23
REQUEST FOR PROPOSAL (RFP) 2016-01 FOR FIXED ASSET INVENTORY TRACKING SYSTEM AND RELATED SERVICES RELEASE DATE: MARCH 1, 2016 TRAVIS UNIFIED SCHOOL DISTRICT 2751 De Ronde Drive Fairfield, CA 94533

REQUEST FOR PROPOSAL (RFP) 2016-01 FOR FIXED ASSET

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: REQUEST FOR PROPOSAL (RFP) 2016-01 FOR FIXED ASSET

REQUEST FOR PROPOSAL (RFP) 2016-01 FOR FIXED ASSET INVENTORY TRACKING SYSTEM AND RELATED SERVICES

RELEASE DATE: MARCH 1, 2016

TRAVIS UNIFIED SCHOOL DISTRICT

2751 De Ronde Drive

Fairfield, CA 94533

Page 2: REQUEST FOR PROPOSAL (RFP) 2016-01 FOR FIXED ASSET

REQUEST FOR PROPOSAL (RFP) FOR FIXED ASSET INVENTORY TRACKING SYSTEM

AND RELATED SERVICES

Travis Unified School District Page 2

Contents 1. Introduction ......................................................................................................................... 3

1.1 Purpose ....................................................................................................................... 3

1.2 About the District ......................................................................................................... 3

1.3 Locations ..................................................................................................................... 3

1.4 Current TUSD Fixed Asset Policies and Practices Systems ........................................ 4

1.5 Project Goals ............................................................................................................... 4

1.6 Acknowledgement........................................................................................................ 5

1.7 RFP Coordinator .......................................................................................................... 5

1.8 Submission of Proposals.............................................................................................. 6

1.9 General Conditions ...................................................................................................... 6

1.10 Schedule ..................................................................................................................... 7

2. Statement of Work .............................................................................................................. 7

2.1 Fixed Asset Inventory System/Classification Recommendation ................................... 7

2.2 Fixed Asset Inventory System ..................................................................................... 8

2.3 Fixed Asset Inventory Service ..................................................................................... 8

2.3 Technical Support and Training ..................................................................................11

2.5 Fixed Asset Valuation Accounting System ..................................................................11

2.6 Fixed Asset Valuation .................................................................................................11

2.7 RFID ...........................................................................................................................12

3. Quote Requirements ..........................................................................................................12

4. Contract Award .................................................................................................................12

Exhibit A: Vendor Certifications .................................................................................................14

Exhibit B: Disqualifying Criteria for Access to Travis Air Force Base .........................................22

Page 3: REQUEST FOR PROPOSAL (RFP) 2016-01 FOR FIXED ASSET

REQUEST FOR PROPOSAL (RFP) FOR FIXED ASSET INVENTORY TRACKING SYSTEM

AND RELATED SERVICES

Travis Unified School District Page 3

1. Introduction

1.1 Purpose The Travis Unified School District, (hereinafter “TUSD,” or “District,”) is soliciting proposals from

qualified firms (hereinafter “Vendor”) capable of providing a fixed asset inventory system and

related asset inventory services.

1.2 About the District TUSD is located adjacent to and serves Travis Air Force Base, portions of the cities of

Vacaville, California and Fairfield, California and portions of unincorporated Solano County

California. Approximately 5,350 students attend school in the District and are served by

approximately 475 full-time employees.

The District includes five elementary schools, two of which are located in Travis Air Force Base.

Another is located in Fairfield right outside the base, and the other two are located in the south

portion of Vacaville. In addition, we have a middle school, comprehensive high school,

alternative high school, and a community day school all of which are located on the same block

adjacent to the District Office.

