REQUEST FOR COMPETITIVE SEALED PROPOSALS NO. RFCSP-1115-ERCNH E-RATE 2.0 ELIGIBLE SERVICES FOR SAN BENITO CISD Proposal Deadline: 2:00 P.M., Wednesday, November 18, 2015 For existing Network Design, Infrastructure and Technology Inventory, visit District website: http://training.sbcisd.net/?page_id=195 Legal and Local Policies for he Purchasing and Acquisition are available at the District website link: http://pol.tasb.org/Policy/Code/260?filter=CH SAN BENITO CONSOLIDATED INDEPENDENT SCHOOL DISTRICT REQUEST FOR COMPETITIVE SEALED PROPOSALS RFCSP-1115-ERCNH FOR: Telecommunication, Internet Access and Basic Maintenance for eligible Internal Connections for E-Rate-2.0, Year 2016. DESCRIPTION: It is the intent of SBCISD to solicit written proposals from service providers familiar with the latest modernized E-Rate 2.0, to assist the school district to maintain and upgrade its technology infrastructure. It is our intent to procure standalone turnkey jobs for Category one involving Telecommunication, Internet Access and Category Two Basic Maintenance services to support the district’s infrastructure to satisfy its educational needs. This RFCSP is pertinent to the Schools and Libraries Program of the Universal Service Fund (E-Rate 2.0, Year 2016). It will be for the period of July 1, 2016 to June 30, 2017. PROPOSAL DEADLINE: Wednesday, November 18, 2015 2:00 P.M Competitive sealed proposals for the above will be received by the San Benito Consolidated Independent School District (SBCISD) ATTN: Emma McCall, Business Manager at the Administration Building located at 240 North Crockett Street, San Benito, Texas 78586-4608. All technical questions, information and correspondence relative to this Request for Competitive Sealed Proposals shall hereafter be directed to Chand Taneja, E-Rate Administrator, 240 N. Crockett Street, San Benito, Texas 78586-4608, phone (956) 361-6417, erate@sbcisd.net or Network Manager, Jose Correa 956-361-6336 or Cell 956-893-2064. Legal and Local Policies for Purchasing and Acquisition are available at the District website link: http://pol.tasb.org/Policy/Code/260?filter=CH Copies of the Request for Competitive Sealed Proposal Package will be available at the San Benito CISD Web Site: http://www.sbcisd.net, under Bids/RFP’s. For more information on this proposal, you may contact Mr. Adrian Garcia, Purchasing Agent, at 240 North Crockett Street, San Benito, Texas, 78586-4608, phone (956) 361-6390 or purchasing@sbcisd.net. For the interest and benefit of the SBCISD, we reserve the right to reject any or all proposals, and to waive any formalities in the proposals received, and accept the proposal most advantageous to the SBCISD. Service Providers are encouraged to follow latest USAC/SLD guidelines, and separate the eligible and non-eligible services. Service Providers are welcomed to visit sites on schedule basis. Emma McCall Business Manager San Benito CISD SAN BENITO CONSOLIDATED INDEPENDENT SCHOOL DISTRICT GENERAL REQUIREMENTS AND CONDITIONS BID ITEM: Telecommunication, Internet Access, Basic Maintenance for eligible Internal Connections Services for E-Rate-2.0, Year 2016 BID NO.: RFCSP-1115-ERCNH A. OPENING SEALED BIDS: (1) All sealed bids shall be received in the office of the Business Department, 240 N. Crockett, San Benito, Texas, 78586, where they will be opened publicly on the date and at the time as advertised (Refer to Invitation to Bid). Bids shall be opened by the administrators of the Purchasing and Business Office; at least two administrators shall be present at the bid opening. (2) The closing time for sealed bids is final. Bids received after the closing time will not be opened or considered. (See Invitation to Bid). (3) Submitted bids are final and may not be altered. Vendors may, however, submit sealed alternative bids before the closing time to substitute prices on their formal bid, in which case only the substitute prices on their formal bid will be considered. (4) No bid can be withdrawn after opening without approval of the administrator of the Business Department based upon a written acceptable reason. B. BID QUOTATION FORM: 1) Bids should be submitted in a sealed envelope. Each bid shall be placed in a separate envelope, sealed and properly identified with the bid title, number and the time and date to be opened. (2) Bids must show the full name and address of the bidder if different than name and address shown on the bid request. Failure to manually sign bid will disqualify it. Person signing bid should show title of authority to bind their firm to a contract. (3) Bid cannot be altered or amended after opening time. Any alternations made before opening time must be signed by the bidder or his agent. Withdrawal of a bid, or failure to honor a bid, may result in the deletion of the company from future bid requests. (4) Prices should be F.O.B. Destination, inside delivery. If otherwise, they must show the exact or estimated cost to deliver. (5) Delivery: Bid must show the number of days required to deliver the articles to the specified location under normal conditions after receipt of an order. Failure to state the delivery time obligates the bidder to make delivery in 14 calendar days. Tailgate delivery to school locations are not acceptable. Delivery shall be made during normal working hours unless prior approval has been obtained from the District. (6) Installation: The successful bidder shall provide the following services and requirements at no additional cost above the initial bid price on machinery or furniture: provide transportation of the items to the building, locating the items in the proper location within the building, uncrating, completing assembly and adjustment by a trained installation mechanic and removing all debris. Machinery is to be complete and made ready for electrical and/or fluid service connection by the School District. After connection, the machine is ready, started, checked and malfunction for the equipment is corrected. All materials, equipment and labor to place machinery in top operating condition or to fully assemble furniture must be provided. (7) Unit price on quantity specified must be bid, extended and total shown. In case of errors in extension, unit price shall govern. (8) Bid prices must be firm for acceptance 60 days from bid opening date. (9) The District is exempt from Federal Excise Tax, State Tax and Local Tax. Tax is not included in bid. If it is determined that tax was included in the bid, it will not be included in the tabulation or any awards. Tax exemption certificated will be furnished upon request. C. ITEMS BID INSTRUCTION: (1) Any catalog, brand name or manufacturer’s reference or specifications used in the bid request is descriptive not restrictive. It is intended to indicate type and quality desired. Bids on brands of like nature and quality will be considered. If bidding on other than reference specifications, bids must show manufacturer, brand, model, etc. of article offered. If other than brand(s) specified is offered, complete descriptive information of each article being bid should be included with the bid. If bidder takes no exception to specifications of reference data, he will be required to furnish brand names, models, etc. as specified. (2) Samples, when requested, must be furnished at no cost to the District. If not destroyed in examination, they will be returned to the bidder upon request at his expense. Each sample, when requested, should be marked with bidders name and item number on the bid. Bid must not be enclosed in or attached to