RFP Document - Beaverton School District

REQUEST FOR PROPOSALS
Solicitation No: RFP 14-0001
For the Provision of
High Capacity Data Circuit
and/or Leased Dark Fiber
RFP Closing (Due Date & Time)
March 7, 2014 at 3:00 PM
Issued by
Beaverton School District
16550 SW Merlo Road
Beaverton, Oregon 97006
January 29th, 2014
SECTION I – INSTRUCTIONS: GENERAL PROVISIONS
Solicitation No: RFP 14-0001
High Capacity Data Circuit and/or Leased Dark Fiber
Beaverton School District
Purchasing Department
16550 SW Merlo Road, Beaverton, OR 97006
Phone: 503-591-4379 Fax: 503-591-4139
The purpose of this Request for Proposals (Solicitation) is to obtain competitive Offers from qualified Firms
(Proposers) interested in the provision of for High Capacity Data Circuit and/or Leased Dark Fiber on an as
needed basis.
There will not be a pre-proposal conference for this solicitation.
Proposers must submit an Offer pursuant to the provisions of this Solicitation to the Purchasing Manager, or
designee, at 16550 SW Merlo Road Beaverton Oregon 97006 PRIOR to:
SOLICITATION DUE DATE AND TIME (CLOSING)
March 7, 2014 at 3:00 PM
Offers will be opened and recorded. The number of Offers received, the identity of Proposers, or the contents of
any Offer will not be disclosed to the public until all Offers have been evaluated, negotiations completed if
required, and a recommendation for Award has been published.
Proposers are solely responsible for ensuring that the Agencies receive its Offer. Late Offers will not be
accepted.
Questions and comments regarding this solicitation must be in writing and directed only to the Beaverton School
District Purchasing Manager via email to [email protected], or by FAX 503-591-4139.
OFFERS SHALL BE PURSUANT TO THE PROVISIONS OF THIS SOLICITATION
THE AGENCIES MAY REJECT ANY OFFER NOT IN COMPLIANCE WITH ALL PRESCRIBED REQUIREMENTS
SECTION I – INSTRUCTIONS: GENERAL PROVISIONS
Solicitation No: RFP 14-0001
High Capacity Data Circuit and/or Leased Dark Fiber
1.
INTRODUCTION. This solicitation is issued pursuant to the Oregon Attorney General Model Rules and
Beaverton School District Public Contracting Rules (Rules). The term " Agencies" or “District” throughout this
Solicitation means the NW Region Information Technology Consortium. The term Proposer means the
Person or Firm that submits an Offer in response to this Solicitation. The term Provider or Contractor means
the Proposer(s) awarded a Contract as a result of this Solicitation
2.
SOLICITATION REVIEW. Proposers must carefully review this Solicitation document and are responsible for
knowing and understanding the terms and conditions. Unless defects, ambiguities, omissions, or errors are
brought to the Agencies attention in writing by noon March 3, 2014 protests or appeals based on such
defects, ambiguities, omissions, or errors received after issuance of the Notice of Intent to Award (NIA) may
not be favorably considered
3.
OFFER. Pursuant to OAR 137-47-0310, a Proposer’s submission in response to this Solicitation is an offer to
enter into a Contract. By Signing and returning the Offer, the Proposer acknowledges it has read, understands
and agrees to be bound by the terms and conditions herein. The Offer is a "firm offer," and must be held open
by the Proposer for the Agencies acceptance for sixty (60) days. The Agencies Award of a Contract
constitutes acceptance of the Offer and binds a Provider to the Contract. The Proposer must not make its
Offer contingent upon the Agencies acceptance of any terms or conditions (including Specifications) other
than those contained in this Solicitation.
4.
JOINT COOPERATIVE PROCUREMENT. Pursuant to OAR 137-46-0440, this Solicitation is a Joint
Cooperative Procurement.
a. The following local government agencies have formed the NW Region Information Technology
Consortium : Hillsboro School Agencies, Forest Grove School Agencies, Tigard-Tualitin School Agencies,
NW Regional ESD, Banks School Agencies, Gaston School Agencies, and Beaverton School District
(acting as the Administering Contracting Agency)
b. Agencies specifically named in this solicitation may utilize a Joint Cooperative Contract pursuant to ORS
279A.215. Generally:
i. Named Agencies may establish a Contract with the Provider to purchase the Goods and Services
awarded by this Solicitation;
ii. Named Agencies may not Materially Change or alter the terms, conditions, and prices from the
Master Contract issued to the Provider.
c. Pursuant to OAR 137-46-0480 the Agencies may make amendments to a Cooperative Contract.
5.
OFFER PREPARATION. Pursuant to OAR 137-47-0400, failure to submit Offers in accordance with the
provisions of this Solicitation shall be grounds to declare the Offer as non-Responsive. Proposers must:
a. Submit a completed Proposal (an Offer in accordance with Section II).
b. Provide the Agencies with all required or requested documents and descriptive literature;
c. Initial any corrections or erasures to their Offer;
d. Identify (on the Offer Cover sheet) whether the Proposer is/is not a "resident Proposer," as defined in
ORS 279A.120(1);
e. Provide (on the Offer Cover sheet) certification of nondiscrimination in obtaining any required
subcontractors in accordance with ORS 279A.110(4); and
f. Provide (on the Offer Cover sheet) Written acknowledgment of receipt of all Addenda.
6.
OFFER SUBMISSION. Pursuant to OAR 137-47-0410:
a. To ensure proper identification and handling, Offers must be submitted in a sealed envelope marked with
the Proposers name and address and the solicitation number in large block numbers.
b. Offers must be mailed or hand delivered to 16550 SW Merlo Road, Beaverton, OR 97006. Facsimile
Offers will not be accepted.
c. The Agencies is not responsible for Offers submitted in any manner, format or to any delivery point other
than as required.
d. Proposers are solely responsible for ensuring that the Agencies receives their Offer at the required
delivery point prior to Closing.
SECTION I – INSTRUCTIONS: GENERAL PROVISIONS
Solicitation No: RFP 14-0001
High Capacity Data Circuit and/or Leased Dark Fiber
7.
ADDENDA. Pursuant to OAR 137-47-0430:
a. The Agencies may change this Solicitation only by Written Addenda.
b. Proposers must provide Written acknowledgment of receipt of any Addenda on the provided Offer Cover.
c. The Agencies shall issue Addenda by posting/publication on ORPIN (https://orpin.oregon.gov/).
d. Proposers are responsible to make inquiry as to any addenda issued by checking ORPIN
(https://orpin.oregon.gov/).
e. At its discretion, the Agencies may extend the Closing to allow Proposers time to analyze and adjust to
changes.
8.
MODIFICATION OR WITHDRAWAL. Pursuant to OAR 137-47-0440: a Proposer may modify or withdraw its
Offer in Writing only prior to Closing. Modification or withdrawal must be marked and delivered as described
in OFFER SUBMISSION above. A Proposer may also deliver its modification or withdrawal in person or by
Fax at 503-591-4139. Proposers are responsible for ensuring that the Agencies receives its modification or
withdrawal. Modification or withdrawals must be prepared and submitted on the Proposer's letterhead, signed
by an authorized representative of the Proposer.
9.
RECEIPT, OPENING, AND RECORDING OF OFFERS. Pursuant to OAR 137-47-0450:
a. The Agencies must electronically or mechanically time-stamp or hand-mark each Offer and any
modification upon receipt. The Agencies official proposal time clock is located in the lobby of the
Agencies Administration Center at 16550 SW Merlo Road. In the event an Offer is too large to be time
stamped a separate piece of paper will be time stamped and attached to the Offer or the envelope will be
marked by hand with the date and time received.
b. The Agencies shall not be responsible for the premature opening or failure to open an Offer that is not
properly addressed and/or identified.
c. Offers will be opened and recorded. The number of Offers received, the identity of Proposers, or the
contents of any Offer will not be disclosed to the public until all Offers have been evaluated, negotiations
completed if required, and a recommendation for Award has published.
10. LATE OFFERS, WITHDRAWALS, OR MODIFICATIONS. Pursuant to OAR 137-47-0460, any Offer received
after Closing is late. A Proposers request for withdrawal or modification of an Offer received after Closing is
late. The Agencies must not consider late Offers, withdrawals or modifications except as permitted in
MISTAKES below. The Agencies reserves the right to consider Offers that have been delayed or mishandled
by the Agencies.
11. MISTAKES BY PROPOSER. Pursuant to OAR 137-47-0470, the Agencies shall carefully consider whether to
permit waiver, correction or withdrawal of Offers for certain mistakes. The Agencies must not allow a Proposer
to correct or withdraw an Offer for an error in judgment. The Agencies must reject any Offer in which a
mistake is evident on the face of the Offer and the intended correct Offer is not evident or cannot be
substantiated from documents accompanying the Offer. If mistakes in an Offer are discovered after Opening,
but before Award of the Contract, the Agencies may:
a. Waive, or permit a Proposer to correct, a minor informality; a matter of form rather than of substance that
is evident on the face of the Offer, or an insignificant mistake that can be waived or corrected without
prejudice to other Proposers.
b. The Agencies may correct a clerical error if the error is evident on the face of the Offer, or other
documents submitted with the Offer, and the Proposer confirms the Agencies correction in writing.
c. The Agencies may permit a Proposer to withdraw an Offer based on one or more clerical errors in the
Offer only in accordance with OAR 137-47-0470(2)(c) and (d).