TUSD Board Goals

1. Continue to focus on instructional excellence to increase achievement for every student

2. Ensure a safe and productive environment

3. Continue to enhance constructive communication within and outside of the school

community

4. Enhance, create, and modernize facilities that support lifelong educational programs

5. Continue fiscally responsible decisions while maintaining the collaborative budget

process

1.3 Locations The District has the following locations which assets are located.

Cambridge Elementary

School

Center Elementary School

3101 Markeley Lane

Fairfield, CA 94533

Foxboro Elementary School

600 Morning Glory Drive

Vacaville, CA 95687

Page 4: REQUEST FOR PROPOSAL (RFP) 2016-01 FOR FIXED ASSET

REQUEST FOR PROPOSAL (RFP) FOR FIXED ASSET INVENTORY TRACKING SYSTEM

AND RELATED SERVICES

Travis Unified School District Page 4

100 Cambridge Drive

Vacaville, CA 95687

Scandia Elementary School

100 Broadway Street

Travis AFB, CA 94535

Travis Elementary School

100 Fairfield Avenue

Travis AFB, CA 94535

Golden West Middle School

2651 De Ronde Drive

Fairfield, CA 94533

Vanden High School

2951 Markeley Lane

Fairfield, CA 94533

Travis Education Center

(TEC)

2775 De Ronde Drive

Fairfield, CA 94533

Travis Community Day

School

2785 De Ronde Drive

Fairfield, CA 94533

Travis Unified School District

District Office

2751 De Ronde Drive

Fairfield, CA 94533

1.4 Current TUSD Fixed Asset Policies and Practices Systems • The District maintains two different thresholds for its fixed asset inventory system.

o $5,000 threshold for capitalized assets.

o $500 for tracking, control and accountability.

• The District does not have an integrated fixed asset tracking system. Warehouse staff

currently track assets, including receipt/delivery, asset properties, initial location, and

disposal, via a combined paper process and Excel spreadsheet.

• The District currently tags assets with a metallic sticker which contains the text

“PROPERTY OF TRAVIS USD” followed by a six digit barcode/number.

1.5 Project Goals The District requires that the successful vendor provide a fixed asset inventory software system,

which shall support the classification, asset tagging process, inventory policy, and provide

useable management information including functionality and reporting capabilities sufficient to

control the acquisitions and disposition of fixed assets, movement of those fixed assets within

the District, and establish accountability for any loss or theft.

Page 5: REQUEST FOR PROPOSAL (RFP) 2016-01 FOR FIXED ASSET

REQUEST FOR PROPOSAL (RFP) FOR FIXED ASSET INVENTORY TRACKING SYSTEM

AND RELATED SERVICES

Travis Unified School District Page 5

The successful vendor of this proposal will satisfy the following core requirements (each of

which is fully described in sections 2.1 – 2.4).

Fixed Asset Inventory System/Classification Recommendation

Fixed Asset Inventory System

Fixed Asset Inventory Service

Technical Support and Training

Additionally, the District will also consider the following optional requirements, described in

section 2.5 – 2.7.

Fixed Asset Valuation Accounting System

Fixed Asset Valuation

RFID feature included in system functionality

1.6 Acknowledgement Please acknowledge that you have received this document and intend to apply by emailing

formal letters of receipt to:

Jon Cornelison

Director, Technology Services

Travis Unified School District

[email protected]

Jackie Violette

Purchasing Assistant

Travis Unified School District

[email protected]

1.7 RFP Coordinator The District RFP coordinator is the sole point of contact for this procurement. All

communications between a proposer and the District shall be with the RFP Coordinator set forth

below:

Jackie Violette, Purchasing Assistant

Travis Unified School District

2751 De Ronde Drive

Fairfield, CA 94533

Office: 707-437-8268

Fax: 707-437-8238

[email protected]

Page 6: REQUEST FOR PROPOSAL (RFP) 2016-01 FOR FIXED ASSET

REQUEST FOR PROPOSAL (RFP) FOR FIXED ASSET INVENTORY TRACKING SYSTEM

AND RELATED SERVICES

Travis Unified School District Page 6

1.8 Submission of Proposals Responding vendors are required to submit via email one electronic copy of their proposal in

Adobe PDF file to the RFP Coordinator on or before March 18, 2016 at 3:00 PM PST. The

subject of the email shall be “RFP 2016-01: FIXED ASSET INVENTORY TRACKING SYSTEM

AND RELATED SERVICES.”

Each response must conform and be responsive to this RFP and the requirements outlined

within this RFP. TUSD reserves the right to reject any or all proposals and to waive any

irregularities or informalities in vendor proposals or in the proposal process.

Late proposals will not be accepted and will be automatically disqualified from further

consideration.

All proposals and any accompanying documentation become the property of the District and will

not be returned. Additionally, all proposals received are subject to public records requests.