sample. (3) All items bid must be new, in excellent condition, including containers suitable for shipment and storage, unless, otherwise indicated on the bid. D. BID PROPOSALS/APPROVAL: (1) All accepted bids will be tabulated and awarded as provided under Approval/Awarding of Bids; all contracts will be awarded in accordance with Texas Education Code 44.031 (b). (2) All contracts of personal property in excess of $50,000.00 shall require Board approval. (3) After the bids have been opened and tabulated they will be available for those interested to copy or study; they shall not, however, be removed from the Purchasing Department. (4) If no acceptable bids are received, the proposed acquisition will be re-advertised seeking an acceptable bid. (5) The District reserves the right to accept or reject all or any bid, waive minor technicalities and award the bid to best serve the interest of the District. (6) The District reserves the right to purchase additional articles as listed on this bid subject to verification of the same or lower prices and conditions as bid. (7) All items quoted must conform to appropriate Local, State and Federal ordinances, statutes and regulations governing the sale and utilization of the items. (8) Bidder/successful vendor shall be authorized to do business in the State of Texas. The District shall have the right to proof or supporting documents to prove this. E. ON ALL BUILDING OR CONSTRUCTION CONTRACTS: The district shall require the contractor to certify in writing that he provides workers’ compensation insurance coverage for each employee of the contractor employed on the public project. And the district shall require from the general contractor a certificate of workers compensation coverage of his subcontractors, if any, relating to coverage of his subcontractor’s employees F. VENUE: Both parties agree that venue for any litigation arising from this contract shall be in Cameron County, Texas. G. GRATUITIES: The Buyer may, by written notice to the Seller, cancel this contract without liability to Seller if it is determined by Buyer that gratuities, in the form of entertainment, gifts, or otherwise, were offered or given by the Seller, or any agent, or representative of the Seller, to any officer or employee of the School District with a view toward securing a contract or securing favorable treatment with respect to the awarding or amending or the making or any determinations with respect to the performing of such contract. In the event this contract is canceled by Buyer pursuant to this provision, Buyer shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred by Seller in providing such gratuities. SPECIFIC INSTRUCTIONS IN THE SPECIFICATION SECTION OF THIS BID INVITATION/REQUEST FOR PROPOSAL WILL TAKE PRECEDENCE OVER THESE GENERAL REQUIREMENTS AND CONDITIONS SAN BENITO CONSOLIDATED INDEPENDENT SCHOOL DISTRICT RFCSP-1115-ERCNH E-RATE ELIGIBLE SERVICES FOR SAN BENITO CISD GENERAL INFORMATION I. SAN BENITO C.I.S.D. INTENT, PURPOSE, AND SCOPE It is the intent of SBCISD to solicit written proposals from service providers with significant networking experience to assist the SBCISD to maintain and upgrade its technology infrastructure. It is our intent to procure standalone turnkey Category One and Category 2 jobs involving Telecommunications, Data Transmission Internet Access and Basic Maintenance services needed for broadband connectivity that integrate with the existing infrastructure to support high-speed broadband within district’s schools. SBCISD is always seeking innovative ideas to reduce costs, and deploy technology that supports the district’s Technology Plan. Each project is independent and can be proposed independently. The scope of the work encompasses the following projects: Category One and Category Two A. Telecommunication eligible voice services & Broadband Circuits B. Wireless Cellular Phone Service C. Eligible Data Transmission Dedicated Bundled Fiber Transport and Internet Access D. Basic Maintenance for Eligible Broadband Internal Connections Components E. Any innovative cost-effective proposal not listed above will be considered based upon the need of the district Service providers must itemize in details all equipment, installation and maintenance support costs. In addition, E-rate eligible, non-eligible, and other costs must be separated. Service providers FCCRN and Spin Number must be included at the top of each quote. Service providers must satisfy the state of Texas bidding laws and FCC debt-free rules and regulations, and must have adequate knowledge of USAC (E-Rate 2.0) School and Library Modernized Program. Any equal or better product or services equivalent to the existing brand name mentioned in this RFP are acceptable for considerations. FCC rules require that an applicant sign a contract with the service provider before signing and submitting a completed Services Ordered and Certification Form (Form 471). Consequently, all Contracts, Statements, of Work, and/or Service Agreements must be submitted with this response with a handwritten signature and date. Countersigned documents may be provided after the Funding Commitment Decision Letters are issued by the Schools and Libraries Division of the Universal Services Administrative Company. II. The SBCISD intends to procure funds for these projects through the USAC/SLD- E-Rate-2.0 Year 2016 program (July 1, 2016- June 30, 2017), and to maximize the cost-effectiveness of spending for E-Rate supported services. SAN BENITO CONSOLIDATED INDEPENDENT SCHOOL DISTRICT RFCSP-1115-ERCNH E-RATE ELIGIBLE SERVICES FOR SAN BENITO CISD PROPOSAL REQUIREMENTS I. DESCRIPTION OF PROJECT The SBCISD desires to purchase: E-Rate2.0, Year-2016 eligible services for district-wide Telecommunication, Internet Access (Category One) and Basic Maintenance services (Category Two) II. SBCISD AUTHORITATIVE CONTACT PERSON All technical questions, information and correspondence relative to this Request for Competitive Sealed Proposals shall hereafter be directed to: Chand Taneja E-Rate Administrator 240 N. Crockett St San Benito, Texas 78586-4608 Phone (956) 361-6417 E-Mail: erate@sbcisd.net III. CONTRACT DOCUMENTS The SBCISD will use the method of contracting as provided in Section 44.031 of the Texas Education Code. Competitive Sealed Proposals will be the method the SBCISD has selected for this project. The SBCISD will award a contract to the Service Provider offering the best value proposal on the project that is in the best interest of SBCISD. This Request for Competitive Sealed Proposals (RFCSP), including any addenda or modifications to these specifications shall comprise the Contract Documents, and it will include offered and negotiated proposal as accepted by SBCISD and the successful contractor. Under a Request for Competitive Sealed Proposal (RFCSP) arrangement, the SBCISD may accept and/or negotiate with a Service Provider after the date the proposals are due. This RFCSP process provides SBCISD a full competitive atmosphere that facilitates the optimal product and services at the best price. It is the intent of the SBCISD to select a Service Provider with the best proposal. Following this initial selection, negotiations if needed, will occur. Negotiations will occur until the SBCISD is satisfied; otherwise, the SBCISD will move to negotiate with another Service Provider. There will be no shopping of proposals terms among the Service Providers. SBCISD will accept an alternate design and/or offering that would produce a similar or better result. Such an offering will only