Request for Proposals

Similar documents
Request for Proposals. St Charles CUSD 303 ERATE PROGRAM INTERNET SERVICES

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

Request for Proposal Hewlett Packard Network Switches and Peripherals

Castaic Lake Water Agency Storage Area Network Expansion. Request for Proposal. July 2012

INTERNET SERVICE FOR OAKLAND UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS (RFP) FOR E-RATE 17 ( )

AT: 1. Norridge Village Hall N. Olcott Ave. and 2. Norridge Police Department N. Olcott Ave.

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

SAMPLE SERVICES CONTRACT

GREENFIELD MIDDLE SCHOOL ROOF PROJECT

May 29, 2012 Solicitation of quotations

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT (203) E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

Request for Proposals Erate Category 1 Hosted VoIP Service Hinds County School District

NIAGARA FALLS WATER BOARD

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE

MOUNTAIN EMPIRE UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL

NOTICE: CALLING FOR PROPOSALS VOICE-OVER IP (VOIP) EQUIPMENT AND INSTALLATION ERATE ELIGIBLE SERVICES

April 22, 2009 REQUEST FOR PROPOSALS (RFP)

#5 Independent Contractor Form - With Insurance With Bonds

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

Additional specific restrictions are laid out in the following bid packet. As a courtesy, we have provided the following summary of this bid.

Stephenson County, Illinois

SAMPLE CONSTRUCTION INSURANCE REQUIREMENTS

Department of Purchasing & Contract Compliance

CARMEL UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS - VOIP SYSTEMS

CITY OF BLAINE REQUEST FOR PROPOSAL IP TELEPHONY SYSTEMS CONSULTANT

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT PROJECT

BID SPECIFICATION PACKAGE

TOWN OF GLASTONBURY PROFESSIONAL SERVICES PROCUREMENT NOTICE REQUEST FOR PROPOSAL MERCHANT PAYMENT PROCESSING SERVICES RPGL #

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

REQUEST FOR PROPOSALS Occupational Therapy Services July 29, 2014

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

CHECK POINT FIREWALL

Department of Purchasing & Contract Compliance

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325

INDEPENDENT CONTRACTORS AGREEMENT

High Speed Internet Deployment In the Back of the Yards Neighborhood

Request for Statements of Qualifications # for Electric Motor Repair

Lake County, Oregon Request for Proposal VoIP Telephone Communications System

REQUEST FOR PROPOSAL BID # ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015

RFQ No. 4856B /MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 2:00 PM

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

ARTICLE 11. INSURANCE AND BONDS

PROPOSALS REQUESTED THE TOWN OF OLD ORCHARD BEACH POLICE DEPARTMENT FOR IP-BASED VOICE COMMUNICATION SYSTEM

QSP INFORMATION AT A GLANCE

Independent School District No. 9 (Union Public Schools) Tulsa County, Oklahoma

Request for Quotation (RFQ) RFQ SharePoint Consultant

Request for Proposal No Moving Services

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

CITY OF LEAWOOD. Independent Contractor Agreement

REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO

IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!

CONTRACTOR GUIDELINES

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

THE GLOCESTER SCHOOL DEPARTMENT Request for Proposals G Architectural Services RIDE 5 Year Capital Plan

STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE

Professional Services Agreement

Orange County Schools 200 East King Street. Hillsborough, NC Request for Proposals

CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI INVITATION TO BID

INSTRUCTIONS TO BIDDERS


INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

MANTON CONSOLIDATED SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

Request for Quotes Conductor Heads / Downspout Replacement

ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and

5. Preparation of the State and Federal Single Audit Reports.

Request for Proposal. City of Monrovia Case Management, Facilities Management and Work Order Application Replacement

WATERFRONT COMMISSION OF NEW YORK HARBOR An Instrumentality of the States of New York and New Jersey. Request for Proposal

COUNTY OF UNION, NEW JERSEY


The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision.

Transcription:

Request for Proposals Elgin School District U-46 SIP Trunk RFP 1

Table of Contents 1. BACKGROUND... 3 2. PROCUREMENT INFORMATION... 6 3. EVALUATION CRITERIA... 8 4. PURPOSE AND SCOPE... 8 5. SCOPE OF WORK & PROJECT LAYOUT... 9 6. DISTRICT TECHNICAL REQUIREMENTS... 11 7. CUSTOMER SERVICE AND WARRANTY... 11 8. ADDITIONAL CAPABILITIES / FEATURE DESCRIPTIONS... 13 9. VENDOR RESPONSIBILITIES AND REQUIREMENTS... 13 10. GENERAL REQUIREMENTS... 18 11. SPECIFICATIONS & PRICING... 22 12. REFERENCE AND EXPERIENCE... 25 13. PROPOSAL... 28 2

Request for Proposals Elgin School District U-46 SIP Trunk RFP 1. Background 1.1. Covering 90 square miles, School District U-46 serves portions of 11 communities in the northwest suburbs of Chicago in Cook, Du and Kane Counties. The District is approximately 45 minutes west of downtown Chicago, and the majority of our communities are easily accessible from major interstates and commuter rail lines. School District U-46 serves over 40,000 children in grades prek-12. The District ranks as the second largest in Illinois with 42 elementary schools, 8 middle schools and 6 high schools. The District is headquartered at the U-46 Educational Services Center at 355 E. Chicago Street in Elgin, IL 60120. 1.2. The District is comprised of six (6) high schools, eight (8) middle schools, forty-one (42) pre-k/elementary schools and four (4) specialty facilities. 1.3. The District is in year two of implement a five year IT plan to upgrade and enhance all aspects of Information Technology from the implementation of structured cabling in all locations, to classroom applications, LAN equipment, wireless technology and security applications. 1.4. The District will leverage Priority Two E-Rate funding, if available, for financial assistance in the deployment of these enhanced technologies. 1.5. Response Requirements 1.5.1. Proposals must be submitted to the District by 2:00 pm CST, Friday, October 11, 2013. 1.5.2. Proposals must be submitted to: Mr. Rickey Sparks Director of Business Services 3