1.9 General Conditions 1. MOST FAVORABLE TERMS. The District reserves the right to make a decision without

further discussion of the proposal that is submitted. Therefore, the proposal should be

submitted with the most favorable terms. The District may contact a proposer for

clarification and/or all proposers for a product demonstration, but there may not be an

opportunity for proposers to present "best and final" offers. Proposers must be prepared

to enter into a contract based on their proposal and the terms and conditions in this RFP.

2. QUESTIONS. All questions and requests for clarification will only be accepted in writing

via e-mail. Questions should be sent to the RFP Coordinator by the deadline outlined in

the section 1.10.

3. NON-DISCRIMINATION. The District does not discriminate on the basis of race, creed,

color, national origin, age, sex, marital status, sexual orientation, physical, sensory or

mental disabilities or use of a trained guide dog or service animal. Vendors may contact

the RFP Coordinator to receive this Request for Proposals in an alternative format.

4. BACKGROUND CHECK. Vendor employees, and any subcontractors along with

subcontractor employees will be required to pass a background check as a condition of

contract award and work performance.

5. MILITARY BASE ACCESS. Two school sites are located on Travis Air Force Base so

Vendor employees, and any subcontractors along with subcontractor employees will be

Page 7: REQUEST FOR PROPOSAL (RFP) 2016-01 FOR FIXED ASSET

REQUEST FOR PROPOSAL (RFP) FOR FIXED ASSET INVENTORY TRACKING SYSTEM

AND RELATED SERVICES

Travis Unified School District Page 7

required to pass the DOD screening process in order to obtain a base pass as a

condition of work and contract award for this RFP. Disqualifying Criteria for Accessing

Travis Air Force Base is contained in Exhibit B.

6. AWARD SELECTION CRITERIA. Consideration for awarding purchases or contracts

shall include: price, understanding of needs, and adherence to specifications, prior

school district experience, personnel qualifications, financial stability, product quality,

quality technical support and service, warranties, and familiarity with the project goals.

1.10 Schedule The following schedule is a tentative schedule of events for this project. Vendors should submit

an abbreviated project plan that incorporates your best estimate of a reasonable timeline for

implementation of this project to ensure success of the project at a reasonable cost to the

District.

Event Date/Time Release of RFP March 1, 2016 Deadline for submittal of questions March 8, 2016 3:00 PM Question responses sent to all vendors March 11, 2016 Proposals due March 18, 2016 3:00 PM Vendor demonstrations (tentative) March 22 - 24 , 2016 Vendor selection & contract negotiations / contract execution

March 25 - 29, 2016

Board approval April 12, 2016 Contract execution and PO sent to vendor April 14, 2016 Inventory & system deployment (per approved vendor supplied schedule with RFP response).

April 18 – April 29, 2016

Staff Training TBD in May

2. Statement of Work The District requires all of the following be provided:

2.1 Fixed Asset Inventory System/Classification Recommendation The District requires that the successful vendor provide a fixed asset inventory system, which

conforms to the GASB Statement # 34 including classification, asset tagging process, inventory

policy, and provide useable management information. This includes functionality that minimizes

time spent accounting for capital assets while safeguarding all assets specified. Particular

emphasis is required on the processing of asset acquisitions, processing and tracking of

Page 8: REQUEST FOR PROPOSAL (RFP) 2016-01 FOR FIXED ASSET

REQUEST FOR PROPOSAL (RFP) FOR FIXED ASSET INVENTORY TRACKING SYSTEM

AND RELATED SERVICES

Travis Unified School District Page 8

disposals, transfers, and the methodology used for periodic inventories performed by District

personnel.

2.2 Fixed Asset Inventory System 2.2.1. The vendor will provide an asset management system capable of maintaining all asset

information specified in 2.3.1 below. Included in this requirement will be the software installation

and documentation, user training, procedural documents, and manuals.

2.2.2. The District prefers a cloud-based fixed asset inventory software system; however, district

will consider on premise solutions as well. If vendor is proposing an on premise solution, vendor

shall provide all technical, licensing, and installation requirements with their response to this

RFP.

2.2.3. The software must provide independent capability for the District’s personnel to produce

reports and exports in any configuration or format desired at any given time.