be accepted if it is clearly and specially noted that these herein specifications is not available or practical to the service provider. IV. PRE-PROPOSAL CONFERENCE AND SITE SURVEY There will be no formal pre-proposal conference. Service Providers are encouraged to familiarize themselves with the existing infrastructure at all eligible sites of the district. The prearranged scheduled visits are most welcomed. Some information about the district infrastructure is available at the district web site: http://technology.sbcisd.net/network-design/ V. PROPOSAL DUE DATE Proposals will be received until the below mentioned date. Any Proposal(s) received after this time and date will be rejected and returned unopened. It is the sole responsibility of the Service Provider to ensure their proposal is received in the appropriate department as designated in the specifications herein. No excuses are acceptable and the determination of the Superintendent is final. One (1) original and two (2) copies of each Proposal are required. Faxed Proposals will NOT be accepted. All proposal envelopes must be marked, sealed and delivered as follows: VI. Proposal Description: Telecommunication, Internet Access and Basic Maintenance Services E-Rate 2.0 Year 2016 Proposal addressed to: Emma McCall, Business Manager San Benito C.I.S.D. 240 North Crockett Street San Benito, Texas 78586-4608 Proposal Due Date: November 18, 2015 at 2:00pm SUBMITTALS Proposals submitted must be signed by the Authorized Legal Representative of the Proposing entity in order for the bid to be considered valid. The proposals must include the complete legal name of the proposing entity, complete address, telephone and fax numbers, e-mail address and title of the agent who had submitted the proposal, and the entity SPIN Number. All Proposals must include a Proposal Response Summary. All items listed on the Proposal Response Summary must be included within each proposal unless an exception had been taken thereto and is clearly and specifically indicated within the Proposal. Service Providers may be required to provide Manufacturers Specification Sheets, General Descriptions, Operating Manuals, System Layout Drawings and/or other support documentation so as to insure a clear understanding of the project offered. VII. SELECTION CRITERIA A. General The request for Competitive Sealed Proposal process is an alternative to competitive bidding. The terms and conditions of competitive sealed proposals are identical to those for competitive bidding except that an important difference between competitive sealed proposals and competitive sealed bidding relates to the finality of initial offers. Under competitive sealed proposals, changes in the nature of a proposal, and in prices, may be negotiated after proposals are opened. In contrast, changes in prices of goods and services are not negotiable in the competitive bidding process. The competitive sealed proposal process provides for full competition among proposals and allows for negotiation with the Service Provider or Service Providers to obtain the best services at the best price. The proposals will be evaluated by specific criteria. The San Benito CISD shall use the following selection criteria to select the service provider that offer the best value to San Benito CISD. The scores assigned to each selection criteria are indicated in the selection criteria and scores chart attached herein. Each criterion is assigned a score of 1 to up to the maximum points as indicated in the assigned points column. The scores of each criterion will then be added for each proposal; and the proposal receiving the highest score will be considered the proposal, which offers the best value, and is beneficial and internally maintainable for the San Benito CISD. After determining the service provider that offers the best value to the San Benito CISD, the San Benito CISD may discuss with the selected service provider’s options for cost reduction. If the San Benito CISD is unable to reach a contract agreement with the selected service provider, the San Benito CISD shall terminate further discussions and proceed to the next service provider in the order of the selection rankings until a contract agreement is reached or all proposals are rejected. The award of contract will require approval by the Board of Trustees. Part II The San Benito CISD will have the option to do a multiple award recommendation under the first choice option, second choice option and so on. And in addition, San Benito CISD will have the option to award on a scope of work or proposal form basis or award to one vendor for the whole project. If it is advantageous to San Benito CISD, the district has the right to award one or more sub-sets of a non-conflicting project to more than one service provider. B. Procedures/Steps It is the intent of San Benito CISD to follow these procedures/steps to award contract: A. All proposals received will be open and read aloud. B. Evaluation Committee will evaluate proposal, summarize, and rank the proposals as to the best value to the San Benito CISD. C. Superintendent or his designee approves the ranking of the proposal and directs next step. D. If necessary, at the Superintendent’s discretion, negotiation/discussion of changes in the nature of proposals and in prices begin. E. After negotiations/discussions are complete, the Superintendent prepares the recommendation to the Board of Trustees for contract approval. F. Board of Trustees act on Superintendent’s recommendation. G. Contract is awarded and the selected vendor provides an attached completed contract. In awarding contract, the District shall consider the selection criteria as follows: Education Code 44.031(d) according to the state and Local Policy CH (Legal)-P No. Selection Criteria 1. Assigned Points Purchase price of the ELIGIBLE goods and or services only 60 The reputation of the vendor and of the vendor’s goods and or services, including company history, prior experience, certified local engineers qualifications, and local K-12 references, availability etc. 10 The quality of the vendor’s goods or services: Design, compatibility with existing infrastructure, etc. 05 The extent to which the goods or services meet the District’s needs. 05 5. The vendor’s experience with products and services district requesting 03 6. The impact on the ability of the District to comply with laws relating to historically underutilized businesses. 02 The total long-term cost to the District to acquire the goods or services after installation – maintenance, warranty, short-notice availability, downtime, etc. 10 2. 3. 4. 7. 