U-46 Educational Services Center 355 E. Chicago Street Elgin, IL 60120. 1.5.3. Responders must supply one (1) original, four (4) printed copies and one (1) electronic of the response. 1.5.4. All prices should be F.O.B., Elgin, Illinois. 1.5.5. All envelopes MUST be sealed and marked: SIP Trunk RFP. 1.5.6. Pricing, Section 11, must be provided in a separate, sealed envelope, clearly labeled SIP Trunk RFP. 1.5.7. RFPS MAY NOT BE FAXED. 1.5.8. Proposals are to be formatted such that any requested information is provided direct beneath the numbered section in which the information is requested, or in the specific forms provided within the this document. 1.6. Questions on this procurement should be directed, in writing, via e-mail to: Mr. Tom Jakobsen ClientFirst Consulting Group, LLC tjakobsen@clientfirstcg.com 1.7. The schedule for this procurement is as follows in Table 1. Table 1 Selection Process Step Estimated Date(s) RFP/Bid Issued September 20, 2013 Final Date for Questions October 1, 2013 Publish Addendum October 3, 2013 Proposals Due October 11, 2013 Decision on Vendor Finalists (short-list) October 16, 2013 Vendor Finalist Presentations Week of October 21, 2013 Final Vendor Selection Recommendation to Board October 23, 2013 Presentation of Recommendation to Board November 4, 2013 4

Contract Negotiations Complete November 14, 2013 Board Approval of Contract November 18, 2013 Project Kick-off November 19, 2013 Project Completion December 31, 2013 5

2. Procurement Information 2.1. This document will deal with the migration from PRI telephone T1 s to SIP connectivity for inbound and outbound calls which requires the procurement of additional equipment and services for the Elgin School District. 2.2. General 2.2.1. Related Documents - The General Provisions of the Contract apply to the work in this Specification. 2.2.2. This RFP is for the procurement of Cisco modular equipment, routers, and licensing. 2.3. Definitions 2.3.1. Throughout this document the terms Specifications, Request for Proposal (RFP) are used interchangeably and are intended to be inclusive of the written and illustrated portions of this Request for Proposal, unless noted otherwise. 2.3.2. Throughout this document the terms Owner and District U-46 are used interchangeably and indicate the owner of the SIP Trunk system, Elgin School District U-46. 2.3.3. The term Vendor, Proposer and Contractor are used interchangeably and indicate the contractor responsible for installation of the SIP Trunk system. 2.3.4. The term Consultant, Designer or Engineer is intended to mean the firm and its employees that designed the structured cabling system, its drawings, and these specifications. 2.3.5. The terms Proposal and Quotation are used interchangeably and are intended to mean the pricing quotation submitted in response to this Request for Proposal. 2.4. General Requirements 2.4.1. The Contractor shall furnish and install all necessary labor, material and/or equipment required to complete the work as shown on the drawings, RFP documents and as specified herein for the OWNER. 2.4.2. The Contractor shall carefully investigate the site and conditions, verify dimensions by actual measurement if necessary, and coordinate their work accordingly. The Contractor shall be responsible for the accuracy of all such measurements and the precise fitting and assembly of the finished installation. 2.4.3. The Contractor or subcontractor warrants that he is familiar with and he shall comply with Federal, State and local laws, statutes, ordinances, rules and regulations and the orders and decrees of any courts or administrative bodies or tribunals in any manner affecting the performance of the contract including without limitation Workmen's Compensation Laws, minimum salary and wage statutes and regulations, laws with respect to permits and licenses and fees in connection therewith, laws regarding maximum working hours. No plea of misunderstanding or ignorance thereof will be considered. 6

2.4.4. The Contractor shall be responsible for the protection of his work until such time that the Owner issues written acceptance of the SIP Trunk system. 2.4.5. Whenever required, the contractor or subcontractor shall furnish the Owner with satisfactory proof of compliance with said Federal, State and local laws, statutes, ordinances, rules, regulations, orders, and decrees. 2.5. Qualifications of Responder 2.5.1. The Contractor shall be licensed to do business in the State of Illinois. 2.5.2. The Responder may be requested, prior to award of contract, to submit written evidence of financial position, and current commitments. Refer to the Terms and Conditions for additional requirements. 2.5.3. The Owner may make such further investigations of contractors as he deems necessary to determine the ability of the contractor to perform the work and the contractor shall furnish to the Owner all such data for this purpose as the Owner may request. The Owner reserves the right to reject any RFP if the evidence submitted, or investigation of such contractor, fails to satisfy the Owner that such contractor is properly qualified to carry out the obligations of the contract and to complete the work contemplated. 2.5.4. The Contractor shall have worked satisfactorily for a minimum of five (5) years on systems of this type and size. 2.5.5. The proposer must reveal involvement in any lawsuits or other disputes for the last five years of Customers for lack of performance. 2.5.6. The proposer must reveal any Cisco SIP Trunk installation projects during the last 5 years which they were started but not completed and the reason for noncompletion. 2.5.7. Contractor must have on payroll a minimum of one (1) fully certified CCIE/CCNP Voice Engineer. 2.5.7.1. Contractor to provide resume and certification(s) as a part of response. 2.5.8. The contractor shall have worked satisfactorily for a minimum of three (3) years on systems of this type and size. 2.5.9. Upon request by the engineer/designer, furnish a list of references with specific information regarding type of project and involvement in providing of equipment and systems. 2.5.10. The owner discourages the use of subcontractors. However if the use of subcontractors is approved they shall assume all rights and obligations toward the contractor that the contractor assumes toward the owner and engineer. 2.6. Submission of Pricing Proposal - By submitting a response, the Contractor affirms that it has had ample time and opportunity to review the design documents and understands the requirements for furnishing and installing the specified Structured Connectivity System and has included the labor and materials required for the complete system in its RFP response. 2.7. Coordination 7