2.2.4. There should be system security with various user access levels for District staff.

2.2.5. The District requires sufficient scanners, tags, etc., to enable the District’s personnel to

affix tags and scan and update inventory as needed on an ongoing basis.

2.2.6. The District prefers a fixed asset inventory software system that integrates with

LDAP/Active Directory.

2.3 Fixed Asset Inventory Service 2.3.1 Vendor will perform a comprehensive inventory of all fixed assets. During the inventory

process, all of the following information will be captured:

a. Description

i. Asset Tag Number (barcode)

ii. Asset Group

iii. Asset Category

iv. Asset Type

v. When applicable employee the asset is issued to

vi. Location

vii. Location (site)

viii. Room

b. Purchase Information

Page 9: REQUEST FOR PROPOSAL (RFP) 2016-01 FOR FIXED ASSET

REQUEST FOR PROPOSAL (RFP) FOR FIXED ASSET INVENTORY TRACKING SYSTEM

AND RELATED SERVICES

Travis Unified School District Page 9

i. Purchase Order Number

ii. Funding Source (i.e. grant name, categorical funding name, etc.)

iii. Account Code

c. Status

i. Status (Active, Disposed, Missing, Pending)

ii. Status Comments

iii. Inventory Date

iv. Disposal Date

v. Disposal Code

vi. Disposal Comment

d. Service/Warranty Information

i. Warranty Expiration Date

ii. Service Contract Expiration Date

e. Other

i. Manufacturer

ii. Model

iii. Serial Number

iv. Asset Cost

2.3.2. The following asset types should be inventoried as part of this project (approximate

numbers are included):

Asset Type Quantity

Capitalized assets (over $5,000) e.g. vehicles, firewalls, buildings,

grounds equipment, playground equipment, etc.

200

Fixed IT assets (over $500) e.g. computers, printers, displays,

projectors, and network equipment,.

2,500

Other fixed IT assets (over $500) e.g. furniture, file cabinets, A/V

equipment, custodial equipment, musical instruments, etc.

1,000

2.3.3. For the purpose of this RFP, the following information can be used as an estimate of the

amount of buildings and locations which contain assets to inventory:

Page 10: REQUEST FOR PROPOSAL (RFP) 2016-01 FOR FIXED ASSET

REQUEST FOR PROPOSAL (RFP) FOR FIXED ASSET INVENTORY TRACKING SYSTEM

AND RELATED SERVICES

Travis Unified School District Page 10

Elementary Schools: 5

Middle Schools: 1

High Schools: 1

Alternative Schools: 2

District Office 1

Total Classrooms/Libraries/MPRs/Kitchens: 310

Total Administrative Offices 20

2.3.4..District would prefer to use the existing barcode metallic asset tags already in use and

can supply vendor with additional tags as necessary to complete the project without delays.

However, if District elects a RFID tagging system contemporaneously with this project (elected

by District as a bid alternate), the RFID tags supplied by the vendor should include the following

text: “Property of TRAVIS USD” at a readable location.

2.3.5. The District does maintain a spreadsheet that functions as an asset inventory. However,

for the purpose of this project the District is looking for a vendor to supply a team to start “blind”

finding assets and collecting the necessary asset data.

2.3.6. The District is open to affixing barcode labels to room door frames to help automate future

inventories.

2.3.7. The District maintains a warehouse; however, the District does not require the vendor to

inventory the entire warehouse. Only IT and equipment assets pending delivery to sites stored

in the warehouse at the time of the inventory will need to be inventoried under this project.

2.3.8. District requires that the inventory be performed during the month of April, 2016. Vendor

will be allowed access to perform inventory work from 3:00PM to 10:00PM Monday through

Friday. Weekends can also be arranged.

2.3.9. Approximately 80% of assets that District requires to be inventoried will already have an

asset tag affixed to it.

2.3.10. The Vendor will provide reasonable assurances that the inventory count performed is

materially accurate and will include a copy of their quality control process with their response to

this RFP.

Page 11: REQUEST FOR PROPOSAL (RFP) 2016-01 FOR FIXED ASSET

REQUEST FOR PROPOSAL (RFP) FOR FIXED ASSET INVENTORY TRACKING SYSTEM

AND RELATED SERVICES

Travis Unified School District Page 11

2.3 Technical Support and Training The District requires ongoing technical support which incudes but not limited to, product and

software updates, training District personnel, access to a representative/lead when submitting

support issues during the life of this contract.