8. Management capability, local availability, implementation, completion time, project management and installation expertise, previous E-Rate experience and knowledge of latest modernization of E-Rate 2.0 5 The FCC in their Fifth Report and Order required the applicant (San Benito CISD) to certify on the Form 470 and 471that “All bids submitted will be carefully considered and the bid selected will be the most cost effective service or equipment offering, with price being the primary factor, and will be the most cost-effective means of meeting educational needs and technology plan goals”. When selecting a service provider, SBCISD should like to be sure that the pricing and configuration of the service provider’s bid could withstand scrutiny by SLD for cost effectiveness and other rules. VIII. COLLUSION ENDORSEMENT By submittal of the Proposal requested herein, each Service Provider certifies that their proposal is not the result of, or affected by any unlawful act of collusion with another place or company engaged in the same line of business or commerce. IX. X. LAWS, BUILDING CODES, TAXES, PERMITS, ETC. The Contractor shall 1. Comply fully with all laws and ordinances pertinent to all work of the project, 2. Pay and bear all expenses of tax pertaining to the project, 3. Obtain and pay for all permits required 4. Give all legal notices and pay all fees required for the work. INSURANCE REQUIREMENTS The contractor shall provide the following insurance certification in the amounts shown and under the conditions noted before any authorization will be given to commence delivery or installation: A. General 1. No work will be commenced until all requirements of this section have been approved by the SBCISD in writing. The SBCISD will be furnished a certificate of insurance acceptable, prior to the commencement of any work. 2. Insurance shall be underwritten by a company rated not less than B+VI in the Best’s published guide. 3. There shall be a hold harmless agreement in which the contractor assumes liability on the contract and holds the School District harmless. 4. The contractor shall purchase and maintain in force the following kinds of insurance bonds for operations under construction contracts and as specified in herein. 5. Certification of insurance should contain a waiver of subrogation as well as district or an additional insured party. 6. Vendor must provide a SPIN and FCCRN numbers with the proposal response, and agree to the terms of SLD as set at http://www.universalservice.org/sl/ B. Proof of Contractors Public Liability and Property Damage Insurance, Workman’s Compensation insurance and comprehensive: Automobile Liability Insurance will be required of the successful Service Provider, providing coverage in amounts not less than the following: Contractors General Liability: Bodily Injury, incl. death: Property Damage: $500,000/occurrence $600,000/aggregate $100,000/occurrence $100,000/aggregate Automobile Liability (including owned, non-owned and hired): Bodily Injury, incl. death: $250,000/per person $500,000/occurrence Property Damage: $100,000/occurrence $100,000/aggregate Employer’s Liability: $100,000. Workman’s Compensation: Statutory provisions require. Umbrella Liability $1,000,000.00 The successful Service Provider shall carry sufficient Comprehensive Insurance on equipment on route to and from work sites, to fully protect interest of the SBCISD. XI. SERVICE PROVIDERS FACILITIES, HISTORY AND PERSONNEL Service Providers shall provide company history, type of business entity, location of main and branch offices, years in business (must have at least three years), number of personnel and their qualifications, as well as, the name and title of the project manager person that will be directly responsible for the undertaking. A listing of existing installations which closely relate to the requested system(s), including contact names and telephone numbers, is required with each proposal in order to ascertain the Bidders degree of professionalism and experience. SBCISD prefers the successful Service Provider to provide and maintain a locally contracted, staffed service facility to minimize the response time. A listing of currently employed personnel of each Service Provider, relative to the performance of any tasks required hereunder, providing special schooling, training, manufacturers equipment certifications and years of trade experience is required with each submittal, in order to ascertain the degree of installation, training and service resources presented by the Service Provider. Current Year-End and Year-to Date Financial Statements may be required of each Bidder. Brand and Major Trade References, including contact person and telephone numbers, are required with the submittal of the proposal. XII. FELONY CONVICTION AFFIDAVIT: Statutory Citation covering notification of criminal history of contractor is required by State of Texas Legislative Senate Bill-1, Section 44.034, The Felony Conviction Affidavit included herein must be completed, signed by the Firm’s Agent, notarized and returned as part of the required proposal submittal. XIII. MANUFACTURERS SURETY. All Service Providers may be required to provide with their proposal, a Manufacturers Surety Letter, in favor of the SBCISD, providing Manufacturers Parts and Service Assistance in the event of default or business failure on the part of the successful Bidder for a period of not less than five (5) years from the date of acceptance of the system. XIV. SERVICE PROVIDERS WARRANTY. Service Providers are required to provide, at a minimum, an initial three (3) year full system prorated warranty*, covering the repair and/or replacement of any components of the system(s), which fail as the result of manufacturer's defects and/or improper installation during the initial warranty term, at no additional costs for parts, materials or labor to the SBCISD. At least fifteen (15) year warranty is required for all cabling. *One year E-rate eligible and two or more additional years (non E-Rate or no additional cost) XV. POST WARRANTY SERVICE QUOTATIONS. Service Providers shall submit with their proposals, quotations relative to a Maintenance Contract, which may, at the option of the SBCISD, become effective after the initial warranty period. The contract shall provide for services and materials necessary to maintain the system(s) in original operating condition, at no additional cost over and above the cost of the Service Contract, for individual yearly periods of not less than three (3) years after the initial warranty period. Samples of each Bidders Service Contract must accompany quotations. XVI. INSTALLATION, WORKMANSHIP AND SUPERVISION. Bidders shall provide with proposals, an accurate time frame estimate of project commencement dates, installation scheduling, and the anticipated final completion date of the project. SBCISD expects the timeline for final completion of the project for internal connection to be approved by SLD and SBCISD in writing. Certified and qualified engineers, capable and competent to perform the work specified herein, shall perform all work. XVII. INDUSTRY STANDARDS AND SCOPES. All cabling, network and hardware, equipment and accessories proposed and furnished shall be manufactured, assembled, installed and tested in accordance with current industry standards, the minimum of which shall conform to the: American National Standards Institute (ANSI), Institute of Electrical and Electronic Engineers (IEEE), National Fire Protection Association (NFPA), National Electrical Manufactures Association (NEMA), Insulated Power Cable Engineers Association (IPECA), National Electrical Code, (NEC) and the Texas State Electrical Code (TSEC). In addition, where test standards exists, all materials and/or equipment furnished relative to electrical components, shall bear the Underwriters Laboratories (UL) label XVIII. CONTRACTOR USE OF PREMISES A. The contractor shall coordinate the allocation of work areas in such a manner as to not interfere with the schedules of the SBCISD. B. Contractor shall assume full responsibility for protection and safekeeping of products and equipment stored on premises. C. The Contractor agrees to hold the SBCISD harmless in any and all liability of every nature and description that may be suffered through bodily injuries, including the death of any persons, by reasons of negligence of the contractor, his agents, employees or his subcontractors. XIX. THE PROTECTION The Contractor shall protect all his materials and work, whether incorporated in the buildings or not and replace all work damaged during his operations. XX. SAFETY A. SBCISD agrees to exonerate, indemnify, defend, and hold harmless contractor from and against all claims, demands, lawsuits, damages, expenses and losses incurred by Contractor’s removal of asbestos containing materials from owner’s buildings and work site provided Contractor conducts its operation according to applicable requirements established by: 1. Occupation Safety and Health Administration (OSHA). 