2.7.1. The Contractor is to coordinate its activities with the Owner s Project Manager on the project and attend project management meetings as directed. 2.7.2. Prior to the project kick-off meeting, the successful Contractor is to prepare and furnish to the OWNER s Project Manager (PM) a detailed installation schedule of events for the wireless work. The schedule is to indicate daily work of the project. This schedule will be utilized to track the progress and status of the installation. Once agreed to and submitted, any deviation to this schedule must be approved by the OWNER s PM. The schedule must comply fully with the completion dates included in the Contract Documents, unless modified by issuance of an Addendum. 2.7.3. The preparation and agreement to an installation schedule is to be coordinated between the Contractor and the OWNER s PM. 3. Evaluation Criteria 3.1.1. All proposals will be evaluated using the following general evaluation Criteria: Criteria Table 3.1 Evaluation Criteria Percentage Price 40% Completeness and Accuracy of Proposal 10% References & Experience 25% Ability to Complete Work by Due Date 15% Total 100% 3.1.2. The evaluation process will consist of review and evaluation of proposals received by a team consisting of District personnel and consultants. 3.1.3. The procurement will be awarded to the lowest cost qualified provider at the Customer s discretion. 4. Purpose and Scope The purpose of the Request for Proposal (RFP) is to solicit proposals from vendors to migrate the current ISDN PRI infrastructure to a SIP Trunk implementation. General information about the District can be found on the District s website at http://www.u-46.org/rfp. The District is seeking to implement SIP technology at the administration build as specified in the RFP. This must be a turnkey solution. No other third party equipment purchases should be required for complete implementation of this technology. The procurement includes the upgrade of the current PRI T1 phone system gateway to support SIP and the addition of a second phone system gateway to provide additional SIP trunking capacity. The proposer will be responsible to migrate and oversee all existing DID moves and associated configuration settings to the new SIP Trunk system. 8

The current Cisco VOIP system services all main District locations a total of approximately 3,300 VoIP telephone stations. The proposer will be required to work with the existing Cisco Call Manager platform to the new Call Manager platform as part of the implementation process. The equipment to be procured as a part of this RFP is included in Table 11.1. While table 4.1.0 references the inventory of circuits. Currently, the District has the following ISDN active setup: Table 4.1.0 (primary datacenter location circuits) Circuit Type Channels Carrier Connection Code Talk Paths In/Out PRI #1 23 847 23, both PRI #2 23 847 23, both PRI #3 23 847 23, both PRI# 4 23 847 23, both PRI#5 23 630 23, both PRI#6 23 630 23, both Project Scope Summary: Elgin School District U-46 plans to move off the 6 ISDN PRI circuits that connect to the public switched telephone network (PSTN) and use two active SIP trunks that will route to different voice gateways at separate sites. The first site would be located at the Education Services Center (ESC) and the other site would be located at the Kenyon Woods location. This would allow for high availability active-active SIP trunking to the PSTN support to the enterprise. Proposers should assume that the SIP trunk circuits will already be provided and in place by AT&T. The district goal is to have 200 active SIP trunk sessions route between each of the two different voice gateways. These voice gateways routers are Cisco 3925 voice gateway routers which will be located at different datacenters with the Elgin U-46 network. There is one existing Cisco 3925 gateway router that will receive an upgrade and one extra Cisco 3925 that will be purchased as a part of this procurement. Some sites in the District qualify for Federal E-Rate, Internal Connection funding. The District plans to submit a Form 470 for this work. The District has decided not to wait for a decision on E-Rate funding prior to proceeding with this project. If all or part of the project is selected for E-Rate funding, the Contractor shall cooperate with the District to develop cost breakdowns for E-Rate. The District will request reimbursement through the Universal Service s BEAR form, so the E-Rate application should not affect the timeliness of payments to the Contractor. 5. Scope of Work & Project Layout 9

SIP Implementation Methodology The Vendor project manager and District project manager will develop an overall installation schedule for the schools in question. The schedule shall be completed by December 31 st, 2013. Router & switch configuration will be performed directly by vendor with aid from district network engineers. All installation work will be performed during off hours (a winter break installation is expected). The vendor will provide a project manager and project plan outlining the scope of work to be performed. A design meeting will take place post kick off of the project to formulate the call flow and failover options presented utilizing two separate active trunks. The methodology to be used for router configuration and SIP implementation is outlined below: 5.1. Vendor to survey ESC data center and phone closets to determine special requirements for physical installation and cutover, noting exact cable lengths and other specific requirements. 5.2. Vendor to adjust bill of material, noting all changes due to actual conditions for review and approval by the District. 5.3. District to review and approve final bill of material. 5.4. Vendor and District Project Managers develop a schedule for implementation. 5.5. According to the schedule, equipment purchased through this RFP is transported by Vendor to the Administrative office for joint configuration by Vendor and District network engineers. 5.6. Vendor to install one additional PVDM3-256 module into one of the existing Cisco 3925 voice gateways that the district already has in production. Activate and configure Cisco Unified Border Element (CUBE) licensing for 200 SIP trunk sessions to Cisco 3925 voice gateway. 5.7. Vendor to install additional brand new Cisco 3925 voice gateway router with a PVDM3-256 module in it. Activate and configure CUBE licensing in this gateway to support the 200 SIP trunk sessions from the voice gateway as well. 5.8. Vendor to configure Cisco Unified Communications Manager (UCM) v8.6 system so that is can use either or both active SIP trunks to places call out or receive incoming calls. District is to determine call flow setup prior to deployment or at configuration. 5.9. Vendor will setup the new SIP trunking in parallel with the existing 6 ISDN PRI s so that it will allow for a smoother transition to SIP trunking technology. 5.10. Vendor & District will work together in testing the failover functionality. Tests will be performed to fail one of the SIP trunks to confirm that all calls still flow in and out to the public switched telephone network (PSTN) over the remaining active SIP trunk. 10