Items 2.5 – 2.7 are optional. District requests the vendors propose the below items as bid

alternatives, separated from the base bid for items 2.1 – 2.4.

2.5 Fixed Asset Valuation Accounting System In conjunction with the valuation, the vendor will provide fixed asset accounting software

compatible with the asset management software. This includes supplying all training,

documentation, and continued software support. The basic functional requirements of this

software are:

Supports the calculation and reporting of straight-line depreciation and other used

defined depreciation methods

Supports the calculation and reporting of various asset classes.

Provides complete audit trail online and hard copy.

Supports monthly closing with journal entries.

Fully integrated with and compatible with fixed asset management system software.

Full support for a custom user friendly report writer.

2.6 Fixed Asset Valuation For all capital assets identified during the inventory, the vendor will provide and calculate the

following data:

Replacement cost for all buildings, machinery and equipment using a $500 acquisition

threshold.

Historical cost for all buildings, machinery and equipment using a $5,000 acquisition

threshold. These historical records shall be traceable to specific purchase

orders/contracts and funding sources. In the absence of the above records, the vendor

may supply an estimated historical cost or fair market value with the supporting

justification of the estimate.

Page 12: REQUEST FOR PROPOSAL (RFP) 2016-01 FOR FIXED ASSET

REQUEST FOR PROPOSAL (RFP) FOR FIXED ASSET INVENTORY TRACKING SYSTEM

AND RELATED SERVICES

Travis Unified School District Page 12

2.7 RFID The District is interested in radio-frequency identification (RFID) features and capabilities. Vendors should price this option as a bid alternative.

3. Quote Requirements The District requires that all responses to this solicitation contain all the following information:

Company Name, Address, and Phone.

Primary Contact Name, Address, Phone, Fax and email address.

Federal Employer’s Identification Number and state and date of incorporation.

Responses to each specific requirement outlined in Section 2 of this RFP.

Product literature.

List of completed projects of similar size and complexity including a project overview of

each.

List of references for inventory services including name, organization, phone, email address, district size, and number of fixed assets.

Description of quality control process used during the inventory phase.

For each of the following, provide a description of the process used:

o Asset Classifications

o Inventory Service

o Asset Valuation

o Reconciliation

Describe the warranty and technical support of hardware and software products.

Detailed cost breakdown for one time and ongoing costs. Vendors must price out all

options separately and include bid alternatives as separate costs for the optional Fixed

Asset Valuation / Account System and RFID options.

4. Contract Award The Contract resulting from this solicitation shall be awarded to the proposer the District

considers most qualified and whose proposal the District determines to be the most

advantageous to the District, based on the evaluation factors set forth in the RFP.

Proposer must comply with any and all federal, state, and local laws, rules and regulations, and

executive orders applicable to the subject matter of this contract,

Page 13: REQUEST FOR PROPOSAL (RFP) 2016-01 FOR FIXED ASSET

REQUEST FOR PROPOSAL (RFP) FOR FIXED ASSET INVENTORY TRACKING SYSTEM

AND RELATED SERVICES

Travis Unified School District Page 13

After selection of the successful proposer, and following contract negotiations, a formal written

contract will be prepared by the District, subject to all required oversight approvals, and will not

be binding until signed by both parties.

Services shall begin, after execution of the required contract and schedules and receipt by the

District of insurance, and immediately thereafter, upon issuance of the Notice to Proceed and

issue of purchase order. District will review vendor supplied license/subscription agreement as

applicable. Vendor will be required to complete standard District certifications (included in this

RFP as reference in Exhibit A).

Page 14: REQUEST FOR PROPOSAL (RFP) 2016-01 FOR FIXED ASSET

REQUEST FOR PROPOSAL (RFP) FOR FIXED ASSET INVENTORY TRACKING SYSTEM

AND RELATED SERVICES

Travis Unified School District Page 14

Exhibit A: Vendor Certifications

NON-COLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID

Public Contract Code Section 7106

The undersigned declares:

I am the____ of ____, the party making the foregoing bid.

The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose.

Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder.

I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on ___[date], at ___[city], ___[state].