12. AWARD. Pursuant to OAR 137-47-0600:
a. Award in part or in whole is contingent upon available funding. In the event adequate funds are not
appropriated and allocated by the School Board, the Agencies reserves the right to cancel any Solicitation
at no penalty.
SECTION I – INSTRUCTIONS: GENERAL PROVISIONS
Solicitation No: RFP 14-0001
High Capacity Data Circuit and/or Leased Dark Fiber
b. If awarded, the Agencies shall award a Master Trade Services Contract only to the Responsible
Proposer(s) that submit the most Advantageous of those submitted, and that meets the minimum
requirements of this solicitation.
c. The Agencies may award by item, groups of items or the entire Offer.
d. The Agencies may Award multiple Contracts if beneficial to the Agencies for adequate availability,
delivery, service, competition, pricing, product capabilities, or other factors deemed significant by the
Agencies. This notice of Multiple Awards does not preclude the Agencies from awarding a single
Contract.
e. The Agencies may award a Contract for parts of the Solicitation for which acceptable Offers have been
received.
f. The Agencies may award all or none of the Offers if the evaluation shows an all or none Award to be the
most Advantageous or in the best interest of the Agencies.
g. The Agencies may reject all or part of Offers and may issue a new Solicitation on the same or revised
terms, conditions and Specifications.
h. When Offers are identical the Agencies must Award the contract Pursuant to OAR 137-46-0300.
13. NOTICE OF INTENT TO AWARD. Pursuant to OAR 137-47-0610, the Agencies must provide written
notice of its Intent to Award (NIA) to all Proposers at least SEVEN (7) calendar days before the Award of a
Contract, unless the Agencies determines that circumstances require prompt execution of the Contract.
The NIA will be sent by Fax to all Proposers. The Agencies Award must not be final until the latter of the
following: SEVEN (7) calendar days after the date of the NIA, or until the Agencies provides Written
response to all timely filed protests denying the protest(s) and affirming the Award.
14. OFFER REJECTION. Pursuant to OAR 137-47-0640:
a. The Agencies may reject any Offer:
i. When the rejection is in the best interest of the Agencies.
ii. When the Offer is contingent upon the Agencies acceptance of terms and conditions (including
Specifications) that differ from the Solicitation.
iii. When the Offer takes exception to terms and conditions (including Specifications) set forth in the
Solicitation.
iv. That fails to meet the Specifications of the Solicitation.
v. That is submitted late
vi. Not in substantial compliance with the Solicitation or with all prescribed public procurement
procedures.
vii. Not in compliance with ORS 279B.120, 279B.130, 279A.105, OAR 137-046-0210(3), ORS
279A.110(4).
viii. When the Proposer is non-Responsible pursuant to ORS 279B.110.
b. The Agencies may reject all Offers based upon the following criteria:
i. As set forth in ORS 279B.100. The Agencies must notify all Proposers of the rejection, along with the
reasons for rejection
ii. The content of or an error in the Solicitation or the Procurement Process unnecessarily restricted
competition for the Contract.
iii. The price, quality or performance presented by the Proposers are too costly or of insufficient quality
to justify acceptance of any Offer.
iv. Misconduct, error, or ambiguous or misleading provisions in the Solicitation threaten the fairness and
integrity of the competitive process.
v. Causes other than legitimate market forces threaten the integrity of the competitive process. Such as
collusion, corruption, and/or inadvertent or intentional errors in the Solicitation.
vi. Any other circumstance indicating that awarding the Contract would not be in the public interest.
15. PROTEST, CHANGE, CLARIFICATION. Pursuant to OAR 137-47-0730, Proposers may request changes or
clarification to, or protest, the terms and conditions and/or the specifications of this Solicitation:
a. Questions. All questions regarding this Solicitation must be submitted in writing to the attention of the
Agencies Purchasing Manager. No oral questions will be accepted other than at the pre-Solicitation
conference. All questions received prior to the deadline will be answered by Addenda.
SECTION I – INSTRUCTIONS: GENERAL PROVISIONS
Solicitation No: RFP 14-0001
High Capacity Data Circuit and/or Leased Dark Fiber
i.
Questions shall be submitted in writing via email ([email protected]) or via fax
(503-591-4139) or mailed to 16550 SW Merlo Rd, Beaverton, OR 97006.
ii. No other contact regarding this solicitation during the solicitation process shall be permitted.
Unauthorized contact regarding this solicitation may subject the contacting vendor’s proposal to
rejection.
b. Change, Clarification, Protest. A prospective Proposer may protest the Procurement Process or the
Solicitation Document as set forth in ORS 279B.405(2). Proposer written comments shall include:
i. A detailed statement of the legal and factual grounds for the change, clarification, or protest;
ii. A description of the resulting prejudice to the Proposer; and
iii. A statement of the form of relief requested or any proposed changes to the contract terms and
conditions or specifications.
c. Delivery. Written questions, changes, clarification, or protest must be faxed to (503) 591-4139 or emailed
to [email protected] or hand delivered to the attention of Purchasing 16550 SW Merlo
Road, Beaverton, OR.
d. Deadline. Questions, changes, clarifications, or protests must be received by the Agencies by noon on
January 13, 2014.
e. Response. Notice of the Agencies determination (i.e. entirely rejects or agrees with) in written addenda to
any questions, changes, clarification or protest will be provided by posting/publication on OPIN
(https://orpin.oregon.gov/).
f. Protesters must exhaust all administrative remedies before seeking judicial review.
16. AGGRIEVED PROPOSER.
a. An adversely affected or aggrieved Proposer may submit to the Agencies a Written protest of the
Agencies intent to award within five (5) days after issuance of the notice of intent to award the Contract,
unless a different protest period is provided under the Solicitation.
b. The Proposers protest must be in Writing and must specify the grounds upon which the protest is based.
i. Protests may be emailed to [email protected], faxed to 503-591-4139 or mailed to
Purchasing Manager, 16550 SW Merlo Rd, Beaverton, OR 97006-5152. Aggrieved Proposer is
responsible to ensure receipt of the protest.
ii. The aggrieved Proposer must serve all other Proposers by email, fax or mail with notice of its appeal
to allow for rebuttal.
c. A Proposer is adversely affected or aggrieved only if the Proposer is eligible for Award of the Contract as
the Responsible Proposer submitting the best and next highest scored Responsive Offer, i.e., the
protesting Proposer must claim that all higher scored Proposers are ineligible for Award:
i. Because their Offers were non-responsive; or
ii. The Agencies committed a substantial violation of a provision in the Solicitation or of an applicable
procurement statute or administrative rule, and the protesting Proposer was unfairly evaluated and
would have, but for such substantial violation, been the Responsible Proposer offering the lowest
Offer or the Responsible Proposer offering the highest- ranked Proposal.
d. The Agencies must not consider a protest submitted after the time period established in this Rule or
such different period as may be provided in the Solicitation. A Proposer may not protest the Agencies
decision not to increase the size of the Competitive Range above the size of the Competitive Range set
forth in the RFP.
e. Authority to Resolve Protests. The Purchasing Manager, or such Person's designee, may settle or
resolve a Written protest submitted in accordance with the requirements of this Rule.
f. Decision. If a protest is not settled, the Superintendent, or such Person's designee, must promptly issue
a Written decision on the protest. Judicial review of this decision will be available if provided by statute.
g. Award. The successful Proposer must promptly execute the Contract after the Award is final. The
Agencies must execute the Contract only after it has obtained all applicable required documents and
approvals. A sample Contract is enclosed, the terms and conditions of which are incorporated by
reference.
h. The Agencies will issue a Written Disposition of the Protest in a timely manner. The Agencies Purchasing
Manager has the authority to settle any protest. If a Protest is not settled by the Purchasing Manager, the
Administrator for Fiscal Services, or designee, has the authority to resolve the Protest.
SECTION I – INSTRUCTIONS: GENERAL PROVISIONS
Solicitation No: RFP 14-0001
High Capacity Data Circuit and/or Leased Dark Fiber
i.
i.
If the Agencies upholds the Protest, in whole or in part, the Agencies may in its sole discretion either
Award the Contract to the successful protestor or cancel the Solicitation.
Proposers must exhaust all administrative remedies before seeking judicial review.
17. OFFER COSTS. The Agencies is not liable for any costs incurred by the Proposer in its Offer preparation.
18. CONFIDENTIALITY OF PROPOSALS. The Agencies is subject to the Oregon Public Records Law (ORS
192.410 to 192.505), which requires the Agencies to disclose all records generated or received in the
transaction of Agencies business, except as expressly exempted in ORS 192.501, 192.502, or other
applicable law. The Agencies may withhold from disclosure information in accordance with ORS
279B.055(5)(c): trade secrets or confidential information pursuant to ORS 192.501 or 192.502.
a. The Agencies will not disclose records submitted by a Proposer that are exempt from disclosure under
the Public Records Law, subject to the following procedures and limitations.
i. All pages containing the records exempt from disclosure shall be marked “confidential” and
segregated in the following manner:
A. It shall be clearly marked in bulk and on each page of the confidential document.
B. It shall be kept separate from the other solicitation (proposal) documents in a separate envelope
or package.
C. Where this specification conflicts with other formatting and response instruction specifications,
this specification shall prevail.
D. Where such conflict (in C. above) occurs, the proposer is instructed to respond with the following:
“Refer to confidential information enclosed.”