5.11. Vendor will be available for and participate in the activations and testing of the SIP trunking with the District s carrier AT&T. 5.12. Vendor will aid district in adding new DIDs, as well as porting over existing DID s from ISDN PRI circuits. Vendor is required to help district in porting and/or building the first one hundred (100) DID s and train district technical staff as to how this process is done. The district will handle the remaining portion of the process once training is completed. 5.13. Vendor to provide post-implementation support during the week following the conversion. 5.14. Vendor is to help district move one of their existing Cisco UCS C210 servers to secondary failover site to ensure geographical survivability. 5.15. Vendor to provide, install, and dress cabling needed for equipment connectivity. 5.16. Vendor fully responsible for implementation of project from beginning to completion. 5.17. The District will be responsible for designating rack locations of the equipment, HVAC, UPS based power and other environmental controls. 6. District Technical Requirements This Request for Proposal is open to all Cisco network equipment suppliers, provided that each supplier and the proposed equipment meet the qualifications outlined in this proposal. All equipment should be 19 rack mountable and hardware for rack mounting should be included in the proposal where required. The proposed switches must meet the following general requirements: 6.1.1. Vendor work with AT&T to port over lines 6.1.1.1. The successful vendor should plan on a four (4) hour meeting to review routing, QoS Design, VLAN Design, and project plan with U-46 and its consultants. 6.1.1.2. The successful vendor will be responsible for reviewing all VLAN and QoS configurations on existing and replacement equipment at all locations and making any changes necessary. 6.1.1.3. The successful vendor shall update emergency calling information, if required, on the Cisco Emergency Responder (CER) application. 6.1.1.4. The successful vendor will be responsible for installation of VLANs and QoS as necessary at all locations. 6.1.1.5. The District will work directly with the vendor on configuration for installation of new router components. 6.1.1.6. District will provide sufficient power and power outlets for all replacement equipment. 6.1.1.7. The District will provide HVAC for all replacement equipment. 7. Customer Service and Warranty 7.1. Please describe the Customer Support Structure, including specific process and procedures. Please include or describe the following, including both product details 11

and cost method (per hour, per day, included with contract, etc.). Also, please indicate the roles of the manufacturer and reseller in each item. 7.1.1. Customer Assistance: support availability, hours, phone or web based, SLA response time, etc 7.1.2. Escalation Process: Procedure or process for escalating support issues. 7.1.3. On-site support: Options available, SLA for appearance or resolution, location of nearest support technicians 7.1.4. System Failures: Please describe the process for dealing with failures related to faulty units and system maintenance. What would be expected of District personnel as far as specialized skill required or training for component replacement, etc? 7.1.5. Warranty: 1 year minimum. To include all parts and labor for troubleshooting, diagnostics, and resolution of problems related to the performance and stated functionality of the voice gateway. Warranty to require 24 x 7 x 365 two hour response time to initial trouble ticket creation and escalation and resolution based on a priority base SLA. Warrant to exclude carrier specific problem resolution or problems that are determined to be carrier specific as a part of the diagnostic and resolution process. 7.1.6. Maintenance & Support: Please specify options and requirements for hardware maintenance, software upgrades, and technical support in 1 year increments. 7.1.6.1. The District requires 24 x 7 x 2 hour onsite response time for maintenance for the proposed equipment. 12

8. Additional Capabilities / Feature Descriptions Please describe any features or capabilities not delineated above that would be useful for understanding and evaluation. Note any components that have extra costs associated with them. Examples of such features would include add-on monitoring or security software, remote VPN capabilities, etc. All such descriptions should be based on products that are shipping as of the bid due date. 9. Vendor Responsibilities and Requirements The Vendor will be responsible for the installation and configuration of the SIP Trunk system as specified above. The Vendor shall be responsible for on-site configuration and training of the District IT staff for the daily operation aspects, monitoring, management, and maintenance aspects of the system. The Vendor shall name a project coordinator who shall work with the District s Project Manager to provide and approve a project schedule. The schedule shall take into account all aspects of the project, including site survey, design, installation, access point installation, location and configuration, and proof of performance testing. When installing the System in a facility with other construction occurring simultaneously, the Vendor shall coordinate with the Construction Project Manager for the District. The Vendor shall be responsible for preparing a proposal for each building, based on the site survey results. This proposal shall include the following: 9.1. Documentation of the proposed installation point of voice gateway router. Rack elevation diagrams are required. 9.2. Documentation and labeling of all patch cables that will be moved during the conversion. 9.3. Documentation of the server and VLANs associated with each port to be utilized in the environment. 9.4. Creation and maintenance of an hour by hour plan that outlines all steps to be taken by vendor or District personnel during test or go live conversions. 9.5. Development of any lessons learned documentation based on test results. 9.6. Development, with the District of a test plan and assistance with executing the agreed upon test plan. 9.7. Documentation of any problems or other considerations the Vendor feels are important for the security and availability of the network. 9.8. Review any issues or conditions that may affect the installation, or installation schedule. 13

9.9. Documentation of each telecommunications closet in each building within the scope of work. Documentation format will consist of a spreadsheet to be provided by the District. Supplied Products 9.10. All supplied products for this installation shall be new from vendor or distributor stock. Special order products are to be new and shall be scheduled for delivery and installation to meet the final completion dates stated in this RFP. 9.11. All software and firmware is to be normal, production versions, shipping at time of bid submission. No beta software, custom programming, or promised future enhancements will be accepted. 9.12. Used or damaged products will not be accepted. Removal and replacement of such products will be the contractor s responsibility and will be done at no additional cost to the District. 9.13. Equipment and materials of the type, for which there are independent standard testing requirements, listings, and labels, shall be listed and labeled by the independent testing laboratory. 9.14. Where equipment and materials have industry certification, labels, or standards (i.e., NEMA - National Electrical Manufacturers Association), this equipment shall be labeled as certified or complying with standards. 9.15. Material and equipment shall be new, and conform to grade, quality, and standards specified. Equipment and materials of the same type shall be a product of the same manufacturer throughout. Materials and Workmanship 9.16. The Vendor shall perform all work required for the completion of the installation in a skillful and craftsman-like manner. 9.17. All installations are to be made secure, plumb, true, and square. Align all installations with adjacent existing conditions, unless shown otherwise on the drawings, bid documentation, and/or specifications. 9.18. Materials used for the completion of the installation shall be new, the best of their respective kind, and manufactured for the purpose that they are being used. 9.19. There shall be no substitution of the materials listed for installation and/or the expected method of installation without the prior written approval of the District s project manager. Any changes in materials and/or installation from that shown on the drawings, bid documentation, and general specifications without written approval shall be the responsibility of the Vendor to correct, to the satisfaction and approval of the Project Manager, at no cost to the District. 9.20. The installation of all materials and devices shall be in accordance with the latest manufacturer's published procedures, specifications, and recommended procedures. 9.21. All materials shall be delivered in their original, unopened packaging and stored in an enclosed, secured area providing adequate protection from damage and/or loss. 14