Date: Proper Name of Bidder: Signature: Print Name: Title:

Page 15: REQUEST FOR PROPOSAL (RFP) 2016-01 FOR FIXED ASSET

REQUEST FOR PROPOSAL (RFP) FOR FIXED ASSET INVENTORY TRACKING SYSTEM

AND RELATED SERVICES

Travis Unified School District Page 15

AGREEMENT

THIS AGREEMENT IS MADE AND ENTERED INTO THIS DAY OF , 20___, by and between the Travis Unified School District (“District”) and (“Contractor”) (“Agreement”). WITNESSETH: That the parties hereto have mutually covenanted and agreed, and by these presents do covenant and agree with each other, as follows: 1. The Work: Contractor agrees to furnish all tools, equipment, apparatus, facilities, labor,

and material necessary to perform and complete in a good and workmanlike manner, the work of the following project:

PROJECT: Fixed Asset Inventory Tracking System and Related Services

(“Project” or “Contract” or “Work”)

It is understood and agreed that the Work shall be performed and completed as required in the Contract Documents including, without limitation, the Drawings and Specifications and submission of all documents required to secure funding or by the Division of the State Architect for close-out of the Project, under the direction and supervision of, and subject to the approval of, the District or its authorized representative.

2. The Contract Documents: The complete Contract consists of all Contract Documents

as defined in the General Conditions and incorporated herein by this reference. Any and all obligations of the District and Contractor are fully set forth and described in the Contract Documents. All Contract Documents are intended to cooperate so that any Work called for in one and not mentioned in the other or vice versa is to be executed the same as if mentioned in all Contract Documents.

3. Interpretation of Contract Documents: Should any question arise concerning the intent

or meaning of Contract Documents, including the Drawings or Specifications, the question shall be submitted to the District for interpretation. If a conflict exists in the Contract Documents, modifications, beginning with the most recent, shall control over this Agreement (if any), which shall control over the Special Conditions, which shall control over any Supplemental Conditions, which shall control over the General Conditions, which shall control over the remaining Division 0 documents, which shall control over Division 1 Documents which shall control over Division 2 through Division 18 documents, which shall control over figured dimensions, which shall control over large-scale drawings, which shall control over small-scale drawings. In no case shall a document calling for lower quality and/or quantity material or workmanship control. The decision of the District in the matter shall be final.

4. Time for Completion: It is hereby understood and agreed that the work under this

contract shall be completed within seventy nine (79) consecutive calendar days (“Contract Time”) from the date specified in the District's Notice to Proceed.

5. Completion-Extension of Time: Should the Contractor fail to complete this Contract, and the Work provided herein, within the time fixed for completion, due allowance being made for the contingencies provided for herein, the Contractor shall become liable to the

Page 16: REQUEST FOR PROPOSAL (RFP) 2016-01 FOR FIXED ASSET

REQUEST FOR PROPOSAL (RFP) FOR FIXED ASSET INVENTORY TRACKING SYSTEM

AND RELATED SERVICES

Travis Unified School District Page 16

District for all loss and damage that the District may suffer on account thereof. The Contractor shall coordinate its work with the Work of all other contractors. The District shall not be liable for delays resulting from Contractor's failure to coordinate its Work with other contractors in a manner that will allow timely completion of Contractor's Work. Contractor shall be liable for delays to other contractors caused by Contractor's failure to coordinate its Work with the work of other contractors.

6. Liquidated Damages: Time is of the essence for all work under this Agreement. It is

hereby understood and agreed that it is and will be difficult and/or impossible to ascertain and determine the actual damage that the District will sustain in the event of and by reason of Contractor's delay; therefore, Contractor agrees that it shall pay to the District the sum of dollars ($1,000.00) per day as liquidated damages for each and every day's delay beyond the time herein prescribed in finishing the Work It is hereby understood and agreed that this amount is not a penalty. In the event that any portion of the liquidated damages is not paid to the District, the District may deduct that amount from any money due or that may become due the Contractor under this Agreement. The District's right to assess liquidated damages is as indicated herein and in the General Conditions.

The time during which the Contract is delayed for cause as hereinafter specified may extend the time of completion for a reasonable time as the District may grant. This provision does not exclude the recovery of damages for delay by either party under other provisions in the Contract Documents.