2. Environmental Protection Agency (EPA). XXI. INSTALLATION DELAY PENALTY. At the sole discretion of SBCISD a penalty of one hundred dollars ($100.00) per day may be imposed against the successful bidder should completion and final acceptance of the project, excluding causes beyond the reasonable control of the successful Service Provider, exceed the installation time frames presented within the successful Service Providers proposal. In such an occurrence, any penalty amounts will be withheld from the successful Service Provider’s final funding amounts and if not fully satisfied there from, shall be billed, along with interest at a maximum rate allowed by law until collected and paid. Should legal means be required to collect any such unpaid penalty and interest amounts, the successful Service Provider hereby agrees to pay reasonable legal fees associated therewith. XXII. TRAINING Prior to acceptance, the successful Service Provider shall be required to provide in-depth operational and basic programming instructions relative to major components of the systems to operators and other designated key personnel of the SBCISD. The successful Bidder prior shall perform this training, during and immediately following cutover of the system, according to training schedules as designated and approved by the SBCISD. XXIII. AS-INSTALLED DRAWINGS AND MANUALS. The successful Service Provider shall provide, two (2) complete sets of “As Installed” CAD drawings, or equivalent, indicating the installed location of all cabling and network hardware equipment, feeder boxes and schematics which comprise the completed system(s) prior to the final acceptance. In addition, the successful Service Provider shall provide two (2) copies of each respective Manufacturers Maintenance, Operations and/or Programming Manuals relative to any installed equipment, including Station Operations Instruction Manuals relative to the installed Equipment, in sufficient quantities to satisfy the Customers requirements thereof. XXIV. CHANGE ORDER PROCEDURES All changes to the original contract must be done in a change order form provided by SBCISD. Both parties before proceeding with any changes must approve these change order forms. XXV. FINAL ACCEPTANCE Until all submittals have been processed and the successful Service Provider has demonstrated that the equipment and installation fulfills all of the requirements and the specifications of the Contract Documents, thus Final Acceptance shall occur. XXVI. PAYMENT No progress or advance payments will be made for these or any proposals. A walk through with the SBCISD designated personnel will be made at the time of completion of installation of the project and/or accepted of delivering of product/equipment. The Contractor will provide a punch list for the walk through. After final walk through, acceptance documents will be forwarded to the Superintendent for final approval and payment authorization. A check will be issued within 30 days of final acceptance by SBCISD. SBCISD will make payments in accordance with the rules, regulations and policies of USAC (ERate) for all approved Projects related to School and Library Programs (SLP) or as agreed upon in writing. XXVII. PROPOSALS REQUESTED It is SBCISD request to receive Proposals pertaining to the requirement conditions and specifications stated herein in this Request for Competitive Sealed Proposals. There are Proposal Response Summary forms provided. It is mandatory the Service Provider uses these forms*, as failure to do so will disqualify their proposal. The Service Provider may also provide additional information that he may feel is necessary to enhance his response to this RFCSP. It is the intent of the SBCISD to receive proposals on per section only as described in Section I of the General Information Section attached herein. * An alternative cost effective solution can be proposed on a separate form XXVIII. METHOD OF AWARD SBCISD will evaluate the proposals as stated in the Proposal Requirements Section VII. Important, SBCISD will have the option to award this contract to one or several Service Providers, for the whole project or on per section as described above in Section XXVII. Thus, SBCISD reserves the right to award multiple contracts. The award of the contracts will be done in the best i SAN BENITO CONSOLIDATED INDEPENDENT SCHOOL DISTRICT RFCSP-1115-ERCNH E-RATE ELIGIBLE SERVICES FOR SAN BENITO CISD PROPOSAL RESPONSE SUMMARY FORM A TELECOMMUNICATION SERVICES & BROADBAND CIRCUITS I. Category one: Provide detailed proposal for the services listed below. Please separate the eligible and ineligible cost. Eligible Voice Services Quantity Monthly/Yearly Charges include eligible surcharges Installation and Other Charges if any Non-Contracted Month-to-Month or Tarrifed Services Plain Old Telephone Service (POTS 85 DS-1 (T-1) lines (PRI Smart Trunks *) must include 4 $____________ *Smart Trunk Two Ways 4 $____________ *Smart Trunk Calling Number Display 4 $___________ 2500 $___________ *2500 Station Numbers DID Eligible Long Distance Voice Service Provide a contract with per minute cost with maximum $300 per month. The selected provider must have the means to assign authentication code to approved users for the use of long-distance and must have the capability of providing detailed summary of the users every month for accountability. The usage of long-distance is not open to everyone but is limited to only designated users with assigned codes with District’s PBX Mitel Systems. As needed and the bill should include the minutes used only-Users Est. 200 $______________ *Carrier Per Minute Rate including all charges and penalty etc. Broadband Data Transmission Service Fiber Transport Service (Region One ESC –SBHS) MPLS Circuit 1 $____________ 5Mbps - 10 Mbps 1000 Mbps (1Gbps) dedicated PTP Native Ethernet: Lit Fiber Data connections Circuit between two sites (Administration Building Central Hub and an eligible District site) $______________ Five 5- 10 Gbps for High schools and Middle schools $_____________ Sixteen 16-1 Gbps 1000 Mbps (1Gbps) dedicated PTP Native Ethernet: Lit Fiber Data connections Circuit between two sites (Administration Building Hub and Cash or Landrum Elementary school) * * * * * Two 2- 1 Gbps Cash and Landrum one for each Under Contract till June 30, 2018 District owns Mitel PBX with more than 2500 DID’s Ethernet Service is a dedicated, fiber-optic, point-to-point gigabit provision as Layer 2 with custom hand-off at each end with50 nm multimode (SFP) Interface with capability for 1-10 Gbps All Circuits must support 802.1 Q, and must not restrict the numbers of MAC addresses that are utilized by the district Round Trip Latency should not exceed 4 Msec end-to-end. Custom hand-off on each end will utilize RJ-45 10/100/1000 or Fiber Interface compatible with the existing hardware * * * * * * * At each demarcation point, if needed SP must install specialized fiber repeaters to serve as network terminating equipment (NTE). Service Provider must provide Power redundancy at the Demarcation PRI with Two-way+ 2500 Stations Numbers DID+ Calling Number Display Five 10 Gbps dedicated PTP Native Ethernets are to replace the existing 1Gbps Long Distance Carrier rate are for per minute as used. In the past, the usage has been between $50-$300 per month Fiber Transport Services from Region One Edinburg to San Benito High School for educational needs For physical address of each site, visit the district website: http://www.sbcisd.net/ II. Please attach a summary of your company history, type of business, location of main branch offices, years is business, number of personnel as well as the name and title of the project manager. (Please refer to the Proposal Requirements, Section XI). III. Please fill out the attached felony conviction affidavit. (Please refer to the Proposal Requirements, Section XII). IV. Warranty A. Please provide your warranty as per the proposal requirements, Section XIV. B. Please attach Post warranty information as per the proposal requirements Section XV V. Attached is the time frame estimate as per proposal requirements, Section XVI. VI. Attached is a list of the hardware, cabling and other necessary equipment and accessories that will be used in the proposed project. VII. Attached is a list (Minimum of three) of similar installation and also reference including location and contact persons and pertinent telephone numbers, etc. VIII. Are you a historically underutilized business (HUB)? Yes __________ No __________ Bidders Name_______________________________________ Proposal Response Summary Form A Page 1 of 2 RFCSP-1115-ERCNH WE THE UNDERSIGNED SUBMIT THE ABOVE PROPOSAL RESPONSE SUMMARY: I/We have read the proposal requirements, conditions, and specifications, which are an integral part of the terms of this contract. My signature also certifies that the accompanying proposal is not the result of, or affected by any unlawful act of collusion with another person or company or company engaged in the same line of business or commerce, or any act of fraud punishable under the current Texas codes. Furthermore, I understand that fraud and unlawful collusion are crimes under the Statue Law, and can result in fines, prison sentences, and civil damage awards. I hereby certify that I am authorized to sign as a Representative for the Firm. Name of Firm: __________________________ Signature: ____________________________________ Address: ________________________________ Name (Type/Print): ____________________________ _______________________________________ Title: ________________________________________ Telephone: _____________________________ Date: ________________________________________ Fax: ___________________________________ E-Mail: ______________________________________ SPIN: __________________________________ FCCRN: _____________________________________ Bidders Name_______________________________________ Page 2 of 2 Proposal Response Summary Form A RFCSP-1115-ERCN SAN BENITO CONSOLIDATED INDEPENDENT SCHOOL DISTRICT RFCSP-1115-ERCNH E-RATE ELIGIBLE SERVICES FOR SAN BENITO CISD PROPOSAL RESPONSE SUMMARY FORM B WIRELESSTELEPHONE SERVICEINCLUDING CELLULAR VOICE I. Please provide a proposal for cellular phone service for 400-1000 nationwide minutes for 30+30 phones. Specify all restrictions and limitation, if any for the area. The district has the option of using State Master Contract (Texas State approved DIR) rates. Cell data and Texting is not E-rate eligible. Provider must have the capability of seamless transfer of e-mail services from the district server to portable devices. Please provide DIR Contract Number if any. Eligible Cellular Voice Service Quantity and Plan 30 Monthly Total Cost America's Choice/Nationwide Voice 1000 Voice & Data Bundle (Non- Shared/Pooled) $ __________ Eligible Element (Voice) Allocation Non-Eligible Element (Device/Messaging/Etc.) Allocation $ ____________ $ ____________ 30 America's Choice/Nationwide Voice 400 (Shared/Pooled) Quantity Eligible Element (Voice) Allocation Non-Eligible Element (Device/Messaging/Etc.) Allocation $ ___________ $ ___________ $ ___________ Please the separate the cost of ineligible cell data and texting. Any other cost effective alternative service proposal will be considered. Separate data and texting ineligible service charges if any. II. Please attach a summary of your company history, type of business, location of main branch offices, years is business, number of personnel as well as the name and title of the project manager. (Please refer to the Proposal Requirements, Section XI). III. Please fill out the attached felony conviction affidavit. (Please refer to the Proposal Requirements, Section XII). IV. Warranty A. Please provide your warranty as per the proposal requirements, Section XIV. B. Please attach Post warranty information as per the proposal requirements Section XV V. Attached is the time frame estimate as per proposal requirements, Section XVI. VI. Attached is a list of the hardware, cabling and other necessary equipment and accessories that will be used in the proposed project. VII. Attached is a list (Minimum of three) of similar installation and also reference including location and contact persons and pertinent telephone numbers, etc. VIII. Are you a historically underutilized business (HUB)? Bidders Name_________________________________ Response Summary Form C Page 1 of 2 RFCSP-1115-ERCNH WE THE UNDERSIGNED SUBMIT THE ABOVE PROPOSAL RESPONSE SUMMARY: I/We have read the proposal requirements, conditions, and specifications, which are an integral part of the terms of this contract. My signature also certifies that the accompanying proposal is not the result of, or affected by any unlawful act of collusion with another person or company or company engaged in the same line of business or commerce, or any act of fraud punishable under the current Texas codes. Furthermore, I understand that fraud and unlawful collusion are crimes under the Statue Law, and can result in fines, prison sentences, and civil damage awards. I hereby certify that I am authorized to sign as a Representative for the Firm. Name of Firm: __________________________ Signature: ____________________________________ Address: ________________________________ Name (Type/Print): ____________________________ _______________________________________ Title: ________________________________________ Telephone: _____________________________ Date: ________________________________________ Fax: ___________________________________ E-Mail: ______________________________________ SPIN: __________________________________ FCCRN: _____________________________________ Bidders Name_______________________________________ Page 2 of 2 Response Summary Form B RFCSP-1115-ERCN SAN BENITO CONSOLIDATED INDEPENDENT SCHOOL DISTRICT RFCSP-1115-ERCNH E-RATE ELIGIBLE SERVICES FOR SAN BENITO CISD PROPOSAL RESPONSE SUMMARY FORM C ELIGIBLE INTERNET ACCESS I. Provide the cost for eligible Internet Access Service for 2000MB-5000 MB bandwidth with fiber connection for 12 Elementary schools, 3 Middle schools, 6 Alternative schools, 2 High schools and 5 Support sites. The cost must include Fiber transport, line charges, port charges and PVC charges etc. * Separate the eligible and ineligible cost if any. This includes a Fiber Transport from San Benito CISD to the Internet Service Provider. A. Tiered Dedicated ISP including fiber link transport and all eligible charges (Turnkey): Quantity MRE Cost* MRI Cost* Total Monthly Cost Total Yearly Cost 2000 Mbps $___________ $_____________ $____________ $___________ 3000 Mbps $___________ $_____________ $_____________ $____________ 4000 Mbps $___________ $_____________ $_____________ $____________ 5000 Mbps $___________ $____________ $_____________ $____________ The district manages its own Cisco Router at the Demarcation. Cost must include all charges including transport from the same service provider. *MRE=Monthly Recurring Eligible cost MRI=Monthly Recurring Ineligible cost. The service must be symmetrical, burstable and include the local loop. Please provide 12-month contract price, 24-month contact price and 36-month contract price B. · · · · · · · · · · · · · · · · If any additional one-time cost needed for installation etc. (Provide details) $____________________ It is required that the ISP’s offer the option for the district to utilize BGP-4 peering. ISP must provide the option for the district to request Full Routes, Full + Default Routes or Default Only Routes and MD5 Key must be supported ISP must be able to route SBCISD owned ARIN assigned IP Space Service Provider must have the ability to provide dual stack peering/routing (IPv4 & IPv6 simultaneously). ISP shall provide SBCISD with a /48 IPv6 block and dual-stack routing of IPv4+IPv6 ISP must interconnect with a minimum of 2 upstream providers ISP’s should provide District with a /30 Interconnection Block for the WAN Interface of the District Router. Handoff type to District Router must be Native Ethernet, Multimode 850nm. LC Connector Preferred. Handoff optic for 2 Gig or greater will be on a 10Gig 850nm SR - Multimode ISP shall provide no less than 2Gbps and up to 10Gbps or more of duplex business class Dedicated Internet Access. ISP shall provide proof of connectivity to two or more redundant upstream providers. ISP shall provide primary and secondary DNS services if requested. ISP shall provide bandwidth 24 hours per day, 365 days per year. ISP shall have network engineering support 24 hours per day, 365 days per year. ISP shall maintain network monitoring capability and notification at the point of any disruption of service. ISP shall provide a web-based bandwidth utilization reporting. ISP shall provide a web-based trouble ticketing system. Additional Information Required: · ISP’s Service Level Agreement. · ISP’s E-rate SPIN number. · ISP's BGP AS number. · ISP's IPv4 and IPv6 upstreams providers AS numbers. · BGP Verification sites http://bgp.he.net All ISP Services must be quoted including the cost of ISP Port, Cross-Connect, Bandwidth Charge, Local Transport to Service Provider POP, Installation and any other charges. Any Special Construction that is required by the service provider to connect with the ISP must be clearly identified in the RFP Response. Responding Service Providers must be able to demonstrate that their network is wholly owned and does not depend on or utilize a third party for local distribution and last mile transport. Respondents should provide documentation of Backbone BGP Peering and AS# peering analysis via http://bgp.he.net. Please also provide BGP Map utilizing https://www.robtex.com/as/as#####.html#graph Respondent should have the ability to provide district self-managed primary and secondary DNS hosting if requested. Please identify any applicable charges or fees. All ISP Services must be quoted including the cost of ISP Port, Cross-Connect, Bandwidth Charge, Local Transport to Service Provider POP, Installation and any other charges. Any Special Construction that is required by the service provider to connect with the ISP must be clearly identified in the RFP Response. Responding Service Providers must be able to demonstrate that their network is wholly owned and does not depend on or utilize a third party for local distribution and last mile transport. Respondents should provide documentation of Backbone BGP Peering and AS# peering analysis via http://bgp.he.net. Please also provide BGP Map utilizing https://www.robtex.com/as/as#####.html#graph Respondent should have the ability to provide district self-managed primary and secondary DNS hosting if requested. Please identify any applicable charges or fees. Bidders Name_________________________________ Proposal Response Summary Form C Page 1 of 2 RFCSP-1115-ERCNH WE THE UNDERSIGNED SUBMIT THE ABOVE PROPOSAL RESPONSE SUMMARY: I/We have read the proposal requirements, conditions, and specifications, which are an integral part of the terms of this contract. My signature also certifies that the accompanying proposal is not the result of, or affected by any unlawful act of collusion with another person or company or company engaged in the same line of business or commerce, or any act of fraud punishable under the current Texas codes. Furthermore, I understand that fraud and unlawful collusion are crimes under the Statue Law, and can result in fines, prison sentences, and civil damage awards. I hereby certify that I am authorized to sign as a Representative for the Firm. Name of Firm: __________________________ Signature: ____________________________________ Address: ________________________________ Name (Type/Print): ____________________________ _______________________________________ Title: ________________________________________ Telephone: _____________________________ Date: ________________________________________ Fax: ___________________________________ E-Mail: ______________________________________ SPIN: __________________________________ FCCRN: _____________________________________ Bidders Name_______________________________________ Proposal Response Summary Form C Page 2 of 2 RFCSP-1115-ERCN SAN BENITO CONSOLIDATED INDEPENDENT SCHOOL DISTRICT RFCSP-1115-ERCNH E-RATE ELIGIBLE SERVICES FOR SAN BENITO CISD PROPOSAL RESPONSE SUMMARY FORM D BASIC MAINTENANCE SERVICES Basic Maintenance (repair and upkeep) and Basic Technical Support on-line and telephone for the year 2016.The district will use the services as needed, and pay for the services as quoted. Service Providers can respond to one or more services Forms (F1-F4). l. F1 – Total Wire and Cable maintenance of existing eligible components including material needed $____________________(a+b+c) See details below * F2 –Maintenance of existing eligible PBX System Servers = 100 Hrs or Less as needed $____________/Hr. including travel x 100 Hrs = $________________ F3- Maintenance of existing eligible Servers and Cisco Equipment=100 Hrs or Less as needed $____________/Hr. including travel x 100 Hrs = $________________ F4- Maintenance of existing eligible Cisco Base (TAC) Essential Equipment Services $____________/ea. X essential units = $________________ List attached * Details For Form1 services are estimated and listed below: Numbers may be less or more as needed (a) Total labor and materials for 200 drops: $___________ (b) Five thousand feet- 6-strand fiber runs with inner duct with 12 ST fiber termination per run $________ (c) 5000 ft. ½ inch EMT conduits with installation and boxes=unit cost x 5000 ____________ II. Please attach a summary of your company history, type of business, location of main branch offices, years is business, number of personnel as well as the name and title of the project manager. (Please refer to the Proposal Requirements, Section XI). III. Please fill out the attached felony conviction affidavit. (Please refer to the Proposal Requirements Section XII) IV. Warranty A. Please provide your warranty as per the proposal requirements, Section XIV. B. Please attach Post warranty information as per the proposal requirements Section XV V. Attached