Damaged or deteriorated materials shall be removed from the building property immediately and replaced at no cost to the District. Vendor Completion Criteria Vendors work at each location shall be considered complete after the following has been accomplished: 9.22. All items listed in the vendors approved proposal have been completed. 9.23. All Labels are in place. 9.24. All construction debris and Materials have been removed. 9.25. The District s Project Manager has inspected all installations and reviewed proof of performance tests and accepted the installation. 9.26. The Vendor has provided the District with a formal knowledge exchange, consisting at a minimum of: 9.26.1. Complete documentation of all device configurations (may be in electronic form). 9.26.2. Documentation of the location of all network switches; including device inventory, model number, serial number, etc. 9.26.3. A diagrammatic overview of all device interconnections, in Visio. 9.27. Responder / Owner Responsibility - It will be assumed that any task required for a complete and operational local area network switching system not specifically stated to be an OWNER s responsibility will be that of the Responder. 9.28. Changes and Discrepancies - Any minor change in the configuration of network switching equipment or UPS equipment, etc., from that initially indicated, if directed by the OWNER s PM, prior to the installation of the location, shall be made without charge. A "Minor Change" is defined as "Not adding any degree of difficulty to the original installation requirement". 9.29. Close-out and Final Acceptance 9.29.1. The completed installation shall consist of a network switching and UPS system constructed in strict accordance with the RFP documents and specifications. Any labor, materials and/or equipment which is not indicated in the RFP documentation or specifications herein, but is necessary and/or incidental to completing the entire installation, as shown and intended, must be furnished and installed at no additional cost to the OWNER. 9.29.2. At time of completion of the installation, the Contractor shall request, in writing, to the OWNER s PM for a walk through of the installation for the purpose of preparing a final punch list towards acceptance of the installation. Once the items on the final punch list have been corrected by the Contractor, they are to submit another request to review the punch list items and acceptance of the installation. 9.29.3. Contractor is required to submit "As-Built" computer generated (AutoCAD, Visio or Adobe Acrobat) record drawings, which will reflect the exact location of each switch location. The Contractor shall submit (1) hardcopy set of the drawings, 15

and an electronic version on CD-ROM at the completion of the project and prior to final acceptance by the Owner. 9.29.4. Prior to final acceptance and payment, the Contractor shall provide the OWNER with a warranty certificate and registration for this installation. 9.30. Cleaning - The Contractor shall, daily, at the completion of the work, remove and dispose of all rubbish, surplus materials, equipment, etc., and shall leave the site absolutely clean and in good order to the satisfaction of the Owner. 9.31. Safety - The Contractor is responsible for the safe passage of pedestrian traffic for the duration of the job. Any precautionary measures, necessary warning signs, etc., required to assist the Contractor in the performance of the work shall be at the Contractor's expense and provided for his/her quoted price. 9.32. Material / Equipment Staging 9.32.1. The Responder will be responsible for coordinating the delivery, acceptance, unloading and storage of their materials to the premises with the Owner s PM. The Responder must comply with all building regulations regarding hours, method and location of material delivery. 9.32.2. The OWNER will provide, within reason and at their discretion, adequate space for the Responder to store a limited quantity of material and tools, but does not agree to provide space for the entire inventory of material and tools for the project. 9.32.3. Protect equipment during transit, storage, and handling to prevent damage, theft, soiling, and misalignment. Coordinate with the owner for secure storage of equipment and materials. Do not store equipment where conditions fall outside manufacturer's recommendations for environmental conditions. Do not install damaged equipment; remove from site and replace damaged equipment with new equipment. 9.33. Use of Site 9.33.1. Use of the site shall be at the owner's direction in matters in which the owner deems it necessary to place restriction. 9.33.2. Access to building wherein the work is performed shall be as directed by the owner. 9.33.3. Schedule necessary shutdowns of plant services with the owner, and obtain written permission from the owner. 9.33.4. Proceed with the work without interfering with ordinary use of streets, aisles, passages, exits, and operations of the owner. 9.34. Continuity of Services 9.34.1. Take no action that will interfere with or interrupt, existing building services unless previous arrangements have been made with the owner's representative. Arrange the work to minimize shutdown time. 16

9.34.2. Should services be inadvertently interrupted, immediately furnish labor, including overtime, material, and equipment necessary for prompt restoration of interrupted service. 17

10. General Requirements 10.1. Where trade names, models, or catalog numbers are specified, it shall be understood as indicating the minimum of design and quality desired. The description herein is given for the sole purpose of providing a suitable basis for comparison and not limiting competition. However, if items other than those specified are substituted, the Responder shall so state in his RFP, giving the name of the manufacturer, model, or catalog number, etc., and submit literature thereon to aid the owner in evaluating the submitted item(s). It will be assumed that if no changes are indicated, items will be furnished as specified. 10.2. Successful Responder must submit separate invoice for each purchase order. Information on that invoice shall cover only that one purchase order. 10.3. The Owner reserves the right to return any merchandise that does not comply with the specifications and conditions at the supplier s expense. 10.4. The quantities of items stated in the RFP specifications, including the quantities stated in any alternates, are intended as a reasonable estimate of the district s anticipated needs for the purposes of this RFP only. Such quantities may not be construed as a promise or Owner reserves the right to increase or decrease quantities requested on the RFP and all alternates in the event that the district s actual needs differ from the estimates stated herein. 10.5. The Owner, in determining the responsibility of any Responder, may take into account other factors in addition to financial responsibility, such as past records of transactions with the Responder, experience, adequacy of equipment, ability to complete performance within necessary time limits, and other pertinent considerations such as, but not limited to, reliability, reputation, competence, skills, efficiency, facilities, resources and location of the Responder as related to prompt reply to service needs, parts pickup, and ease of communications. The Responder shall, if and upon the district s request, supply such information as current auditor s financial statement, insurance certification and any other necessary information to allow U-46 to determine the Responders qualifications and responsibility. 10.6. The Owner reserves the right to reject any or all RFPs. 10.7. If you choose not to submit a RFP at this time, please return this information stating reason(s) you are not responding. Failure to respond to this request may result in removal of your companies name from the Responders list. 10.8. Reminder - Double Check for enclosures and signatures. 10.9. All pricing will be honored through September 2014. If the vendor will not hold pricing, the proposal will be rejected. The vendor must indicate if pricing will be maintained through September 2014. 10.10. PREVAILING WAGE LAW - This project is subject to Illinois Prevailing Wage Law and all Contractors and Sub-Contractors are required to pay Prevailing Wage Rates for the appropriate tasks being performed by construction personnel. All Contractors and Sub-Contractors shall be required to submit Certified Payroll Documentation in accordance with the Prevailing Wage Law. 18

