Request for proposal



Download 0.55 Mb.
Page2/4
Date05.05.2018
Size0.55 Mb.
#48214
TypeRequest
1   2   3   4

Request for Proposal

Installation of a new

Telecommunications Platform

For



RFP Issued: 2/15/2017

Bidder’s Conference: 2/22/2017

Response Due Date: 3/15/2017 at 2:00PM Pacific Time

(RFP Document version 4 – CORRECTED DUE DATE – released 2/24/17)

Table of Contents



(RFP Document version 4 – CORRECTED DUE DATE – released 2/24/17) 4

Table of Contents 5

REQUEST FOR PROPOSAL 8

1RFP OVERVIEW 8

Introduction 8

Client Background 8

2Vendor Instructions for response 9

Schedule of Events 9

Contacts 10

Proposal Delivery 10

Intent to Bid 10

Bidder’s Conference 12

RFP Response Format 12

Technology Preference 12

Evaluation Process 13

Vendor Demonstrations 13

Payment Schedule 14

Pricing Requirements – Compliance Required 14

Add/Delete Schedule 16

Manufacturer’s Guarantee of Price Support in Absence of VAR 16

Responsiveness and Compliance 17

Schedule C Non-Compliance 17

Recommended Optional Upgrades 17

Vendor RFP Authorization 18



36INFRASTRUCTURE AND Environment 20

Departments 20

Current Voice Infrastructure 20

IT Infrastructure Overview 21

VoIP Compatible Network 22

23

48Vendor Information 24

Contact Information 24

Vendor Background 25

System Manufacturer Background 25

Reference Accounts 26

63Critical Requirements 28

System Reliability 28

Unified Messaging 29

Office 365 Skype for Business (S4B) Integration - Mandatory 30

Unified Communications (some Optional) 30

Trunking to PSTN 31

UCD, Hunt Groups, or ACD 32

Enhanced 911 (E911) 32

Paging - Analog 32

Proof of Concept 33

Paging – VoIP 34

Call Detail Recording 34

Integration with Current Network infrastructure 34

98Phone System 36

City of Coronado Requirements 36

System Architecture 38

Software 38

System Reliability 39

118Voice over IP 40

City of Coronado Specific Requirements & Network Readiness Assessment SoW 40

VoIP Specifications 42

Encryption 42



137VOICE MAIL PLATFORM 44

City of Coronado Specific Requirements 44

Voice Messaging System Description 44

Voice Mail Security and Administration 45



153Unified Communications 47

Unified Messaging 47

Unified Communications and Collaboration 47

Mobility Applications (Find Me/Follow Me) 48



166System Administration RequirEments 50

City of Coronado Specific Requirements 50

System Administration Questions 50

System Monitoring and Diagnostics 50

Software Upgrades and Patching 51

181Implementation Requirements 52

City of Coronado Specific Requirements 52

Installation 52

Training 53

User Acceptance Testing 53

Cutover Coverage 54

System Acceptance 54

204Warranty, Maintenance and Support 55

City of Coronado Specific Requirements 55

Warranty Questions 56

Single Point of Maintenance 57



225Contract Terms and Conditions 59

City of Coronado Master Service Agreement 59

Order of Precedence 59

General Conditions 59



260Attachments 64

In this section, the Vendor should deliver an introduction to, and summary of, the RFP response and its specific fit for the City of Coronado. It should be structured so anyone reading only this section will have a clear understanding of the response and why the solution best fits City of Coronado’s specific requirements. The Vendor should also explain how the solution will deliver valuable business outcomes to City departments, efficiency improvements to City staff, and improved service to City residents. City of Coronado requires a Visio (or equivalent) drawing that shows the internetworking of all equipment quoted, on the next page for easy reference. Please limit this response to 2-4 pages and directly address the City of Coronado’s stated requirements.

Response:

REQUEST FOR PROPOSAL



  1. RFP OVERVIEW

Introduction

The City of Coronado is currently using an aging End of Life and End of Support NEC 2000 IPS PBX that is over 11 years old, has technical issues, and does not meet their growing requirements. Therefore, the City wishes to implement a new telecommunication system. While this project is driven by the lack of manufacturer support of the current telephone system, City of Coronado also wishes to use this opportunity to evaluate new communications technology that will increase productivity and enhance service quality.

