________ and San Juan Unified School District acknowledge that this agreement is for eligible products and services, which are contingent on funding by the San Juan Unified School District and San Juan Unified School District’s Board of Education approval. The San Juan Unified School District’s (District) reserves the right to terminate the referenced Request for Proposal (RFP) and all documents associated with the Request for Proposal, including but not limited to this Letter of Agreement, in its sole discretion at any time, with or without cause, upon written notice to the other party. In the event of termination, notice shall be deemed served on the date of mailing and shall be effective immediately. The District shall not be responsible for any costs to Bidder prior to termination.

San Juan Unified School District _____________________________ Authorized Representative Signature Date: ______________

_____________________________ (Name of Company) _____________________________ Authorized Representative Signature Date: _________________________

Name: Carl Fahle Title: Senior Director Technology Services Address: 3738 Walnut Ave. Carmichael, CA 95608 Email: [email protected]________ Phone: (916) 971-7808 ______

Name: ______________________ Title: ______________________ Address: ______________________ ______________________ Email: _______________________ Phone: ______________________

San Juan Unified School District Deliver by 10:00 am February 24,2014

Page 37 of 39 Request for Proposal # 14-141 District Office Voice Communications System

SUBMITTAL PAGE: Please submit this page with your RFP

RFP # 14-141

(To be executed by Bidder and submitted with RFP # 14-141) State of California)) Ss. County of) I, ______________________________________being first duly sworn, deposes and says that he/she is ___________________________of ____________________________ the party making the attached Bid; that the Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or a 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 colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or that anyone shall refrain from submitting a Bid; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the Bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the Bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her Bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, Bid depository, or to any member or agent thereof to effectuate a collusive or sham Bid. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this ________ day of _______________________, 201_____ at _________________________________, California. Signature of Bidder ____________________________________________________________ Print Name and Title ___________________________________________________________ Subscribed and sworn to before me this _______day of ______________________, 201_____ ____________________________________________________________________________ Notary Public In and for said County and State

Affix notary seal here

San Juan Unified School District Deliver by 10:00 am February 24,2014

Page 38 of 39 Request for Proposal # 14-141 District Office Voice Communications System

SUBMITTAL PAGE: Please submit this page with your RFP

RFP # 14-141

San Juan Unified School District 5133 Engle Road Carmichael, California 95608 Re: RFP No. 14-141 To: Superintendent and Members of the Board of Education The undersigned, doing business under the full and complete legal firm name as set forth below, having examined the Notice to Bidders, Bid Instructions, Scope of Work & Requirements, General Conditions, Agreement and all other documents forming a part of the RFP package for the above-referenced RFP, hereby proposes to perform the Agreement, including all of its component parts, and to furnish all materials called by them for the entire order for the prices set forth in the documents contained in said RFP package. The entire RFP Package is submitted, together with this RFP Proposal Form. Name of Company: _____________________________________________________________ Legal Status (i.e., sole proprietorship, partnership, corporation): __________________________ Tax I.D. Number (Sole Proprietorship Only): _________________________________________ Address:

________________________________________________________________ ________________________________________________________________ ________________________________________________________________

Authorized Representative:

___________________________________________________ Signature ___________________________________________________ Name (Print or Type) ___________________________________________________ Title ___________________________________________________ Date (_________)_________________________________________ Phone (_________)_________________________________________ Fax ___________________________________________________

San Juan Unified School District Deliver by 10:00 am February 24,2014

Page 39 of 39 Request for Proposal # 14-141 District Office Voice Communications System