10.11. INSURANCE 10.11.1. GENERAL 10.11.1.1. The Contractor and Subcontractors will not commence work under the Contract until all required insurance bonds have been obtained and approved by the Owner. 10.11.1.2. All such insurance and bonds will be secured only from insurance companies licensed and duly authorized by the Department of Insurance of the State of Illinois to do business in Illinois. Insurance companies will require an A.M. Best Policyholder s rating of A or better and an A.M. Best Financial Size Category of IX or better. 10.11.1.3. All policies of insurance will be endorsed to require a sixty (60) days prior written Notice of Cancellation be given to Owner. 10.11.1.4. Certificates of Insurance acceptable to the Owner will be filed with the Owner prior to the commencement of the Contract. The certificates must show evidence of the coverage required herein; include a description and location of the project sites; and reflect the sixty (60) day notice of cancellation provision. 10.11.2. LIABILITY INSURANCE 10.11.2.1. OWNER S LIABILITY INSURANCE - The Owner may purchase and maintain General Liability and Automobile Liability; similarly, the Owner may retain the risk exposures related to these coverage s. The Contractor and Subcontractors shall not be responsible for purchasing and maintaining Owner s liability insurance unless specifically required by this Contract. 10.11.2.2. CONTRACTOR S LIABILITY INSURANCE - The Contractor and Subcontractors will purchase and maintain insurance for the coverage s and in the amounts specified in the following provisions for a minimum of three (3) years after final completion of the Contract. 10.11.2.3. Commercial General Liability Insurance 10.11.2.3.1. Commercial General Liability Insurance will provide coverage for Bodily Injury and Property Damage liability for the premises, operations, products and completed operations hazards; contractual liability assumed in this contract including. 10.11.2.3.2. Indemnification of the Contractor or Subcontractor, independent contractors, broad form property damage liability (including products and completed operation), personal injury with employee and contractual exclusions deleted and coverage for explosion, collapse and underground hazards. 10.11.2.3.3. The limits of liability will be written on an occurrence basis and will provide limits not less than the following: 10.11.2.3.3.1. $2,000,000 - Bodily Injury and Property Damage Combined Single Limit Each Occurrence 10.11.2.3.3.2. $2,000,000 - Personal Injury and Advertising Injury 19

10.11.2.3.3.3. $2,000,000 - Products and Completed Operations Aggregate 10.11.2.3.3.4. $2,000,000 - General Annual Aggregate per Project 10.11.2.4. Automobile Liability Insurance - Automobile Liability Insurance will list the ANY AUTO symbol and cover all owned, non-owned and hired automobiles, trucks, and trailers. Such insurance will include contractual liability and provide limits not less than the following: 10.11.2.4.1. $2,000,000 Bodily Injury and Property Damage Each Accident 10.11.2.5. Worker s Compensation Insurance - Workers Compensation Insurance (Coverage A), including Occupational Disease coverage in statutory limits for the State of Illinois, with Coverage B-Employer s Liability limits not less than the following: 10.11.2.5.1. $2,000,000 - Each Accident Bodily Injury by Accident 10.11.2.5.2. $2,000,000 - Each Employee Bodily Injury by Disease 10.11.2.5.3. $2,000,000 - Policy Limit Bodily Injury by Disease 10.11.2.6. Umbrella Liability Insurance - Umbrella Liability Insurance will be in excess of the underlying coverage set forth in 9.15.2.5.1, 9.15.2.1.5.2 and 9.15.2.5.3 above, and will provide coverage at least as broad as the respective policies. The Owner, School District U-46, shall be listed as additional insured. The limits of liability required are the full limits and are not to be less than the following: 10.11.2.6.1. Contractor - $5,000,000 Each Occurrence, $5,000,000 Aggregate 10.11.2.6.2. Subcontractor - $3,000,000 Each Occurrence, $3,000,000 Aggregate 10.11.2.6.3. Coverage that is not provided by the underlying insurance, but is provided under the Umbrella Liability Insurance will be subject to a self-insured retention no greater than $10,000 per occurrence. The Contractor and Subcontractor may use any combination of the underlying and umbrella insurance limits of liability provided the combined total limits of liability are equivalent to the total limits of liability required herein. 10.11.2.7. Additional Insured/Waiver of Subrogation Requirements - The Commercial General Liability, Automobile Liability, and Umbrella Liability policies will include the Owner, its directors, officers, and employees. The policies will be endorsed as primary and noncontributory to any insurance of the Additional Insureds. If the Additional Insureds have other insurance, which is applicable to a loss, such other insurance shall be on an excess basis over valid and collectable insurance. The Commercial General Liability, Automobile Liability, Worker s Compensation and Umbrella Liability policies will include a Waiver of Subrogation, evidenced by endorsement, in favor of the Additional Insureds. 10.11.2.8. Owner s-contractor s Protective Liability Policy - If the Contractor or any Subcontractor is unable to provide a per project aggregate or 20

primary/non-contributory coverage to the Additional Insureds, the Contractor or Subcontractor will provide an Owner s-contractor s Protective Liability Policy as follows: 10.11.2.8.1. With the Additional Insureds (i.e., the Owner) as Named Insureds; 10.11.2.8.2. At limits of Liability equivalent to the combined Commercial General Liability and Umbrella occurrence and aggregate limits; 10.11.2.8.3. As primary and non-contributory to any insurance of the Additional Insureds; 10.11.2.8.4. With a 60 day written Notice of Cancellation 10.11.2.8.5. The original of such policy will be filed with the Owner. 21