The new telecommunications platform will support a total of 257 stations at the locations listed below:



  1. City Hall - 1825 Strand Way

  2. Recreation Services - 1845 Strand Way

  3. Tennis Center - 1501 Glorietta Blvd

  4. Clubroom/Boathouse - 1985 Strand Way

  5. Recreation Cottage - 1901 Strand Way

  6. Lifeguard Tower/Service Building - 920/930 Ocean Blvd

  7. Beach Maintenance - 580 Ocean Blvd

  8. Police Services - 700 Orange Ave

  9. Fire Services HQ - 1001 Sixth Street

  10. Fire Services Cays - 101 Grand Carabe Causeway

  11. Library - 640 Orange Avenue

  12. Public Services - 101 B Ave

  13. Golf Administration - 2000 Visalia Row

  14. Golf Maintenance - 649 Glorietta Blvd

  15. Senior Center - 1019 7th Street

The City seeks proposals for the procurement and installation of a new telecommunications platform. The City requires a complete telephone service replacement with a voice over IP (VoIP) solution that will fulfill its current and future needs. The City has retained Communication Strategies (Com-Strat), an independent technology consulting firm, to assist in the design and selection of this new platform.

Client Background

The City of Coronado is a resort city located in the San Diego Bay. Incorporated in 1890, the City serves a current population of over 24,000. A significant portion of the population serves in the military or adjunct businesses. The City also enjoys recreational and tourism revenue and is considered to be a world famous getaway due in part to the presence and draw of the Hotel Del Coronado.

The City is organized into departments, which provide a wide range of municipal services, including City Manager’s Office, Administrative Services, City Clerk, Community Development, Fire Services, Library Services, Police Services, Public Services & Engineering, and Recreation and Golf. Please see the City website for more information: https://www.coronado.ca.us/



  1. Vendor Instructions for response

This RFP is not an offer by City of Coronado to enter into a contract under these or any other terms. City of Coronado shall have the right to modify the terms of this RFP upon notice, and to make its selection decision on any basis, in its sole discretion. All costs for proposal preparation are the responsibility of the Vendor. RFP responses are bound by California Public Records Act and may not be marked as confidential.

Schedule of Events



Dates

Activity

2/15/17

RFP distribution

2/20/17 @ 12:00 PM Pacific

Intent to Bid

2/22/17 Time @ 8:00 to 9:30 AM Pacific

Bidder’s TeleConference

3/2/17 @ Noon Pacific

Deadline for Questions from Vendors

3/6/17

Final RFP Addendums for Questions and Answers

3/15/17 2:00 PM Pacific

RFP Responses Due

4/4/17 – 4/5/17

Vendor Demonstrations

Week of 4/14/17

Final Negotiations

5/16/17

Request for City Council approval

Week of 5/22/17

Contract Signed

6/5/17

Vendor Kickoff

6/28/17

Equipment delivered

7/10/17

Equipment Installation, Programming, and Vendor Testing

8/21/17

User Acceptance Testing

9/6/17

Cutover




Dates provided are estimates only and may change depending on the needs of City of Coronado


Contacts

Vendors may contact Communications Strategies for any questions related to this RFP. Salient responses will be emailed to all Vendors as addendums to the RFP. Telephone calls are permitted; however, verbal communications are not binding and should not be relied upon until confirmed in writing. Email communications should be carbon copied (CC) to the City of Coronado IT Manager at the email address listed below. Direct communication with any other person at City of Coronado regarding this RFP is not permitted.


Contact Name: Brian Hodges, Sr. Consultant Contact Name: Brian Lewton, IT Manager

Organization: Communication Strategies Organization: City of Coronado, IT Department

Address: 14175 W. Indian Sch B4-189 Address: 1825 Strand Way

Goodyear, AZ 85395 Coronado, CA 92118

Phone Number: (209) 321-8905

Email: brian@com-strat.com Email: it-rfps@coronado.ca.us



Proposal Delivery

Sealed, printed (double sided preferred but not required), full color, RFP responses must be delivered VIA COURIER to the addresses provided. A soft-copy of the RFP and response documents are also required, and should be in Microsoft Office format allowing us to save a copy as an editable file for internal review. Please email one soft-copy of your response documents to each of the contacts listed previously (limiting emails to 20Mb or smaller), to allow for internal distribution of your response. Responses larger than 20Mb should be split into multiple emails or sent by Drobox or similar service. File/folder names should be kept short so that we can save to personal folders without exceeding 255 characters in total path length. Postmark date will not constitute timely delivery.