(i) This statement “Refer to confidential information enclosed.” shall be inserted in the place
where the requested information was to have been placed.
b. Proposers who desire that additional information be treated as confidential shall mark those pages as
“confidential”, cite a specific statutory basis for the exemption, and the reasons why the public interest
would be served by the confidentiality. The entire proposal shall not be marked confidential, nor, shall
any pricing. Should a proposal be submitted in this manner, no portion of it shall be held as confidential
unless that portion is segregated in the above manner and meets the above criteria.
c. Notwithstanding the above procedures, the Agencies reserves the right to disclose information that the
Agencies determines, in its sole discretion, is not exempt from disclosure or that the Agencies is directed
to disclose by the District Attorney or a court of competent jurisdiction. Prior to disclosing such
information, the Agencies will notify the Proposer. If the Proposer disagrees with the Agencies decision,
the Agencies may, but is not required to enter into an agreement not to disclose the information so long
as the Proposer bears the entire cost, including reasonable attorney’s fees, of any legal action, including
any appeals, necessary to defend or support a no-disclosure decision.
SECTION II – RESPONSE AND EVALUATION
Solicitation No: RFP 14-0001
High Capacity Data Circuit and/or Leased Dark Fiber
1.
INTRODUCTION. This section prescribes the mandatory format for the presentation of an Offer in response
to this Solicitation. The purpose of this format is to ensure uniformity of the information from each Proposer
and to aid in clear understanding and evaluation of each Offer. Failure to submit Offers in accordance with the
provisions of this Section may be grounds to declare the Offer non-responsive. Failure to provide any
information requested in this Solicitation may result in rejection of the Offer.
2.
OFFER FORMAT. A Proposers submitted Offer:
a. Shall include:
i. Hard copy/Paper
A. One (1) complete original
B. One (1) complete copy
C. Three (6) copies of the proposal omitting the Price Schedule
ii. Electronic (Compact Disk – CD or USB Flash Drive).
A. One (1) complete copy preferred in one file, but no more than three files.
B. One (1) copy of the proposal omitting the Price Schedule,
C. One (1) copy of the Price Schedule.
b. Proposal shall include all forms (see Section IV) and required text (See Section III) and are requested to
be submitted in hard copy and electronic copy
i. Hard copy/Paper
A. Typewritten with a font size no smaller than 10 point on 8-1/2 x 11 size papers.
B. Proposals are requested to each be in three-ring binder. Otherwise, requested in flat-bound form,
stapled in the upper left corner or otherwise bound.
(i) Elaborate art work, expensive paper, and expensive visuals are not necessary
ii. Electronic
A. A compact disk (CD) or a USB Flash Drive (“thumb drive”) shall be accepted
(i) Shall not be received by facsimile, email, or other electronic form.
B. Each request (Item 2,a,ii, A, B & C) preferred in one file, but no more than three files
C. Proposal (less Price Schedule) shall be submitted in PDF format and shall not be a scanned
copy.
D. Price Schedule
(i) The separate copy included on the CD or USB Flash Drive shall be in MS-Excel format (not
PDF).
c. Proposal pages shall be numbered consecutively and shall not exceed twenty (20) single sided or ten
(10) double sided pages.
i. Any pages that exceed the maximum number of pages shall not be evaluated unless Agenciesrequired Appendix (supplemental) materials as follows.
A. Appendix material is not included as part of the maximum number of pages.
B. Appendix shall include:
(i) Supplemental attachments required(information specifically requested in this solicitation)
(1) Agencies SHALL review and consider materials included as appendix materials that are
specifically requested.
(2) Example: Requested certificates
(ii) Supplemental information not required (information NOT specifically requested in this
solicitation).
(1) Agencies shall NOT be obligated to review or consider materials included as appendix
materials unless specifically requested.
3.
OFFER CONTENT.
a. Proposers are cautioned to provide in their proposals as much detail as possible pertaining to their
capabilities and experience to the services requested in this solicitation. Provide brief descriptions of
enhancements or additional services or qualifications the Proposer will provide that are not mentioned or
requested in this solicitation. However, this shall not be a scored evaluation item. Do not assume the
Agencies or evaluation team is familiar with the Proposer.
SECTION II – RESPONSE AND EVALUATION
Solicitation No: RFP 14-0001
High Capacity Data Circuit and/or Leased Dark Fiber
b. Concise and direct answers are encouraged. The specifications, characteristics, and requirements listed
in this solicitation are in no way to be considered to be exhaustive.
c. Proposers shall present a proposal containing the specific information requested, in the order listed
below, and submit all attachments as required, in the order listed.
i. REQUIRED CERTIFICATIONS AND FORMS
A. The following completed certifications/forms must be signed by the person authorized to
represent the Proposer regarding all matters related to the Proposal and authorized to bind the
Proposer to the agreement.
B. Failure to submit any of the required, completed and signed certifications/forms shall result in
disqualification of the proposing firm.
(i) PROPOSER CERTIFICATION FORM. This document is provided herein as Attachment A
and serves as the cover sheet for your Proposal document. The certification shall bind the
Proposer to perform the services for the fees stated in the proposal and to complete the
project within the scheduled dates proposed.
(ii) INDEPENDENT CONTRATOR CERTIFICATION STATEMENT. The Independent
Contractor Certification Statement is provided herein as Attachment B.
(iii) AFFADAVIT OF NON-COLLUSION. The Affidavit of Non-Collusion is provided herein as
(Attachment C).
(iv) PROPOSER RESPONSIBILITY FORM. The Proposer Responsibility Form is provided
herein as (Attachment D).
ii. DETAILED PROPOSAL REQUIREMENTS. Every proposal shall reply to each of the following items.
Responses are requested to be presented in the same order listed below. Concise and direct
answers are encouraged.
A. INSURANCE REQUIREMENT. (Pass/Fail)
(i) Provide a statement of agreement to the insurance clause in the sample Master Trade
Services Contract (Attachment F, Exhibit A, Item 18).
B. EXPERIENCE & QUALIFICATIONS. (15 Points Possible)
(i) Provide a brief narrative of the Proposer’s background and history. Generally describe
previous experience related to furnishing High Capacity Data Circuit and/or Leased Dark
Fiber Services to organizations of similar size and scope to the Agencies. K12 School
Districts shall be preferred.
(ii) Describe the Proposer’s responsibilities and the scope of work for the five (5) references
submitted in Item C, REFERENCES, below. Agencies shall not be included as one (1) of the
required five (5).
(1) Detail the number of employees that were involved in the work for each project and
briefly describe the roll of each that was involved in the work for each project and the
date of that project. Projects within the last three (3) years shall be preferred.
(iii) Prior Contract Performance. If the Proposer has had a contract terminated for default during
the past five (5) years, all such incidents must be described. Termination for default is defined
as notice to stop performance due to the Proposer’s non-performance or poor performance
and the issue was either: (a) not litigated; or (b) litigated and such litigation determined the
Proposer to be in default.
(1) Submit full details of all terminations for default experienced by the Vendor in the past
five (5) years including the other party’s name, address and telephone number. Present
the Proposer’s position on the matter. The Agencies will evaluate the facts and may, at its
sole discretion, reject the Proposer’s proposal if the facts discovered indicate that
completion of a contract resulting from this solicitation may be jeopardized by selection of
the Proposer.
(2) If the Proposer has experienced no such terminations for default in the past five (5)
years, so declare.
C. REFERENCES. (15 Points Possible)
(i) Provide five (5) professional references included in item B (ii), EXPERIENCE &
QUALIFICATIONS, above. These may include the same references as listed on the
Proposal Responsibility Form (see Attachment D). These contacts shall be used by the
Agencies for reference checks.
SECTION II – RESPONSE AND EVALUATION
Solicitation No: RFP 14-0001
High Capacity Data Circuit and/or Leased Dark Fiber
D.
E.
F.
G.
4.
(1) Provide the contact name, current telephone number and email address for the
Management Planner/Project Designer and the client for each project.
(2) Agencies shall not be included as one of these five required references.
(3) The Agencies reserves the right to disqualify any Proposer who receives an unfavorable
report from a proposer-identified customer reference.
(4) The Agencies reserves the right to investigate and consider references submitted by the
Proposer, including customers other than those listed in the Proposer’s submission, and
Beaverton School District experience.
(5) The references provided will be contacted to establish, but not limited to, the level of
Proposer customer service and ability to and timely performance of response to the
needs of its clients.
STATEMENT OF WORK RESPONSE. (20 Points Possible)
(i) Provide a Service level agreement.
(ii) Provide a clear description of how Proposer plans to meet the scope of the work. Clearly
identify Proposer’s ability to perform the required tasks and to meet the scope of the project
within the timeframe identified.
(iii) Provide a proposed build-out plan that complies with the needs of the participating districts as
outlined.
TECHNICAL DESIGN. (20Points Possible)
(i) Provide a comprehensive Technical Design that includes routing of lines and provision for
infrastructure diversity along with ability to meet the needs of the Agency both current and
future.
(ii) Identify and list equipment/infrastructure that will need to be built, purchased, or rented to
accommodate work on this contract.
PRICE SCHEDULE. (25 Points Possible)
(i) Use of the provided Price Schedule is required (Attachment E). Additional notes may be
made at the bottom of the form for clarifications by the Proposer if necessary.
(ii) Pricing shall be applied to a mock order for two (2) projects.
(1) Mock order shall not be provided in solicitation.
(iii) Pricing shall be compared between each proposal and weighted accordingly (lowest price
scores the highest, all other higher prices offers are weighted against the lowest offer).