7. Loss Or Damage: The District and its authorized representatives shall not in any way or

manner be answerable or suffer loss, damage, expense, or liability for any loss or damage that may happen to the Work, or any part thereof, or in or about the same during its construction and before acceptance, and the Contractor shall assume all liabilities of every kind or nature arising from the Work, either by accident, negligence, theft, vandalism, or any cause whatever; and shall hold the District and its authorized representatives harmless from all liability of every kind and nature arising from accident, negligence, or any cause whatever.

8. Insurance and Bonds: Before commencing the Work, Contractor shall provide all

required certificates of insurance, and payment and performance bonds as evidence thereof.

9. Prosecution of Work: If the Contractor should neglect to prosecute the Work properly or

fail to perform any provisions of this contract, the District, may, pursuant to the General Conditions and without prejudice to any other remedy it may have, make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contractor.

10. Authority of Architect, Project Inspector, and DSA: Contractor hereby acknowledges

that the Architect(s), the Project Inspector(s), and the Division of the State Architect have authority to approve and/or stop Work if the Contractor’s Work does not comply with the

Page 17: REQUEST FOR PROPOSAL (RFP) 2016-01 FOR FIXED ASSET

REQUEST FOR PROPOSAL (RFP) FOR FIXED ASSET INVENTORY TRACKING SYSTEM

AND RELATED SERVICES

Travis Unified School District Page 17

requirements of the Contract Documents, Title 24 of the California Code of Regulations, and all applicable laws. The Contractor shall be liable for any delay caused by its non-compliant Work.

11. Assignment of Contract: Neither the Contract, nor any part thereof, nor any moneys

due or to become due thereunder, may be assigned by the Contractor without the written approval of the District, nor without the written consent of the Surety on the Contractor's Performance Bond (the “Surety”), unless the Surety has waived in writing its right to notice of assignment.

12. Payment of Prevailing Wages: The Contractor and all Subcontractors shall pay all workers on all Work performed pursuant to this Contract not less than the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work as determined by the Director of the Department of Industrial Relations, State of California, for the type of work performed and the locality in which the work is to be performed within the boundaries of the District, pursuant to sections 1770 et seq. of the California Labor Code.

13. This Project is subject to labor compliance monitoring and enforcement by the Department of Industrial Relations pursuant to Labor Code section 1771.4 and Title 8 of the California Code of Regulations. Contractor specifically acknowledges and understands that it shall perform the Work of this Agreement while complying with all the applicable provisions of Division 2, Part 7, Chapter 1, of the Labor Code, including, without limitation, the requirement that the Contractor and all of its Subcontractors shall timely submit complete and accurate electronic certified payroll records as required by the Contract Documents, or the District may not issue payment.

14. Contract Price: In consideration of the foregoing covenants, promises, and agreements

on the part of the Contractor, and the strict and literal fulfillment of each and every covenant, promise, and agreement, and as compensation agreed upon for the Work and construction, erection, and completion as aforesaid, the District covenants, promises, and agrees that it will well and truly pay and cause to be paid to the Contractor in full, and as the full Contract Price and compensation for construction, erection, and completion of the Work hereinabove agreed to be performed by the Contractor, the following price:

Dollars ($ ),

in lawful money of the United States, which sum is to be paid according to the schedule provided by the Contractor and accepted by the District and subject to additions and deductions as provided in the Contract. This amount supersedes any previously stated and/or agreed to amount(s).

15. Severability: If any term, covenant, condition, or provision in any of the Contract

Documents is held by a court of competent jurisdiction to be invalid, void or unenforceable, the remainder of the provisions in the Contract Documents shall remain in full force and effect and shall in no way be affected, impaired, or invalidated thereby.

Page 18: REQUEST FOR PROPOSAL (RFP) 2016-01 FOR FIXED ASSET

REQUEST FOR PROPOSAL (RFP) FOR FIXED ASSET INVENTORY TRACKING SYSTEM

AND RELATED SERVICES

Travis Unified School District Page 18

IN WITNESS WHEREOF, accepted and agreed on the date indicated above:

CONTRACTOR DISTRICT TRAVIS UNIFIED SCHOOL DISTRICT By: By: Title: Title: NOTE: If the party executing this Contract is a corporation, a certified copy of the by-laws, or of

the resolution of the Board of Directors, authorizing the officers of said corporation to execute the Contract and the bonds required thereby must be attached hereto.