Brian Lewton, 1825 Strand Way, Coronado, CA 92118 (1 signed original)

Brian Hodges, 14175 W. Indian Sch B4-189, Goodyear, AZ 85395 (1 signed original)


Intent to Bid

Vendors are asked to notify City of Coronado of their intention to bid, or not to bid, by the date noted above. You should use the form below for your Intent to Bid and it may be copied into an email response to Communication Strategies and City of Coronado. Any Vendor who elects to not bid is required to destroy this RFP, as it contains confidential and proprietary intellectual property. If an intent to bid is not received by the due date, Vendor will be excluded from further consideration. Addendum communications will be delivered to the contacts delineated in the Intent to Bid. We reserve the right to add Vendors at any time to ensure that we have a sufficient pool of responses from which to evaluate.

Vendor Company Name:




Sales representative name, telephone number and email address:




Technical advisor name, telephone number and email address:




State the Manufacturer, System, and Model Vendor intends to propose:




# of people who will attend the Mandatory Bidder’s Conference:





Bidder’s Conference

An optional bidder’s conference will take place at the data and time listed in the section Schedule of Events. A teleconference bridge will be available for remote attendance, with notices being sent to the sales and technical contacts listed in Vendor’s intent to bid response. Please note that not all items or questions brought up during the conference will necessarily be released in an addendum.

RFP Response Format

Vendors are instructed by, and must comply with, all sections of this RFP. Vendors should reference the final section ATTACHMENTS and provide all listed documents.



  1. City of Coronado’s requirements are summarized in this RFP document, as well as the RFP Schedules. Both documents should be reviewed in order to engineer a solution that is fully compliant. For the Vendor’s convenience, most sections of the RFP have a sub-section x.1 where City of Coronado’s Specific Requirements are summarized. Remaining sub-sections of the RFP ask general questions regarding the functionality and architecture of the solution being quoted.

  2. Vendors should respond with all documents listed in Section 12 ATTACHMENTS in electronic, searchable form. Please use file names that use the section number and/or document name listed in the ATTACHMENTS.

  3. The RFP response document and RFP Schedules must stand without appendices or reference to other documents.

  4. Vendor must respond in the Word and Excel documents provided, with inline responses. Where the option is given Vendor should respond to each question with its stated compliance, choosing from the following options:

  • Comply, Included - Feature/Functionality is included in the proposed solution and price.

  • Partial Comply, Included - Feature/Functionality is included in the base pricing provided, and generally (though not exactly) provides the functionality requested. Explanation of deviance from requested description is provided in the response.

  • Optional Cost, Not Included - Feature/Functionality is available at additional cost, and is not included in the base price for the proposed solution. Pricing is defined on Schedule A and/or Schedule MRC A in the Options section at the bottom of the spreadsheet.

  • DO NOT Comply - Feature/Functionality is not available in the proposed solution.

  1. Responses should be stated in the body of the document following the specific questions. Please indicate your compliance (use the provided check boxes - double click on the correct box, then click on “Checked” and then click on OK) and provide the requested response text highlighted in BLUE.

Response: Comply, Included Partial Comply, Included Optional Cost, Not Included DO NOT Comply

Response text – Vendor should answer the question, explain compliance or describe their solution on the next line, still in blue, but not bolded.



It is important to note that any material modification to the questions in this RFP by the Vendor will result in immediate rejection of that proposal. Do not add or delete rows or columns, change formulas, or re-label any cell in the Excel documents. If an error in the RFP is noted, please bring it to Communication Strategies’ attention as soon as possible.

Technology Preference

The City expects that vendors will bid a system that reflects current technology and supports industry direction.



  1. The City will only consider new (not used) equipment on a system platform currently supported by the manufacturer of such equipment and represents the current “Go to market” platform for the manufacturer for our solution requirements. End of Sale, End of Life, and End of Service solutions will not be considered. Furthermore, manufacture must provide written assurance that they will provide ongoing software/hardware support for the solution and all quoted products for 6 years after the date of the proposal.