QUALITY OF PROPOSAL. (5 Points Possible)
(i) Provide and detail methods to minimize costs and maximize the benefits of your proposed
services
(ii) Provide a proposal that is responsive to solicitation requirements, terms, conditions and
provided in a manner that is easily readable, neat, clear, logical, reasonable and professional.
OFFER EVALUATION FACTORS:
a. The relative importance of the categories is indicated by the “Points” shown for each Evaluation Factor
listed below. The offers shall be evaluated in accordance with these point ratings.
EVALUATION FACTORS MATRIX
A.
B.
C.
E.
F.
H.
I.
Insurance Requirements
Experience & Qualifications
References
Statement of Work Response
Technical Designs
Price Schedule
Quality of Proposal
Total Possible Points
Points
Possible
Pass/Fail
15
15
20
20
25
5
100
SECTION II – RESPONSE AND EVALUATION
Solicitation No: RFP 14-0001
High Capacity Data Circuit and/or Leased Dark Fiber
5.
EVALUATION OF PROPOSALS.
a. Responsiveness and Responsibility. The Agencies will utilize the following objective factors to
determine if proposals are Responsive and Proposers are Responsible:
i. RESPONSIBILITY OF PROPOSER . Before awarding a Contract, the Agencies must determine that
the Proposer submitting the most Advantageous Proposal is Responsible. In the event the Agencies
determines Proposer is not Responsible, it must prepare a written determination of non-responsibility
as required by ORS 279B.110 and must reject the Proposal.
ii. CONTINGENT PROPOSALS. The Proposer must not make its Proposal contingent upon the
Agencies acceptance of any terms or conditions (including Specifications) other than those contained
in this Solicitation.
iii. NON RESIDENT PROPOSERS. In determining the most Advantageous Responsible Proposal, the
Agencies must apply the reciprocal preference set forth in ORS 279A.120(2)(b) and OAR 137-460310.
iv. RECYCLED MATERIALS. The Agencies may give preference for Recycled Materials as set forth in
ORS 279A.125.
v. CLARIFICATION OF PROPOSALS. After Opening, the Agencies may conduct Discussions with
apparent Responsive Proposer(s) for the purpose of clarification and to assure full understanding of
the Proposal.
vi. NEGOTIATION. The Agencies may only conduct Discussions or Negotiate with Proposers in
accordance with ORS 279B.060(6)(b) and OAR 137-47-0261.
vii. OBJECTIVE CRITERIA. The Agencies may allow, at its discretion, certain other objective evaluation
criteria. Examples of such criteria include but are not limited to conversion costs, transportation cost,
volume weighing, trade-in allowances, cash discounts, depreciation allowances, cartage penalties,
ownership or lifecycle cost formulas.
b. Proposal Evaluation.
i. The Proposal segments shall be evaluated by the Evaluation Committee consisting of not less than
three (3) knowledgeable individuals (Evaluators). The Agencies may assign certain Evaluators to
evaluate specific Proposal categories in keeping with the Evaluators’ area of expertise. Evaluators
will utilize the criterion (as objectively as possible) to measure the merit of each Proposal received in
accordance with the subjective evaluation criteria to determine which Proposals(s) will provide the
Agencies with the most advantageous and best overall value. The recommendations of this
committee will be a consensus and will be final.
ii. Revisions of proposals may be permitted after the submission of proposals and before award for the
purpose of obtaining best offer(s) or best and final offer(s). The Agencies may issue an addendum to
this solicitation that modifies the criteria, rating process and/or procedures to all eligible Proposers.
iii. Working as a Committee or independently (at the discretion of the Agencies) with copies of the
written proposals, the Evaluators will independently assign scores to each Proposal received in
accordance with the evaluation criteria defined herein.
6.
SCHEDULE. The milestones for the selection process are set forth below. The dates are specific and will be
followed to the extent reasonably possible. The purpose of this schedule is for Proposer information only.
Required dates for submittals and any other activities are provided elsewhere in this Request for Proposals.
The Agencies reserves the right to deviate from this schedule.
Project Milestone
Deadline for Questions
Issue Last Addenda, if Required
Submit Proposals
Date
March 3, 2014
March 4, 2014
March 7, 2014
Time
Noon PST
3:00 PM PST
3:00 PM PST
SECTION IV – ATTACHMENTS
Solicitation No: RFP 14-0001
1.
BACKGROUND.
a. Agencies Background
i. The existing network infrastructure is the result of over 20 years of collaborative work between the
Agencies, the Metropolitan Area Communications Commission (MACC), local government agencies
and Comcast of Tualatin Valley. Following the announcement by Comcast that they will no longer
provide a SPIN as of July 1, 2014, the Agencies determined a collaborative effort to establish a
relationship with a new service provider was required. Although our goal is to establish a long-term
collaborative relationship with the selected provider, we have structured the proposal for short-, midand long-term commitments, to mitigate risk.
b. Project Background
i. The Agencies, comprised of six school districts and the NWRESD, are currently connected via a
Metro Ethernet ring. Three school districts (Banks, Gaston and Forest Grove) connect from their
District Offices to the NWRESD. The three other school districts connect to The Pittock Block
Building (921 SW Washington, Portland, Oregon 97205) via a shared circuit at NWRESD. Internet
connectivity is located at NWRESD and the Pittock Block Building.
ii.
2.
In the Fall 2013, the Agencies published a Request for Information (RFI) to gain knowledge of
potential qualified sources for High Capacity Data Circuit and/or Leased Dark Fiber within the
Agencies boundaries. The information collected through the RFI process has helped to inform the
structure of this RFP.
SCOPE.
a. The Agencies are requesting proposals from contractors able to provide Wide Area Network (WAN)
services for all of the Agency sites listed in Appendix A for services to begin July 1, 2014. The awarded
contract will be a master contract with individual agencies on separate contract. Only one vendor will be
selected through this process.
b. Respondents may respond with a Metro Ethernet Solution, Leased Dark Fiber Solution, and/or
combination. Each Agency reserves the right to compare pricing /options under both categories and
award a solution that is most effective for that Agency.
c.
To allow vendors maximum flexibility in their proposals while reducing risk for the Agencies, the winning
proposal(s) can provide a build out schedule past July 1, 2014, however the following conditions will apply
to all circuits not live by July 1, 2014:
i. The selected vendor must reimburse 60% of the agency’s monthly cost (not to exceed
$800/circuit/month) for purchasing an alternative provider circuit of similar capacity on a month-tomonth contract. This requirement applies to all sites listed in Appendix A.
d. Requirements:
i. Service Provider Identification Number (SPIN) and FCC Registration Number (FCCRN)
ii.
The proposer shall provide a valid SPIN number (Service Provider Identification Number), in the
proposal submitted in response to this RFP or support a copy of its FCC Form 498 that has already
been submitted to USAC. (See http://www.universalservice.org/fund-administration/forms/ for more
information.)
iii. For proposers that intend to provide telecommunications services (as opposed to solely proposing to
provide equipment, monitoring/management services, or
iv. configuration/implementation services), the proposer must be recognized by USAC as a
telecommunications common carrier. The proposer also shall provide the company's FCC
Registration Number in its proposal. For more information, please visit:
https://fjallfoss.fcc.gov/coresWeb/publicHome.do.
v.
Each proposer also must certify that it is in good standing and not subject to "Red Light Status" with
the FCC.
vi. Build Out Schedule;
SECTION IV – ATTACHMENTS
Solicitation No: RFP 14-0001
A. The selected contractor will provide a completed build out/circuit start date schedule for each of
the sites listed in Appendix A by May 1, 2014.
B. Vendor must provide circuit add, move and changes as described in section 3.5.
vii. Responders must demonstrate the capacity to meet the network build requirements through client
references, prior work and financial documentation.
viii. Proposals must include pricing for the following contract lengths:
A. One year with four one-year extensions.
B. Three year with two one-year extensions.
C. Five year with five one-year extensions.
ix. Circuit capacities must be priced as follows:
A. 10 Mbps
B. 100 Mbps
C. 100 Mbps incremental pricing from 100 to 1,000 Mbps
D. 1 Gbps
E. 1 Gbps incremental pricing from 1 to 10 Gbps
F. Formula for calculating costs past 10 Gbps
x.
Dark fiber pricing should be included if available.
xi. A fixed rate for non-recurring charges related to circuit builds. (Example: 1st 500 feet, no nonrecurring cost; 2nd 500 feet, 50% of build cost; over 1,000 feet, regular build cost).
xii. A detailed description of the penalties vendor is willing to provide for non-performance and/or circuit
downtime.
e. Network Connectivity
i.
f.
The Agencies are looking for network connectivity options connecting the physical address locations
listed in appendix A. Depending on the final network design, the data capacity between each
location will range from a minimum of 10 Mbps and may exceed 1 Gbps, all connections to be bidirectional. Based on historical growth the Agencies anticipate upgrade capacity in increments
of 100 Mbps or 1 Gbps, with potential future expansion of some circuits to 10 Gbps.
ISP Service
i. The Agencies are not requesting Internet Service provisioning at this time. Internet connectivity is
presently located at NWRESD and the Pittock Block Building. Proposals must minimally include
connectivity to the Pittock Block Building and/or NWRESD for Internet connectivity for each agency.
g. Access and Transport Requirements
i.
Proposers must agree to work with The Agencies’ network staff to provide and receive network
telemetry data necessary to resolve any network quality problems that occur.
ii.