11. Specifications & Pricing 11.1. Table 11.1 summarizes equipment and licensing need required by this RFP. Table 11.2 summarizes the hardware totals. Table 11.3 summarizes the services and estimated hours needed to for completion. Vendor to configure exact model numbers based on the following criteria: 11.1.1. Licensing provided and activated 11.1.2. Minimal numbers of router makes and models are preferred 11.1.3. Include all power cables, redundant power supplies are required 11.2. PROPOSAL RESPONSE PRICING 11.2.1. Attach a detailed Bill of Material for all equipment proposed including make, model, SKU, list price and proposed price. 11.2.2. Vendor is expected to fix all prices at the proposed amounts for the duration of the contract, and up to six (6) months after the contract completion. 11.2.2.1. The District reserves the right to increase or decrease the quantity of equipment to be purchased under this RFP. Any additional equipment purchased shall be priced at the proposed price in the detailed bill of material provided by the vendor as a part of their proposal. Table 11.1 SIP Trunk 1 Equipment (ESC) Part No Description Quantity Retail Price Unit Discount Price Unified Border Element Enterprise 100 E RTU 2 192-channel high-density voice and video DSP module SPARE 1 SIP Trunk 2 Equipment (Kenyon Woods) 22

3925 Voice Bundle w/pvd3-64,fl-cme-srst-25,uc License 1 Cisco 3925/3945 Fan Assembly 1 Cisco Service Engine 100 for Cisco 3925 ISR 1 Communication Manager Express or SRT-25 seat license 1 Cisco Config Pr Express on Router Flash 1 1GB DRAM (512MB+512MB) for Cisco 3925/3945 ISR (def) 1 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR 1 Insert Packout PI-MSE 1 Cisco 3925/3945 AC Power Supply 1 Cisco 3925-3945 IOS Universal 1 IP Base License for Cisco 3925/3945 1 Unified Communication License for Cisco 3900 Series 1 AC Power Cord (North Americ) C13,Nema 5-15P, 2.1m 1 Unified Border Element Enterprise License 100 sessions 2 Cisco Survivable Remote Site Telephony License 1 192-channel high density voice and video DSP module 1 PVDM3 64-channel to 256-channel factory upgrade 1 Table 11.2 Hardware Part No Cost Grand Total Equipment $ Misc. Items $ Total (do not include sales tax when calculating project total cost) $ 23

Table 11.3 Services Hours Rate Grand Total Project Management $ Implementation $ Total (do not include sales tax when calculating project total cost) $ ADDITIONAL ITEMS 11.2.3. Following are item(s) that the Proposer: 11.2.3.1. The District will request proportional Priority 2 erate funding for the District s nineteen 90% schools. Please include your SPIN number here: 11.2.3.2. Considers missing from the design documents and should be furnished and installed for a complete installation; and/or, 11.2.3.3. Would like to propose as an alternate to the design. The associated cost or credit is shown. An explanation of the addition and/or alternate is required for consideration of either. 11.2.4. Missing items. Attach an explanation for evaluation. 11.2.4.1. "ADD" $ 11.2.4.2. "CREDIT" $ 11.2.5. Contractor Suggested Alternate to the Design. Attach an explanation for evaluation. 11.2.5.1. "ADD" $ 24

11.2.5.2. "CREDIT" $ 11.3. WARRANTY ACKNOWLEDEMENT 11.3.1. CONTRACTOR WARRANTY 11.3.1.1. Parts - 1 years 11.3.1.2. Labor - 1 years 11.3.2. NETWORK SWITCH MANUFACTURER WARRANTY 11.3.2.1. Enclose sample copy of warranty certificate 11.3.2.2. Enclose copy of Network Switch Manufacturer Value Added Reseller Authorization or Certified Installer Certification 12. Reference and Experience 12.1. The District seeks Resonders who have been shipping and currently have an installed base of customers with multi-location SIP Trunk systems addressing similar requirements and of similar size as stated herein. 12.1.1. The District requires that the winning proposer has a minimum of one certified CCIE voice network engineer. Please include resumes in your response. 12.2. Provide at least three (3) references of similar installed systems in the using the table provided below expanding them as necessary to include all relevant information. The references must be for similar size K-12 or higher education customers with similar environments and end users. 12.3. The District may wish to conduct site visits with one or more of the references provided below. Be advised, references are a major element of the customer s selection criteria. 12.3.1. Reference (use same format for all references) Customer Name 25

Contact Name Contact Address Contact Telephone Number Contact E-mail Installation Date of Comparative System Description of Comparative System please be specific and detailed 12.3.2. Reference (use same format for all references) Customer Name Contact Name Contact Address Contact Telephone Number Contact E-mail Installation Date of Comparative System Description of Comparative System please be specific and detailed 12.3.3. Reference (use same format for all references) Customer Name Contact Name Contact Address Contact Telephone Number 26

Contact E-mail Installation Date of Comparative System Description of Comparative System please be specific and detailed 27