Response: Comply, Included Partial Comply, Included Optional Cost, Not Included DO NOT Comply

  1. The City prefers a Voice over IP telephone system, as this appears to be the clear standard for R&D and feature development for most manufacturers and the industry in general. The City and Communication Strategies expect that most Vendors will bid a new VoIP telephone system infrastructure to support the requirements of this RFP with VoIP connectivity between branches, and VoIP telephones at the desktop. Any other architecture will require significant risk analysis and cost justification.

  2. Hosted, Cloud and SaaS solutions will be considered if they are compliant with stated requirements and satisfy the desired TCO goals for the project. Solutions will be evaluated on a 5-year Total Cost of Ownership based on initial purchase price, recurring charges, software upgrades, and ongoing maintenance. Ease of administration is difficult to determine between solutions so will be gauged as a soft feature rating instead of a hard dollar cost. Vendors should describe any unique savings or advantages to their solution in the Executive Summary or body of the RFP response. Vendors providing non-premise solutions should use the (Monthly Recurring Costs) MRC Schedule A that is provided in the RFP Schedules.

Response: Comply, Included Partial Comply, Included Optional Cost, Not Included DO NOT Comply

Evaluation Process

All proposals received by the specified deadline will be reviewed by the Evaluation Committee for content, proposed service costs, and capabilities of the Vendor. After initial screening, the Evaluation Committee may shortlist, for further evaluation, those Vendors deemed most qualified based on a review of the proposals. Vendors are advised that City of Coronado, at its option, may award a contract strictly based on the initial proposals. The proposals will be evaluated on:

RFP Responsiveness: A complete response to the RFP that complies with the RFP requirements. A concise response that draws exact parallels to the City‘s needs with a minimum use of boilerplate marketing material or overly technical language.

Reliability: A system that has a proven track record of reliability as well as an architecture that is inherently fault tolerant.

Functionality: The ability for the system to improve how the City conducts its mission. The efficiency and effectiveness of communications between staff and with customers is critical to its long-term success.

Cost Effectiveness: A cost effective solution when considering Total Cost of Ownership (TCO) over the first 5 years, including the initial purchase (non-recurring costs for hosted/cloud), as well as the ongoing maintenance and servicing of the system (monthly recurring costs for hosted/cloud).

Manufacturer Vision and Stability: Manufacturer’s commitment to excellence in telecommunications equipment, financial stability, market share, and technological vision for the future.

Vendor Experience: Evaluation of the Vendor's experience in the design and implementation of similar telecommunications systems and technologies, and Vendor reputation. Evaluation of Vendor’s ability to provide a structured, organized implementation that meets the City’s requirements. Experience in municipal settings is highly desired.

Warranty/Maintenance Support: Ability to provide timely support during the installation, warranty period, and ongoing maintenance.

Vendor Demonstrations

The City has set aside the dates noted in the Schedule of Events for demonstrations/presentations with the Vendors that make the short list. Demonstrations will be scheduled at 9AM and 1PM of the days noted. The City prefers onsite demonstrations to minimize travel time and maximize participation among staff. If an onsite demonstration is not possible, Vendors should reserve space at a local demonstration facility or Executive Briefing Center for those dates. Vendors should submit their 1st and 2nd choice for date and time as well as the address of the demonstration facility they will be using, when providing their Contact Information in Section 3.



Response: Comply, Included Partial Comply, Included Optional Cost, Not Included DO NOT Comply

Payment Schedule

The City agrees to the following terms payable net 30 upon receipt of invoice from the Vendor:


  • 25% due upon contract execution

  • 25% due upon equipment (including hardware, software, and licensing) delivery to the specified City sites. Title of equipment shall pass to City of Coronado upon payment of delivery milestone.

  • 40% due as progress payments - invoiced by Vendor after Installation and User Acceptance Testing of the phases delineated in Schedule A and Schedule of Events

  • 10% due within 30 days of Delivery and Acceptance, by phase.

Response: Comply, Included Partial Comply, Included Optional Cost, Not Included DO NOT Comply

Pricing Requirements – Compliance Required



  1. Every item within this section is required for an RFP response to be considered compliant. Non-compliant responses may be excluded from consideration.