Proposers may also elect to place one or more Agency “leaf nodes” at strategic points in the provider
network (for example at interfaces between different carriers or networks) to assist in network
problem resolution.
iii. Proposers may also elect to grant to Agency network staff read-only access to selected diagnostic
interfaces in the service provider’s network.
iv. Proposers must specify the extent to which they provide route diversity between each Agencies enduser site and the ISP point of presence.
SECTION IV – ATTACHMENTS
Solicitation No: RFP 14-0001
h. Metro Ethernet Services
i. Transport Internet Protocol (IP) data packets to and from a specified Ethernet interconnection point at
each physical address for which service is contracted. Other communications protocols may be used
to transport data packets; however, IP over Ethernet is required at the user and network interfaces.
ii.
Following the Open Systems Interconnection (OSI) model: Layer two interfaces will be Ethernet,
preferably meeting Metro Ethernet standards such as VPWS, VPLS, IEEE 802.1ad (QinQ), IEEE
802.1ah (MAC in MAC), and IEEE 802.1Qay (PBB-TE). Preferred layer one hand-off is RJ45, with an
option for single mode or multi-mode fiber.
iii. Transport services must be available with at least 99.99 percent reliability. Even though the “tailcircuit” into the end-user facility need not be redundant, Agencies will give preference to vendors with
geographic route-diversity from the community in which the end-user facility is located to the
exchange facility.
iv. The transport network shall proactively be monitored, including all associated equipment using
traditional network management systems found in a Network Operations Center (NOC). Network
service operations shall be 24x7x365. The Customer must have basic up/down status and bandwidth
utilization monitoring capabilities of the WAN Core backbone and each WAN Hub circuit.
v.
The data access and transport provider must be willing to agree to Service Level Agreements (SLAs)
with financial penalties for service outages, lack of availability of the contracted service capacity and
any failure to meet quality of service specifications for transit delay, jitter and packet loss.
vi. Proposals must list underlying physical transport technologies that will be used in providing the
proposed services.
i.
Dark Fiber Network Services
i.
The Dark Fiber Network shall connect each of school campus to the corresponding administration
offices, and from each administrative office to NWRESD and/or the Pittock Building.
ii.
Service Providers should provide a map detailing the cable routes for the proposed fiber links.
j.
Fiber/Cable Type
i. The Service Provider shall provide non-dispersion compensated fibers, NDSF - ITU G.652, (G.652.D
preferred) consistently throughout the network.
ii. Service Providers must identify the fiber type they use in their response and provide specifications for
the fiber and cable.
iii. The Agencies anticipate lighting the Service Provider’s fiber using 1000BASE and 10GBASE optical
modules with LC connectors.
iv. The fiber connectors and adaptors shall be compliant with TIA/EIA 604
v. The fiber connectors shall have an average insertion loss of 0.3 dB or less. Service Providers should
provide datasheets for the proposed SC fiber optic connectors and adaptors.
k.
Link Loss Budget
i. The link loss for any link should not exceed 4.8 dB as measured using a double - ended loss test at
1310 nm.
ii. Service Providers must identify in their proposal any links where the estimated link loss is expected to
exceed 4.8 dB. The estimated link loss shall be indicated for any exception.
l.
Inside Building Cable Routing
SECTION IV – ATTACHMENTS
Solicitation No: RFP 14-0001
i.
Intra-building cable routing shall be performed in accordance with all applicable local building codes.
When required, the Service Provider must plan a splice point at the building entrance to transition
from outdoor cable to indoor cable, or enclose the outdoor cable in metallic conduit or covered metal
raceway.
m. Cable Slack for Repair or Relocation
i. A small amount of slack cable (15 - 20 feet) shall be neatly stored in each MDF in the event that a
cable repair or relocation is required.
n. Site Make Ready Work
i. Any trenching and conduit placement from the street to the building entrance point must include all
necessary pavement and ground repair . All pavement and other grounds must be returned to its
original condition. All installation of cabling, pathways, etc shall be to BICSI specification and the
design specifications of The Agencies.
o. Alternative Topologies
i. Bidders may additionally provide, as an option, design and pricing information for alternative network
topologies, e.g. physical ring topology or multi-tiered star topology.
p. Fiber Testing
i. Insertion loss testing measuring end-to-end attenuation (including all fiber, splices, and connectors)
shall be conducted on all the fiber links. Insertion loss testing shall be done in both directions at the
operating wavelengths of 1310 nm and 1550 nm. The double-ended loss test methodology shall be
used.
ii. The Service Provider shall record all optical power measurements to the nearest tenth of a unit of
measure (to one significant digit in the decimal place, i.e., -14.3 dB) and report results in the format
shown as Figure 1.
iii. Test results must be permanently recorded and presented in both hard copy and computer-readable
format to The Agencies for review. Any fiber link failing to meet the Link Loss Budget standards will
be removed and replaced at no cost to The Agencies with an installation that proves through testing
to meet the standards.
iv. The Fiber Network will not be accepted until all fibers meet the appropriate standards.
v. The Service Provider is required to provide documentation of their fiber testing procedures, including
referencing procedures for fiber optic testing, prior to testing. This document must list equipment to be
used (manufacturer and model number) and the date when it was last calibrated. All test equipment
used will have been factory calibrated (or by an approved calibration service provider) within the past
two years
q. Circuit Add, Move and Changes
i. Contract must include the ability for Agencies to add circuits and/or increase capacity without penalty.
r.
Contract must include the ability for Agencies to reduce capacity of up to 5% of circuits or 3 circuits
(whichever is greater) per year without penalty for recurring costs.
s.
All contracts must terminate no later than the Master Contract termination date.
ATTACHMENTS:
A
B
C
D
E
F
G
H
Proposer Certification
Independent Contractor Determination Statement
Affidavit of Non-Collusion
Proposer Responsibility Form
Price Schedule
District Sites List
Logical Network Diagram
Sample Master Trade Services Contract
SECTION IV – ATTACHMENTS
Solicitation No: RFP 14-0001
COMPLETE AND RETURN:
The following attachments are to be completed and returned with the Offer:
A.
B.
C.
D.
E.
PROPOSER CERTIFICATION
INDEPENDENT CONTRACTOR DETERMINATION STATEMENT
AFFADAVIT OF NON-COLLUSION
PROPOSER RESPONSIBILITY FORM
PRICE SCHEDULE
DO NOT RETURN:
The following attachments are NOT to be returned with Offer:
F. DISTRICT SITES LIST
G. LOGICAL NETWORK DIAGRAM
H. SAMPLE MASTER CONTRACT
SECTION IV-ATTACHMENTS
ATTACHMENT A
Solicitation No: RFP 14-0001
Proposer Certification
Legal Name of Contractor:
Mailing Address:
The Contractor certifies and agrees:
The prices in this Offer have been arrived at independently, without, for the purpose of restricting competition, any
consultation, communication, or agreement with any other Proposer relating to: the intention to submit an Offer, or the
methods or factors used to calculate the prices Offered.
The Contractor has read and understands the Specifications, Addenda, Contract and all other documents pertaining to this
solicitation.
The Contractor has, or has available, the equipment, personnel, materials, equipment, facilities, and equipment as well as the
technical and financial ability necessary to complete and execute all Work in a sound and suitable manner for the use specified
and intended.
The Contractor agrees to execute the formal Contract within ten (10) days from date of notice of award.
The Contractor acknowledges that the signer on this Offer is fully authorized to sign on behalf of the firm listed and to fully
bind the firm listed to all conditions and provisions thereof.
The Contractor will comply with all requirements of local, state, and national laws, and that no legal requirement has been
or will be violated in making or accepting this Offer.
The Contractor certifies that Contractor has a drug testing program is in place pursuant to ORS 279C.505(2).
The Contractor is registered with the Construction Contractors Board: License Number
The Contractor, pursuant to ORS 279A.120(1), (check one) is
residency.
is not
.
a resident Proposer. If not, indicate State
The Contractor agrees to comply with the provisions of Prevailing Wage Laws ORS 279C.840 or 40 USC 276a (Davis Bacon
Act).
The Contractor certifies that it has not discriminated and will not discriminate, in violation of ORS 279A.110, against any
minority, women or emerging small business enterprise in obtaining any required subcontract.
The Contractor agrees to comply with Oregon tax laws in accordance with ORS 305.385.
Any Offer of a Contractor or subcontractor listed on BOLI’s List of Ineligibles will be rejected.
The Proposer acknowledges receipt of the following addenda: (List by number and date appearing on addenda.)
Proposers are responsible to make inquiry as to any addenda issued.
Addenda No.
Date
Addenda No.
Date
The Proposer (check one) will
/ will not
extend the terms, conditions and prices to consortium Agencies that
intend on establishing a Contract awarded to the Proposer resulting from this Solicitation.
Respectfully submitted this
day of
_, 20
Signature:
_.
Name:
(Print)
Title:
Email:
Phone:
Fax:
Employer Identification Number:
SECTION IV-ATTACHMENTS
ATTACHMENT B
Solicitation No: RFP 14-0001
INDEPENDENT CONTRACTOR CERTIFICATION STATEMENT
This form shall be returned with the Providers’ Offer.
If Provider signs Part A (qualifies), the remainder of this Certification Statement does not need to be completed.
Part A. Provider is a Corporation:
The Provider/Firm is a corporation authorized to do business in the State of Oregon.
Provider Signature:____________________________________________Date:_____________________
Part B. Provider is an Independent Contractor:
I, under penalties of perjury, certify that I am an independent contractor as defined in ORS 670.600 and that the
following statements are true and correct:
1.