13. Proposal 13.1. Acknowledgements 13.1.1. To be considered, the Proposer must complete the certifications forms attached below: 13.1.1.1. CONTRACTOR'S CERTIFICATION OF COMPLIANCE WITH SCHOOL DISTRICT POLICY RE: CONTRACTOR EMPLOYEES CONVICTED OF CERTAIN OFFENSES 13.1.1.2. SEXUAL HARASSMENT POLICY CERTIFICATION 13.1.2. By submission of this Proposal, the Proposer certifies that: 13.1.2.1. The supplier has verified prices and the conditions of this Proposal. That this Proposal has been reviewed and accepted by all appropriate parties constituting this offer. 13.1.2.2. The individual signing this Proposal certifies that he/she is a legal agent of the Proposer and is further authorized to represent the offering and is legally responsible for the decision as to the prices and supporting documentation provided. 13.1.2.3. The Proposer will pay, and require each subcontractor to pay, not less than the general prevailing rate of hourly wages for work of a similar character in the locality in which the work is performed, and not less than general prevailing rate of hourly wages for legal holidays and overtime work. 13.1.3. COMPLETION TIME 13.1.3.1. The Owner will not be responsible to the Contractor for additional costs incurred by the Contractor in meeting guaranteed completion dates for performing the work of the Specifications including work performed on evenings, weekends, or holidays. 13.1.3.2. The Contractor is expected to start immediately after receipt of letter of intent from the Owner and will be required to enter into an Agreement with The Owner and/or its agents. 13.1.3.3. The Contractor may request, by written notice to the Owner PM, access to the project areas before the normal work day begins and on weekends. The Owner will make a reasonable attempt to grant such access. 13.1.4. FINAL COMPLETION DATE - The undersigned agrees to complete all work described in the Specifications and correct any defective or incorrect items identified by the Owner PM Punch List, in less than three months following the agreement on final design as outlined in Section 8. Punch List will be delivered to the Contractor after substantial completion is reached. Refer to attached construction schedules for specific milestone dates for each facility. 13.2. SUBCONTRACTORS 13.2.1. List all subcontractors required to complete this project along with the portion of the project they will be responsible for: 13.2.1.1. Subcontractor #1 13.2.1.1.1. Company Name: 28

13.2.1.1.2. Company Address: 13.2.1.1.3. Portion of work to be performed by this subcontractor: 13.2.1.2. Subcontractor #2 13.2.1.2.1. Company Name: 13.2.1.2.2. Company Address: 13.2.1.2.3. Portion of work to be performed by this subcontractor: 13.2.1.3. Subcontractor #3 13.2.1.3.1. Company Name: 13.2.1.3.2. Company Address: 13.2.1.3.3. Portion of work to be performed by this subcontractor: 13.3. AUTHORIZATION 13.3.1. Signature of Authorized Company Representative: 13.3.1.1. Name of Authorized Rep. - (Typed): 13.3.1.2. Signature: 13.3.1.3. Date: 13.3.1.4. Employer Identification Number: 13.3.1.5. Company Name: 13.3.1.6. Street Address: 13.3.1.7. City, State, Zip: 13.3.2. Notarization: 13.3.2.1. My being duly sworn deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. 13.3.2.2. Subscribed and sworn before me this day of, 20 13.3.2.3. Notary Public: 13.3.2.3.1. (Signature) 13.3.2.3.2. (Printed Name) 13.3.2.3.3. My Commission expires: (Notary Seal) 29

SCHOOL DISTRICT U-46 Elgin, Illinois CONTRACTOR'S CERTIFICATION OF COMPLIANCE WITH SCHOOL DISTRICT POLICY CONTRACTOR EMPLOYEES CONVICTED OF CERTAIN OFFENSES RE: Pursuant to Section 5/10-21.9 of the Illinois School Code and Policy Number 4:170 of the Valley View Community Unit School District No. 365U, the undersigned hereby certifies as follows: 1. The contractor shall not send to any school building or school property any employee or agent who is a child sex offender as defined in the Child Sex Offender and Murderer Community Notification Law and who may have any direct or indirect contact with any student. 2. The contractor shall not send to any school building or school property any employee or agent who has been convicted of any offence identified in Section 5/10-21.9(c) of the Illinois School Code and who may have any direct or indirect contact with any student. At least quarterly, the contractor shall contact the local law enforcement authority where each employee or agent resides to determine if the employee is on the list of registered felons who have committed child sex offenses. The contractor shall also provide the District with the name and address of each employee who will perform work on school property and require that the employee submit to a criminal history background investigation. PREVAILING WAGE It is hereby stipulated that all laborers, workers and mechanics performing work under the Contract shall not be paid less than the prevailing wage as found by the Illinois Department of Labor or the Board of Education, and that Contractor and all Subcontractors and Sub-subcontractors shall in all other respects comply with the Prevailing Wage Law, Ill. Rev. Stat. 1985, Ch. 48, Section 39S-1 et. seq. in carrying out the work under the Contract. By: Contractor Authorized Agent of SUBSCRIBED AND SWORN TO Before Me This Day Of, 20. Notary Public 30

SCHOOL DISTRICT U-46 Elgin, Illinois NON-DISCRIMINATION No Contractor who is the recipient of the District's funds, or proposes to perform any work or furnish any goods under this agreement shall discriminate against any worker, employee or applicant or any member of the public because of religion, race, sex, color, or national origin, nor otherwise commit an unfair employment practice. Contractor further agrees that this article will be incorporated by the Contractor in all contracts entered into with suppliers of materials or services, contractors and subcontractors and all labor organizations, furnishing skilled, unskilled, and craft union skilled labor, or who may perform any such labor or services in connection with this contract. The Contractor and all subcontractors employed under the contract shall comply with all applicable provisions of the Illinois Human Rights Act (775 ILCS 5/1-10). SEXUAL HARASSMENT POLICY CERTIFICATION Contractor does hereby certify pursuant to Section 2-105 of the Illinois Human Rights Act (775 ILCS 5/2-105) that (he, she, it) has a written sexual harassment policy that includes, at a minimum, the following information: (i) (ii) (iii) (iv) (v) (vi) (vii) the illegality of sexual harassment; the definition of sexual harassment under State law; a description of sexual harassment, utilizing examples; an internal complaint process including penalties; the legal recourse, investigative and complaint process available through the Department of Human Rights and the Human Rights Commission; directions on how to contact the Department of Human Rights and Human Rights Commission; and protection against retaliation. By: Authorized Agent of Contractor SUBSCRIBED AND SWORN TO Before Me This Day Of, 20. Notary Public 31