  2. Schedule A – Pricing Worksheet has been provided in Excel format for your convenience. Place costs for all taxable items such as software, hardware and licenses in Column B, and all non-taxable items including labor in Column C. If an area does not apply, please enter: “Included”, “$0”, or “NA” (Not Applicable), depending on the circumstance, in the total area with an explanation in the notes area. If an area is left unfilled, it will be assumed to be $0.00 (included at no additional cost). In the Notes Column, Vendors should provide explanations for partial compliance. In the Optional Comply section, Vendors should provide costs for Preferred Optional items. Vendors should not assume phone system discounts that are dependent on the network purchase, since City of Coronado may choose to purchase the proposed telephone equipment and not the proposed network equipment.

  3. MRC Schedule A – Pricing Worksheet has been provided in Excel format for your convenience for hosted (Cloud) solutions. Place costs for all recurring items (monthly cost) under MRC (Monthly Recurring Charge). Place all one-time charges under NRC (Non Recurring Charge). Vendor must calculate any applicable taxes and fees and enter under Sales tax and other applicable taxes and fees. If an area does not apply, please enter: “Included”, “$0.00”, or “NA” (Not Applicable), depending on the circumstance, in the total area with an explanation in the notes area. If an area is left unfilled, it will be assumed to be $0 (included at no additional cost).

  4. Discount Summary section of Schedule A: Provide a summary of the discount percentage from list that is being provided in your quote. If the discount varies by types, please differentiate where indicated. The City understands that discount percentages are not directly comparable between manufacturers, and different vendors have various strategies regarding discount and professional services revenue. Vendors will not be penalized base on a particular discount percentage – the solutions will be evaluated based on compliance and Total Cost of Ownership as described.

  5. Vendor must also provide an itemized Bill of Material detailing parts, quantities and models organized in a similar fashion to Schedule A.

  6. Schedule B – Site Summary delineates the specifications for the system at installation. Vendor must state whether the response complies with each requirement and desired capacity. “Spares” noted on Schedule B do not require a user license as they will either be for internal stock, or used in conjunction with an existing desk phone.

  7. Schedule C – Requirements Summary that lists desired features and functionality (in addition to this RFP document) of the new system. In the Schedule C Requirement Column, City of Coronado has noted whether it is:

Mandatory” – Vendor must provide this feature and include it in its base pricing to be compliant;

Preferred” - highly desired and should be included in Vendor’s base pricing, but a Vendor will not be automatically disqualified for non-compliance if they cannot meet this feature requirement;

Optional” – highly desired, but we are not sure what the feature will cost or whether it is within budget - should be priced as an option if it is an optional cost item;

Somewhat Preferred” - desired but unlikely to be purchased if it is an extra cost item; or

Not Required” - feature is not desired.

Vendors should respond in the Compliance Column:

Comply” – included at no additional cost in the proposed solution;

Optional Cost” – available at additional cost, but not included in the base price;

Partial Comply” – included in the base pricing, and generally (though not exactly) provides the functionality requested;

Do not Comply” – is not available on the phone system, even as an option.



In the Notes Column, Vendors should provide costs for optional items, and explanations for partial compliance.

  1. Vendor must include charges for all hardware and labor required to connect all components, all design charges, Telco interface hardware, cross-connects and wiring harnesses to support analog trunks/stations, rack mounting hardware, taxes, duties, shipping, travel and training charges.

  2. Vendor will supply all servers (including servers to host required virtual servers if recommended) and Operating System software (including Windows or VMware if required) for ALL applications proposed in their solution. City of Coronado may decide to host servers in their Virtual Compute environment, and/or provide Windows OS in a later negotiation before final contract execution, however including the cost of servers in the evaluation process provides for an apples to apples cost comparison.

  3. All hardware, software and installation must include a minimum of a 1-year replacement warranty including onsite labor, if needed. The cost of this warranty/maintenance should be included on Schedule A, where indicated.

  4. Maintenance charges for years 2-5 should be calculated on the fully installed solution (not including optional items that are listed below the total line on Schedule A). Pricing quoted on Schedule A should reflect any combination of Manufacturer and Vendor maintenance required to meet the requirements of this RFP. Maintenance will not be prepaid, but a 5-year total term contract may be signed as long as there is the ability to terminate the contract with 30 days’ notice prior to the yearly anniversary of the contract effective date. Otherwise, the City will sign for a 1-year contract that may be renewed up to 5 years.