I have filed Federal and State income tax returns in the name of my business or a business Schedule C as
part of the personal income tax return, for the previous year, or expect to file federal and state income tax
returns, for labor or services performed as an independent contractor in the previous year.
2.
I will furnish the tools or equipment necessary for the contracted labor or services.
3.
I have the authority to hire and fire employees who perform the labor or services.
4.
I represent to the public that the labor or services are to be provided by my independently established
business as four (4) or more of the following circumstances exist.
(Please check all that apply):
___
___
___
___
___
___
A. The labor or services are primarily carried out as a location that is separate from my
residence or is primarily carried out in a specific portion of my residence, which is set
aside as the location of the business.
B. Commercial advertising or business cards are purchased for the business, or I have a
trade association membership with ________________________________________.
C. Telephone listing is used for the business that is separate from the personal residence
listing.
D. Labor or services are performed only pursuant to written contracts.
E. Labor or services are performed for two or more different persons or agencies within a
period of one year.
F. I assume financial responsibility for defective workmanship or for service not provided
as evidenced by the ownership of performance bonds, warranties, errors and omission
insurance or liability insurance relating to the labor or services to be provided.
Provider Signature:____________________________________________Date:_____________________
SECTION IV-ATTACHMENTS
ATTACHMENT C
Solicitation No: RFP 14-0001
AFFIDAVIT OF NON-COLLUSION
STATE OF OREGON
County of
I state that I am
(title) of
(name of firm) and
that I am authorized to make this affidavit on behalf of my firm, and its owners, directors, and officers. I am the person responsible in
my firm for the price(s) and the amount of this proposal.
I state that:
(1)
The price(s) and amount of this proposal have been arrived at independently and without consultation,
communication or agreement with any other contractor, proposer or potential proposer, except as disclosed on the attached
appendix.
(2)
That neither the price(s) nor the amount of this proposal, and neither the approximate price(s) nor approximate amount of this
proposal, have been disclosed to any other firm or person who is a proposer or potential proposer, and they will not be
disclosed before proposal opening.
(3)
No attempt has been made or will be made to induce any firm or person to refrain from proposing on this contract, or to
submit a proposal higher than this proposal, or to submit any intentionally high or noncompetitive proposal or other form of
complementary proposal.
(4)
The proposal of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any
firm or person to submit a complementary or other noncompetitive proposal.
(5)
(name of firm), its affiliates, subsidiaries, officers, directors and employees
are not currently under investigation by any governmental agency and have not in the last four years been convicted of or
found liable for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect
to proposing on any public contract, except as described in the attached appendix.
I state that
(name of firm) understands and acknowledges that the above
representations are material and important, and will be relied on by the Beaverton School District in awarding the
contract(s) for which this proposal is submitted. I understand and my firm understands that any misstatement in this
affidavit is and shall be treated as fraudulent concealment from the Beaverton School District of the true facts relating to the
submission of proposals for this contract.
(Authorized Signature)
(Name of Company/Position)
SECTION IV-ATTACHMENTS
ATTACHMENT D
Solicitation No: RFP 14-0001
High Capacity Data Circuit and/or Leased Dark Fiber
PROPOSER RESPONSIBILITY FORM
(CONTRACTOR’S QUALIFICATIONS AND FINANCIAL INFORMATION)
DECLARATION AND SIGNATURES
The undersigned hereby declares that the he or she is duly authorized to complete and submit this Proposer Responsibility Form
and that the statements contained herein are true and correct as of the date set forth below. Incomplete, incorrect or misleading
information will be reason for a determination by the Agencies of Proposer non-responsibility.
Date:
By:
(Signature of authorized official)
Name:
Please type or print)
Title:
(Please type or print)
For:
(Firm’s name) (Please type or print)
Instructions
1. The information provided in this form is part of the Agencies inquiry concerning proposer responsibility.
Please print clearly or type.
2. If you need more space, use plain paper. Submit completed form with bid response.
3. Answer all questions. Submission of a form with unanswered questions, incomplete or illegible answers may
result in a finding that the Proposer is not a responsible proposer.
SECTION IV-ATTACHMENTS
ATTACHMENT D
Solicitation No: RFP 14-0001
High Capacity Data Circuit and/or Leased Dark Fiber
SECTION I – REFERENCES AND RELIABILITY
List four references (in addition to work experience contacts included above).
ITEM
A. Name
B. Business or
Employer
C. Telephone
Reference 1
(
)
Reference 2
(
)
D. E-Mail Address
ITEM
A. Name
B. Business or
Employer
C. Telephone
Reference 3
(
)
Reference 4
(
)
D. E-Mail Address
Has your company ever been declared in breach of any contract for unperformed or defective work?
Yes.
No.
If “yes,” explain.
Has any employee or agent of your company ever been convicted of a criminal offense arising out of obtaining,
attempting to obtain, or performing a public or private contract or subcontract?
Yes. No.
If “yes,” explain.
Has any employee or agent of your company been convicted under state or federal law of embezzlement, theft, forgery,
bribery, falsification or destruction of records, receiving stolen property or any other offense indicating a lack of business
integrity or business honesty?
Yes.
No.
If “yes,” explain.
Has your company or any employee or agent of your company been convicted under state or federal antitrust laws?
Yes.
No.
If “yes,” explain.
Has any Officer or Partner of your organization ever been an Officer or Partner of another Organization that
failed to complete a contract?
Yes.
No.
If “yes,” explain.
SECTION IV-ATTACHMENTS
ATTACHMENT D
Solicitation No: RFP 14-0001
High Capacity Data Circuit and/or Leased Dark Fiber
SECTION II – FINANCIAL RESOURCES
Has your firm ever been at any time in the last ten years the debtor in a bankruptcy case?
Yes.
No.
If “yes,” explain.
Does your firm have any outstanding judgments pending against it?
Yes.
No.
If “yes,” explain.
In the past ten years, has your firm been a party to litigation, arbitration or mediation where the amount in dispute exceeded
$25,000?
Yes.
No.
If “yes,” explain. (Include court, case number and party names.)
In the past ten years, has your firm been a party to litigation, arbitration or mediation on a matter related to payment
to subcontractors or work performance on a contract? Check “yes” even if the matter proceeded to arbitration or
mediation without court litigation.
Yes. No.
If “yes,” explain. (Include court, case number and party names.)
Have you or any of your affiliates discontinued business operation with outstanding debts?
Yes.
No.
If “yes,” explain.
SECTION III – KEY PERSONNEL
List the principal individuals of your company, their current job title, the total years of experience they have in the
industry and their current primary responsibility for your company. Corporations list current officers and those who
own 5% or more of the corporation’s stock. Limited liability companies list members who own 5% or more of
company. Partnerships list all partners. Joint ventures list each firm that is a member of the joint venture and the
percentage of ownership the firm has in the joint venture.
ITEM
A. Name
B. Position
C. Years in Position
D. Current Primary Responsibility
ITEM
A. Name
B. Position
C. Years in Position
Principal Individual
Principal Individual
Principal Individual
Principal Individual
D. Current Primary Responsibility
(Provide attachment if additional space required.)
SECTION IV-ATTACHMENTS
ATTACHMENT D
Solicitation No: RFP 14-0001
Person who will be in direct charge of work if your company is awarded this Contract:
ITEM
A. Name
PERSON IN DIRECT
CHARGE
B. Position
C. Years in Position
D. Largest Project Supervised -$
E. Largest number of employees ever supervised
SECTION IV – ADDITIONAL REMARKS
List the question each additional remark relates to. If more space needed, attach additional sheet(s) and check the
following: Additional pages are attached to this Proposer Responsibility Form:
SECTION IV-ATTACHMENTS
ATTACHMENT E
Solicitation No: RFP 14-0001
High Capacity Data Circuit and/or Leased Dark Fiber
PRICE SCHEDULE
– Price Quote for Metro Ethernet Network Connectivity
(One each 1yr- 3yr-5yr- enter N/A if unavailable)
Agency- X
Physical Link
100 Mbs
MRC
School Site to
District Office
District Office to
NWRESD
District Office to
Pittock
1Gbs
NRC
MRC
10Gbs
NRC
MRC
NRC
SECTION IV-ATTACHMENTS
ATTACHMENT E
Solicitation No: RFP 14-0001
High Capacity Data Circuit and/or Leased Dark Fiber
PRICE SCHEDULE
Price Quote for Leased Dark Fiber Network Connectivity
(One each for - 1yr- 3yr-5yr- enter N/A if unavailable)
Agency- X
Physical Link
100 Mbs
MRC
School Site to
District Office
District Office to
NWRESD
District Office to
Pittock
1Gbs
NRC
MRC
10Gbs
NRC
MRC
NRC
SECTION IV– ATTACHMENTS
ATTACHMENT F
Solicitation No: RFP 14-0001
High Capacity Data Circuit and/or Leased Dark Fiber
Tigard Tualatin School District Site list
Circuit Speed
Site Name
Site Address
Connects to ....