Page 19: REQUEST FOR PROPOSAL (RFP) 2016-01 FOR FIXED ASSET

REQUEST FOR PROPOSAL (RFP) FOR FIXED ASSET INVENTORY TRACKING SYSTEM

AND RELATED SERVICES

Travis Unified School District Page 19

WORKERS' COMPENSATION CERTIFICATION

PROJECT/CONTRACT NO.: between Travis Unified School District (“District”) and (“Contractor” or “Bidder”) (“Contract” or “Project”). Labor Code section 3700, in relevant part, provides:

Every employer except the State shall secure the payment of compensation in one or more of the following ways: a. By being insured against liability to pay compensation by one or more insurers duly

authorized to write compensation insurance in this state; and/or b. By securing from the Director of Industrial Relations a certificate of consent to self-

insure, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self-insure and to pay any compensation that may become due to his employees.

I am aware of the provisions of section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the Work of this Contract. Date: Proper Name of Contractor: Signature: Print Name: Title: (In accordance with Labor Code sections 1860 and 1861, the above certificate must be signed and filed with the awarding body prior to performing any Work under this Contract.)

Page 20: REQUEST FOR PROPOSAL (RFP) 2016-01 FOR FIXED ASSET

REQUEST FOR PROPOSAL (RFP) FOR FIXED ASSET INVENTORY TRACKING SYSTEM

AND RELATED SERVICES

Travis Unified School District Page 20

CRIMINAL BACKGROUND INVESTIGATION/ FINGERPRINTING CERTIFICATION

PROJECT/CONTRACT NO.: between the Travis Unified School District (“District”) and (“Contractor” or “Bidder”) (“Contract” or “Project”). The undersigned does hereby certify to the governing board of the District as follows:

That I am a representative of the Contractor currently under contract with the District; that I am familiar with the facts herein certified; and that I am authorized and qualified to execute this certificate on behalf of Contractor. Contractor certifies that it has taken at least one of the following actions with respect to the construction Project that is the subject of the Contract (check all that applies):

The Contractor has complied with the fingerprinting requirements of Education Code section 45125.1 with respect to all Contractor’s employees and all of its Subcontractors’ employees who may have contact with District pupils in the course of providing services pursuant to the Contract, and the California Department of Justice has determined that none of those employees has been convicted of a felony, as that term is defined in Education Code section 45122.1. A complete and accurate list of Contractor's employees and of all of its subcontractors' employees who may come in contact with District pupils during the course and scope of the Contract is attached hereto; and/or

Pursuant to Education Code section 45125.2, Contractor has installed or will install,

prior to commencement of Work, a physical barrier at the Work Site, that will limit contact between Contractor's employees and District pupils at all times; and/or

Pursuant to Education Code section 45125.2, Contractor certifies that all employees

will be under the continual supervision of, and monitored by, an employee of the Contractor who the California Department of Justice has ascertained has not been convicted of a violent or serious felony. The name and title of the employee who will be supervising Contractor's employees and its subcontractors' employees is

Name: Title:

The Work on the Contract is at an unoccupied school site and no employee and/or

subcontractor or supplier of any tier of Contract shall come in contact with the District pupils.

Contractor’s responsibility for background clearance extends to all of its employees, Subcontractors, and employees of Subcontractors coming into contact with District pupils regardless of whether they are designated as employees or acting as independent contractors of the Contractor.

Page 21: REQUEST FOR PROPOSAL (RFP) 2016-01 FOR FIXED ASSET

REQUEST FOR PROPOSAL (RFP) FOR FIXED ASSET INVENTORY TRACKING SYSTEM

AND RELATED SERVICES

Travis Unified School District Page 21

Date: Proper Name of Contractor: Signature: Print Name: Title:

Page 22: REQUEST FOR PROPOSAL (RFP) 2016-01 FOR FIXED ASSET

REQUEST FOR PROPOSAL (RFP) FOR FIXED ASSET INVENTORY TRACKING SYSTEM

AND RELATED SERVICES

Travis Unified School District Page 22

Exhibit B: Disqualifying Criteria for Access to Travis Air Force Base

Page 23: REQUEST FOR PROPOSAL (RFP) 2016-01 FOR FIXED ASSET