  5. Annual license fees or costs for rights to use should be included in the base price for year 1 and added to the Maintenance charges for years 2-5.

  6. Maintenance charges for years 2-5 should include all data equipment quoted within the solution total price. First year warranty for data equipment should be bundled into the equipment price as noted within Schedule A.

  7. The City expects to perform minor software release upgrades of the systems as required for maintenance compliance, and as needed to fix bugs and security issues. Vendor should include software bug fixes and minor release updates for 5 years in their proposed equipment or maintenance cost. These software upgrades will be performed by City of Coronado, and no additional labor needs to be added by the Vendor to support these upgrades.

  8. The City expects to perform major release upgrades of the systems every couple of years in order to take advantage of newer features and functionality. Vendor is required to provide pricing to upgrade all major components of the response (PBX, Voice Mail, IM/P, ACD, Reporting, routers, switches, etc.) to a current version of software after year 3. If the manufacturer has not specified this price, Vendor should provide the cost to upgrade from the software version available on the equipment 3 years ago, to the version available today. If the systems have not existed for 3 years, please use the price of the last major x.0 upgrade on the software. The price should include the Vendor’s labor charge for installing and testing the upgrade to all systems and any required hardware upgrades. If the Manufacturer includes major release software upgrades in the proposed maintenance, Vendor should include the labor charge for installing and testing the upgrade. If software upgrade subscription is separately priced, Vendor should include the cost of 3 years of software upgrade support in order to perform the required upgrade in year 3.

Response: Comply, Included Partial Comply, Included Optional Cost, Not Included DO NOT Comply

Add/Delete Schedule



  1. Add/Delete schedule – the City Information Technology and accounts payable divisions require ongoing fixed pricing from the Vendor and manufacturer as a component of this RFP. Understanding that the Vendor and Manufacturer may be able to secure ‘special’ up front discounted pricing for equipment purchased in conjunction with the initial deployment; we have added an Add/Delete schedule to Schedule B.

  2. List Price – vendor should show the current Published List Price for the line item, and the Quantity of the unit that would be purchased at that list price – Quantity per Price. For example, if a Dual PRI Card costs $1000 list price, then the Quantity per Price would be 2 PRI.

  3. Pre-cutover Discount % – should include hardware/software/licensing costs that can be added or deleted during the installation process, prior to final Cutover Acceptance, and closure of the project. Vendor can assume that any equipment returned will be shipped at City of Coronado cost and in unopened boxes.

  4. Post-cutover Discount % – should include discounted pricing for hardware/software/licensing costs that would be added or deleted after the Installation Cutover and Formal Acceptance. These prices should remain valid for 5 years after cutover, barring pricing changes or product discontinuance from the Manufacturer that are beyond its control.

  5. Specified Items – During the contract term including all renewal periods, the successful bidder shall sell all specified items to the City of Coronado at either the discounted rate as calculated from the Manufacturer List Price listed in Schedule B, or discounted from the actual Manufacturer List Price at the time of subsequent purchase, whichever is lower.

  6. Non-Specified Items – During the contract term, including all renewal periods, the successful bidder shall sell all non-specified items to the City of Coronado at the Manufacturer Published List Price in effect at the time of the bid or the List Price in effect at the time of the order, whichever is lower, less the discount offered in the original bid for similar equipment. Non-specified items include items that are in the published price lists for the successful bidder’s entire product line, but are not listed in Schedule B. Discount % should be noted on the rows provided in Schedule A for telephone and network.

  7. Labor rates shall remain firm for 24 months after the award of the contract at the rates shown on Schedule A, and then constrained to match or stay below the inflation rate as defined by the CPI.

Response: Comply, Included Partial Comply, Included Optional Cost, Not Included DO NOT Comply

Manufacturer’s Guarantee of Price Support in Absence of VAR



  1. Vendor should provide a signed and dated letter from the Manufacturer that confirms that the Successful Vendor is currently an authorized Value Added Reseller (VAR) and agrees that if the Successful Vendor loses its authorized VAR status after entering into a contract with The City pursuant to its proposal, the Manufacturer will honor the prices and discounts offered to the Successful Vendor in its response to the RFP, through an alternate vendor of Manufacturer’s and City’s mutual acceptance, for the remaining term of its contract with Customer.