Alberta Rider ES
14850 SW 132nd Terrace | Tigard OR
97224 |
Hibbard Administration Building
Bridgeport ES
5505 SW Borland Road, Tualatin, Oregon
97062
Hibbard Administration Building
Byrom ES
21800 S.W. 91st Ave, Tualatin, OR 97062
Hibbard Administration Building
CF Tigard ES
12855 SW Grant Ave, Tigard, OR 97223
Hibbard Administration Building
Deer Creek ES
16155 S.W. 131st Ave. Tigard, OR 97224
Hibbard Administration Building
Durham ES
7980 S.W. Durham Rd. Tigard, OR 97224
Hibbard Administration Building
Hazelbrook MS
11300 S.W. Hazelbrook Rd. Tualatin OR
97062
Hibbard Administration Building
Metzger ES
10350 S.W. Lincoln St. Tigard, OR 97223
Hibbard Administration Building
Mary Woodward ES
12325 S.W. Katherine St. Tigard, OR 97223 Hibbard Administration Building
Templeton ES
9500 S.W. Murdock St, Tigard, OR 97224 |
Hibbard Administration Building
Tualatin ES
20405 S.W. 95th Ave. Tualatin, OR 97062
Hibbard Administration Building
Fowler MS
10865 S.W. Walnut St. Tigard, OR 97223
Hibbard Administration Building
Twality MS
14650 SW 97th Avenue, Tigard, OR 97224
Hibbard Administration Building
Tigard HS
9000 S.W. Durham Rd. Tigard OR 97224
Hibbard Administration Building
Tualaitn HS
22300 SW Boones Ferry Road | Tualatin
OR 97062
Hibbard Administration Building
19322 SW Mohave Court | Tualatin OR
Tigard-Tualatin Online Academy 97062
Hibbard Administration Building
Hibbard Administration Building
6960 S.W. Sandburg St. | Tigard, OR 97223 Pittock
MITCH
10445 SW Canterbury Ln, Tigard, OR
n/a at this time
Durham Ed Center
8040 S.W. Durham Rd. Tigard, OR 97224
Durham ES, Hibbard Administration
Building
SECTION IV– ATTACHMENTS
ATTACHMENT F
Solicitation No: RFP 14-0001
High Capacity Data Circuit and/or Leased Dark Fiber
Beaverton School District Site list
Circuit Speed
Site Name
Site Address
Connects to ....
1 Gig
Aloha
18550 SW Kinnaman Rd. Beaverton, OR 97007
Beaverton District Office
1 Gig
Aloha-Huber Park
5000 SW 173rd. Beaverton, OR 97007
Beaverton District Office
1 Gig
Arts & Comm Magnet High School
11375 SW Center Street, Beaverton OR 97005
Beaverton District Office
1 Gig
Barnes
13730 SW Walker Rd. Beaverton, OR 97005
Beaverton District Office
1 Gig
Beaver Acres
2125 SW 170 Ave. Beaverton OR, 97006
Beaverton District Office
1 Gig
Beaverton
13000 SW Second St. Beaverton, OR 97005
Beaverton District Office
1 Gig
Bethany
3305 NW 174th Beaverton, OR 97006
Beaverton District Office
1 Gig
Bonny Slope
11775 NW McDaniel Rd. Portland, OR 97229
Beaverton District Office
1 Gig
Cedar Mill
10265 N.W. Cornell Rd. Portland, OR 97229
Beaverton District Office
1 Gig
Cedar Park
11100 SW Park Way Portland, OR 97225
Beaverton District Office
1 Gig
Chehalem
15555 SW Davis Rd. Beaverton, OR 97007
Beaverton District Office
1 Gig
Conestoga
12250 SW Conestoga Dr. Beaverton, OR 97008
Beaverton District Office
1 Gig
Cooper Mountain
7670 SW 170th Ave. Beaverton, OR 97007
Beaverton District Office
1 Gig
Elmonica
16950 SW Lisa St. Beaverton, OR 97006
Beaverton District Office
1 Gig
Errol Hassell
18100 SW Bany Rd. Aloha, OR 97007
Beaverton District Office
1 Gig
Findley
4155 NW Saltzman Rd. Portland, OR 97229
Beaverton District Office
1 Gig
Fir Grove
6300 S. W. Wilson Ave. Beaverton, OR 97008
Beaverton District Office
1 Gig
Five Oaks
1600 NW 173rd Ave. Beaverton, OR 97006
Beaverton District Office
1 Gig
Greenway
9150 SW Downing Dr. Beaverton, OR 97008
Beaverton District Office
1 Gig
Hazeldale
20080 SW Farmington Rd. Aloha, OR 97007
Beaverton District Office
1 Gig
Health and Sciences High School
18640 NW Walker Rd, Beaverton OR 97006
Beaverton District Office
1 Gig
Highland Park
7000 SW Wilson Ave. Beaverton, OR 97008
Beaverton District Office
1 Gig
Hiteon
13800 SW Brockman Rd. Beaverton, OR 97008
Beaverton District Office
1 Gig
International School of Beaverton
17770 SW Blanton Street, Beaverton OR 97006
Beaverton District Office
1 Gig
Jacob Wismer
5477 NW Skycrest Parkway Portland, OR 97229
Beaverton District Office
1 Gig
Kinnaman
4205 SW 193rd Ave. Aloha, OR 97007
Beaverton District Office
1 Gig
McKay
7485 S.W. Scholls Ferry Rd. Beaverton, OR 97008
Beaverton District Office
1 Gig
McKinley
1500 NW 185th Ave. Beaverton, OR 97006
Beaverton District Office
1 Gig
Meadow Park
14100 SW Downing St. Beaverton, OR 97006
Beaverton District Office
1 Gig
Merlo Station High School
1841 SW Merlo Dr, Beaverton OR 97006
Beaverton District Office
SECTION IV– ATTACHMENTS
ATTACHMENT F
Solicitation No: RFP 14-0001
High Capacity Data Circuit and/or Leased Dark Fiber
1 Gig
Montclair
7250 SW Vermont Portland, OR 97223
Beaverton District Office
1 Gig
Mountain View
17500 SW Farmington Rd. Beaverton, OR 97007
Beaverton District Office
1 Gig
Nancy Ryles
10250 SW Cormorant Dr. Beaverton, OR 97007
Beaverton District Office
1 Gig
Oak Hills
2625 NW 153rd Ave. Beaverton, OR 97006
Beaverton District Office
1 Gig
Raleigh Hills
5225 SW Scholls Ferry Rd. Portland, OR 97225
Beaverton District Office
1 Gig
Raleigh Park
3670 SW 78th Ave. Portland, OR 97225
Beaverton District Office
1 Gig
Ridgewood
10100 SW Inglewood St. Portland, OR 97225
Beaverton District Office
1 Gig
Rock Creek
4125 NW 185th Ave. Portland, OR 97229
Beaverton District Office
1 Gig
Scholls Heights
16400 SW Loon Dr. Beaverton, OR 97007
Beaverton District Office
1 Gig
Sexton Mountain
15645 SW Sexton Mountain Dr. Beaverton, OR 97007
Beaverton District Office
1 Gig
Southridge
9625 SW 125th Beaverton, OR 97008
Beaverton District Office
1 Gig
Springville
6655 NW Joss Avenue Portland, OR 97229
Beaverton District Office
1 Gig
Stoller
14141 NW Laidlaw Portland, OR 97229
Beaverton District Office
1 Gig
Sunset
13840 NW Cornell Rd. Portland, OR 97229
Beaverton District Office
1 Gig
Terra Linda
1998 NW 143rd Portland, OR 97229
Beaverton District Office
1 Gig
Terra Nova
6655 NW Cornell Rd, Portland, Or 97229
Beaverton District Office
1 Gig
Vose
11350 SW Denney Rd. Beaverton, OR 97008
Beaverton District Office
1 Gig
West Tualatin View
8800 SW Leahy Rd. Portland, OR 97225
Beaverton District Office
1 Gig
Westview
4200 NW 185th Ave. Portland, OR 97229
Beaverton District Office
1 Gig
Whitford
7935 SW Scholls Ferry Rd. Beaverton, OR 97008
Beaverton District Office
1 Gig
William Walker
11940 SW Lynnfield Ln. Portland, OR 97225
Beaverton District Office
2 Gig
District Office
16550 SW Merlo Rd., Beaverton, OR 97006
Pittock
1 Gig
5th street Station
10550 SW 5th Street, Beaverton OR 97005
Beaverton District Office
1 Gig
ESL
12500 SW Allen , Beaverton OR 97006
Beaverton District Office
1 Gig
Transportation
10420 SW Allen , Beaverton OR 97006
Beaverton District Office
SECTION IV– ATTACHMENTS
ATTACHMENT F
Solicitation No: RFP 14-0001
High Capacity Data Circuit and/or Leased Dark Fiber
Hillsboro School District Site list
Circuit Speed
Site Name
Site Address
Connects to ....