Response: Comply, Included Partial Comply, Included Optional Cost, Not Included DO NOT Comply

Responsiveness and Compliance



  1. RFP responses may be disqualified if they do not meet the RFP requirements; upon review of any workaround or alternate strategy recommended by the Vendor. Disqualification is not automatic and may be tempered by the overall compliance of the proposed solution, at the City’s sole discretion. If a Vendor responds as compliant, and it is later discovered that a Vendor is non-compliant to one of the RFP requirements, Vendor will be considered to be in material breach of contract, and City of Coronado will have access to all remedies provided by the contract, this RFP, and rule of law, including cancellation of the contract with a full refund. Vendor may (within reason) submit a written response/answer to any of the following sections prior to the official due date and the evaluation committee will determine if your response will be considered materially compliant to the requirement if there is ambiguity.

Response: Comply, Included Partial Comply, Included Optional Cost, Not Included DO NOT Comply

  1. Pricing must be provided for each element in the RFP and any proposal that does not provide pricing in the base price or optional price section (as defined by Schedule A) will be considered non-responsive. If Vendors require any further information or discovery in order to respond, it is important that they provide all questions as early as possible in the RFP process to allow the City to research and reply. Pricing should be turnkey including discovery, design, implementation, integration, testing, training, hardware, shipping and handling charges (if applicable), sales tax, trip charges (if applicable), software, maintenance, support and any other cost associated with the quoted system. Any responses along the lines of “Further information is required to provide firm pricing”, or “Various methodologies exist to meet City requirements, pricing can be provided upon further discovery” will be considered non-compliant.

Response: Comply, Included Partial Comply, Included Optional Cost, Not Included DO NOT Comply

Schedule C Non-Compliance

Schedule C lists features and functionality that City of Coronado requires in the proposed solution. However, as a spreadsheet it may not provide adequate room to explain non-compliance. Please use the following space to explain any features that were responded to as Optional, Partial, or Non-Compliant where City of Coronado marked the feature as “Mandatory.” Also, describe work-arounds and optional pricing below if there was not enough space on Schedule C. Lastly, provide an explanation for any partial or non-compliance with features that were marked as “Optional.”

Response: Comply, Included Partial Comply, Included Optional Cost, Not Included DO NOT Comply

Recommended Optional Upgrades

In answering this type of Request for Proposal, Communication Strategies recommends that Vendors provide pricing on the minimum cost alternatives that allow for full compliance with the RFP. However, the City would be interested to know what options or upgrades you would recommend to your base configuration. Please name, define, describe, and price each upgrade that you would recommend in your hardware, software, or feature functionality. Please place the brief description and price for these in the applicable section of Schedule A or MRC Schedule A.

Response: Comply, Included Partial Comply, Included Optional Cost, Not Included DO NOT Comply

Vendor RFP Authorization

To receive consideration, proposals shall be made in accordance with the following general instructions:

1. The signature of all persons signing the proposal shall be in longhand (electronic copy is desired) and the primary signer shall have the authority to bind the proposer to the offer. The completed proposal shall not alter the questions and specifications provided, nor add/delete/modify the text provided in the RFP request.

2. The submission of a proposal shall be an indication that the proposer has investigated and fully satisfied themselves as to the City’s requirements and site conditions that will be encountered, and the scope of the work to be performed.

3. The pricing provided by this proposal is all-inclusive pricing for the turnkey installation of the solution proposed, including but not limited to all discovery, design, implementation, integration, testing, training, trouble shooting, hardware, software, and licenses. Pricing must remain valid for 90 days after RFP response due date.

4. This RFP, your response to the RFP, Appendices, Schedules, Addenda and written modifications to the RFP requirements will be incorporated into the final contract as indicative of the overall scope of work under which you are awarded the contract (and as a material inducement for City of Coronado to enter into contract), further defining the contractual responsibilities of the Vendor.




Full Legal Name of Company:

Signer’s Name and Title:

Address:

Phone #:


E-Mail:

Contractor’s License Number and/or Federal ID #:


The following individual is an authorized officer of the company with the authority to commit the company to the terms and requirements of this RFP. This individual, or their agent, has had the opportunity to review this Request for Proposal and asserts compliance with the requirements therein; except where noted otherwise.

I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct:






Download 0.55 Mb.

Share with your friends:
1   2   3   4




The database is protected by copyright ©ininet.org 2024
send message

    Main page