100Mbps
Brookwood Elementary School
3960 SE Cedar Street, Hillsboro, OR 97123
Hillsboro District Office
100Mbps
Butternut Creek Elementary School
20395 SW Florence Street, Aloha, OR 97007-2243
Hillsboro District Office
1Gbps
Century High School
2000 SE Century Blvd., Hillsboro, OR 97123-8390
Hillsboro District Office
100Mbps
Eastwood Elementary School
2100 NE Lincoln Street, Hillsboro, OR 97124-3575
Hillsboro District Office
100Mbps
Evergreen Middle School
29850 NW Evergreen Road, Hillsboro, OR 971241822
Hillsboro District Office
Facilities Building
4901 SE Witch Hazel Road, Hillsboro, OR 971238523
Hillsboro District Office
100Mbps
Farmington View Elementary School
8300 SW Hillsboro Highway, Hillsboro, OR 971239284
Hillsboro District Office
100Mbps
Free Orchards Elementary School
2499 S. Beech Street, Cornelius, OR 97113
Hillsboro District Office
1Gbps
Glencoe High School
2700 NW Glencoe Road, Hillsboro, OR 97124-1518
Hillsboro District Office
100Mbps
Groner Elementary School
23405 SW Scholls Ferry Road, Hillsboro, OR 971239317
Hillsboro District Office
1Gbps
Hillsboro High School
3285 SE Rood Bridge Road, Hillsboro, OR 971238654
Hillsboro District Office
100Mbps
Imlay Elementary School
5900 SE Lois Street, Hillsboro, OR 97123-7460
Hillsboro District Office
100Mbps
Indian Hills Elementary School
21260 SW Rock Road, Aloha, OR 97006-1542
Hillsboro District Office
1Gbps
J. W. Poynter Middle School
1535 NE Grant Street, Hillsboro, OR 97124-3421
Hillsboro District Office
100Mbps
Jackson Elementary School
675 NE Estate Drive, Hillsboro, OR 97124-2197
Hillsboro District Office
100Mbps
L. C. Tobias Elementary School
1065 SW 206th Avenue, Aloha, OR 97006-1571
Hillsboro District Office
100Mbps
Ladd Acres Elementary School
2425 SW Cornelius Pass Road, Hillsboro, OR 971236736
Hillsboro District Office
100Mbps
Lenox Elementary School
21200 NW Rock Creek Blvd., Portland, OR 972291042
Hillsboro District Office
1Gbps
Liberty High School
21945 NW Wagon Way, Hillsboro, OR 97124
Hillsboro District Office
100Mbps
Lincoln Street Elementary School
801 N.E. Lincoln Street, Hillsboro, OR 97124
Hillsboro District Office
100Mbps
MEC Middle & High Schools
440 SE Oak Street, Hillsboro, OR 97123
Hillsboro District Office
100Mbps
MEC Options Programs
215 SE 6th Avenue, Hillsboro, OR 97123
Hillsboro District Office
100Mbps
Minter Bridge Elementary School
1750 SE Jacquelin Drive, Hillsboro, OR 97123-5260
Hillsboro District Office
100Mbps
Mooberry Elementary School
1230 NE 10th Avenue, Hillsboro, OR 97124-2503
Hillsboro District Office
100Mbps
SECTION IV– ATTACHMENTS
ATTACHMENT F
Solicitation No: RFP 14-0001
High Capacity Data Circuit and/or Leased Dark Fiber
100Mbps
North Plains Elementary School
32030 NW North Avenue, North Plains, OR 971330190
Hillsboro District Office
100Mbps
Orenco Elementary School
22550 NW Birch Street, Hillsboro, OR 97124
Hillsboro District Office
100Mbps
Paul L. Patterson Elementary School
261 NE Lenox Street, Hillsboro, OR 97124
Hillsboro District Office
100Mbps
Quatama Elementary School
6905 N.E. Campus Way, Hillsboro, OR 97124
Hillsboro District Office
1Gbps
R. A. Brown Middle School
1505 SW Cornelius Pass Road, Hillsboro, OR 971236727
Hillsboro District Office
100Mbps
Reedville Elementary School
2695 SW 209th Avenue, Aloha, OR 97006-1736
Hillsboro District Office
100Mbps
Rosedale Elementary
3901 SW 229th Ave., Beaverton, OR 97007
Hillsboro District Office
1Gbps
South Meadows Middle School
4690 SE Davis Road, Hillsboro, OR 97123
Hillsboro District Office
100Mbps
Transportation Building
1220 SW Walnut Street, Hillsboro, OR 97123-8523
Hillsboro District Office
100Mbps
W. Verne McKinney Elementary School
535 NW Darnielle Street, Hillsboro, OR 97124-2214
Hillsboro District Office
100Mbps
W.L. Henry Elementary School
1060 SE 24th Avenue, Hillsboro, OR 97123-7210
Hillsboro District Office
100Mbps
West Union Elementary School
23870 NW West Union Road, Hillsboro, OR 971248545
Hillsboro District Office
No Circuit
Witch Hazel Elementary School
4950 SE Davis Road, Hillsboro, OR 97123-8523
Hillsboro District Office
Hillsboro District Office
3083 NE 49th Place, Hillsboro, OR 97124-6009
Pittock
2Gbps
(Diverse)
Forest Grove School District Site list
Circuit Speed
Site Name
Site Address
Connects to ....
Cornelius Elementary School
200 N. 14th Avenue, Cornelius, OR 97113
Forest Grove District
Office
Dilley Elementary School
4115 SW Dilley Road, Forest Grove, OR 97116
Forest Grove District
Office
Echo Shaw Elementary School
914 S. Linden Street, Cornelius, OR 97113
Forest Grove District
Office
Fern Hill Elementary School
4445 Heather Street, Forest Grove, OR 97116
Forest Grove District
Office
Forest Grove Community School
1914 Pacific Avenue, Forest Grove, OR 97116
NWRESD
Forest Grove High School
1401 Nichols Lane, Forest Grove, OR 97116
Forest Grove District
Office
SECTION IV– ATTACHMENTS
ATTACHMENT F
Solicitation No: RFP 14-0001
High Capacity Data Circuit and/or Leased Dark Fiber
Harvey Clarke Elementary School
2516 B Street, Forest Grove, OR 97116
Forest Grove District
Office
Joseph Gale Elementary School
3130 18th Avenue, Forest Grove, OR 97116
Forest Grove District
Office
Neil Armstrong Middle School
1777 Mountain View Lane, Forest Grove, OR
97116
Forest Grove District
Office
Tom McCall Upper East Upper
Elementary School
1341 Pacific Avenue, Forest Grove, OR 97116
Forest Grove District
Office
Tom McCall West Upper Elementary
School
1255 Pacific Avenue, Forest Grove, OR 97116
Forest Grove District
Office
Forest Grove District Office
1728 Main Street, Forest Grove, OR 97116
NWRESD
Cedar Street Campus
2147 Cedar Street, Forest Grove, OR 97116
Forest Grove District
Office
Gales Creek Therapeutic Day School
Forest Grove District
9125 NW Sargent Road, Gales Creek, OR 97117 Office
Taylor Way Service Annex
2701 Taylor Way, Forest Grove, OR 97116
Forest Grove District
Office
NWRESD Sites list
Circuit speed Site Name
Site Address
Connects to ....
NWRESD
5825 NE Ray Circle, Hillsboro OR 97124
Pittock Building, 921 SW Washington, Portland,
Oregon 97205
NWRESD - Woodside Early
Learning
15050 SW Koll Parkway #8, Beaverton,
OR 97006
NWRESD - 5825 NE Ray Circle, Hillsboro, OR
97124
NWRESD - Tualatin Early
Learning
19500 SW 90 Ct, Tualatin, OR 97062
NWRESD - 5825 NE Ray Circle, Hillsboro, OR
97124
NWRESD - CDTP and DTP
8770 SW Scoffins Rd, Tualatin, OR 97223
NWRESD - 5825 NE Ray Circle, Hillsboro, OR
97124
NWRESD - Hillsboro Early
Learning
759 SE Washington, Hillsboro, OR 97124
NWRESD - 5825 NE Ray Circle, Hillsboro, OR
97124
NWRESD - Levi Anderson
16535 SW TV Hwy, Beaverton, OR 97006
NWRESD - 5825 NE Ray Circle, Hillsboro, OR
97124
NWRESD - CasPac
14255 SW Brigadoon Ct. Beaverton, OR
97005
NWRESD - 5825 NE Ray Circle, Hillsboro, OR
97124
SECTION IV– ATTACHMENTS
ATTACHMENT F
Solicitation No: RFP 14-0001
High Capacity Data Circuit and/or Leased Dark Fiber
Banks School District Sites list
Circuit speed
Site Name
Site Address
Connects to ....
100 Mbps
Banks District Site
12950 NW Main Street, Banks, Oregon
97106
NWRESD - 5825 NE Ray Circle, Hillsboro, OR
97124
Gaston School District Sites list
Circuit speed
Site Name
Site Address
Connects to ....
100 Mbps
Gaston District Site
300 Park Street - Building #A, Gaston, OR
97119
NWRESD - 5825 NE Ray Circle, Hillsboro, OR
97124
SECTION IV– ATTACHMENTS
ATTACHMENT G
Solicitation No: RFP 14-0001
High Capacity Data Circuit and/or Leased Dark Fiber
Logical Network Diagram
SECTION IV– ATTACHMENTS
ATTACHMENT H
Solicitation No: RFP 14-0001
High Capacity Data Circuit and/or Leased Dark Fiber
SECTION IV– ATTACHMENTS
ATTACHMENT H
Solicitation No: RFP 14-0001
High Capacity Data Circuit and/or Leased Dark Fiber
SECTION IV– ATTACHMENTS
ATTACHMENT H
Solicitation No: RFP 14-0001
High Capacity Data Circuit and/or Leased Dark Fiber
SECTION IV– ATTACHMENTS
ATTACHMENT H
Solicitation No: RFP 14-0001
High Capacity Data Circuit and/or Leased Dark Fiber
SECTION IV– ATTACHMENTS
ATTACHMENT H
Solicitation No: RFP 14-0001
High Capacity Data Circuit and/or Leased Dark Fiber
SECTION IV– ATTACHMENTS
ATTACHMENT H
Solicitation No: RFP 14-0001
High Capacity Data Circuit and/or Leased Dark Fiber