is the time frame estimate as per proposal requirements, Section XVI. VI. Attached is a list of the hardware, cabling and other necessary equipment and accessories that will be used in the proposed project. VII. Attached is a list (Minimum of three) of similar installation and also reference including location and contact persons and pertinent telephone numbers, etc. VIII. Are you a historically underutilized business (HUB)? Yes __________ No __________ Bidders Name_______________________________________ Proposal Response Summary Form D Page 1 of 2 RFCSP-1115-ERCN WE THE UNDERSIGNED SUBMIT THE ABOVE PROPOSAL RESPONSE SUMMARY: I/We have read the proposal requirements, conditions, and specifications, which are an integral part of the terms of this contract. My signature also certifies that the accompanying proposal is not the result of, or affected by any unlawful act of collusion with another person or company or company engaged in the same line of business or commerce, or any act of fraud punishable under the current Texas codes. Furthermore, I understand that fraud and unlawful collusion are crimes under the Statue Law, and can result in fines, prison sentences, and civil damage awards. I hereby certify that I am authorized to sign as a Representative for the Firm. Name of Firm: __________________________ Signature: ____________________________________ Address: ________________________________ Name (Type/Print): ____________________________ _______________________________________ Title: ________________________________________ Telephone: _____________________________ Date: ________________________________________ Fax: ___________________________________ E-Mail: ______________________________________ SPIN: __________________________________ FCCRN: _____________________________________ *Basic Maintenance ensures the necessary and continued operation of eligible internal connection components at eligible locations. District will use whatever funds are available (Eligible E-Rate and Local ) Bidders Name_________________________________ Proposal Response Summary Form F Page 2 of 2 RFCSP-1115-ERCNH SAN BENITO CONSOLIDATED INDEPENDENT SCHOOL DISTRICT RFCSP-1115 ERCNH E-RATE ELIGIBLE SERVICES FOR SAN BENITO CISD PROPOSAL RESPONSE SUMMARY FORM E Any innovative cost-effective proposal not listed above will be considered based upon the need of the district. District may purchase extra items for the same price quoted in the RFP whenever funds are available SAN BENITO CONSOLIDATED INDEPENDENT SCHOOL DISTRICT RFCSP-1115-ERCNH E-RATE ELIGIBLE SERVICES FOR SAN BENITO CISD TECHNICAL SPECIFICATIONS PART I GENERAL TECHNICAL SPECIFICATIONS WIRING/CABLING NETWORK CABLING Vendor must adhere to the following TIA-EIA standards: • • • • • • • TIA-EIA 568A (EIA-TIA 569) TIA-EIA 569 (Pathways and Spaces) TIA-EIA 570 (Residential and Light Commercial) TIA-EAI 606 (Administration) TIA-EIA 507 (Commercial Building Grounding) TIA-EAI TSB-67 (Transmission Performance for Testing) TIA-EIA 507 (Commercial Building Grounding) In planning and executing the project implementation, the vendor shall also abide by the criteria published by the following national bodies and standards: • • • • • • • • • • OSHA - Occupational Safety and Health Association IEEE - Institute of Electrical and Electronic Engineers ANSI - American National Standards Institute NEC - National Electronic Code UL - Underwriter's Laboratories NEPA - National Fire Protection Association NEC - National Electronic Code EIA/TIA - Electronic Industries Association/Telecommunications I Industry Association TSB - Technical Systems Bulletin (TSB-67, TSB-72) BICSI - Building Industry Consulting Services International Subcontracting will be allowed for all projects, subject to SBCISD prior approval of sub-contractors. PHYSICAL NETWORK TOPOLOGY The basic architecture of the information transport system should be based on a hierarchical star topology utilizing Unshielded Twisted Pair and/or fiber optic media. The system must be based on open distribution architecture so that existing equipment and facilities as well as future equipment from multiple vendors can be supported by the proposed system. The system should have the ability to expand to support voice, video, and emerging technologies. Unless otherwise specified, copper should be used between the demarcation (T1) and the MC. Multimode fiber should be used between MC and TC. The backbone must support Gigabit 1000BaseT if connected with fiber. At least 54 Mobs if connected with a fixed wireless medium (laser, infrared, radio). Administrative and instructional networks should be segregated. The vendor will provide a database or spreadsheet on CD of used IP numbers assigned to all devices. Printed network “as-built” maps (hand-drawn maps will not be accepted) which show the hardware (with static IP addresses where appropriate), cabling, and MC’s and TC’s will be provided by the vendor. Maps should be done on Microsoft Visual; any other format will be discarded. COPPER CABLING SPECIFICATIONS Category 6 A or Category 6e Unshielded Twisted Pair cable must meet or exceed the performance requirements as specified in ANSI/EIA/TIA 568--B-2-1-2002 “Commercial Building Telecommunications Wiring Standard” and EIA/TIA Telecommunications Systems Bulletin TSB-36, “additional cable Specifications for Unshielded Twisted Pair Cables” and TIA/EIA TSB-40A, “Additional Transmission Specifications for Unshielded Twisted Pair Connecting Hardware.” The District requires high speed data cabling conforming to enhance Category 5 for data requirements. Cable Characteristics: Cables shall be enhanced category 6e Unshielded Twisted Pair which is rated for at least 1Gbps transmission, and should include jacks, blocks, patch panels, etc. that are rated for Gbps transmission. All UTP category-6e must be 4x0 FEP plenum construction approved for using air-handling spaces. Cable color should conform to the district standard for data cable color, which is blue for all locations. Jack and Outlet Specifications: Each work area location must be equipped with a consistent arrangement of LAN communications outlets. The faceplate must attach to a single gang electrical outlet box with a minimum capacity of four outlets. Any vacant faceplate position shall be reserved for future growth and should have a blank inserted. The District and the successful contractor will determine colors. Outlet boxes must be installed so that they can be accessed easily and must not reside directly behind furniture that would obstruct the jack. The jacks used must conform to enhanced Category 6e specifications and to parameters set forth in EIA/TIA 568, TSB36 and TSB40A. All jacks and patch panels shall be configured for T568B wiring scheme. Patch panels shall be enhanced Category 6e compliant 110 interfaces in the back. Seven feet rack with horizontal power strips with 10 outlets on both ends would be used Testing and certification: The contractor shall provide proof of communications wiring systems certification and testing certification. Each communications outlet tested should include patch panel, patch cord, and device jack and station side cables. Testing must be “end-to-end.” All test results must be printed and show the following results: Impedance (TDR), Line Mapping, Cable Length, DC ohms, Attenuation, and Near End Cross Talk (NEXT) Test equipment must be power sum certified. Cable Management: Each equipment rack or wiring closet shall have horizontal and vertical cable management hardware to ensure an organized and aesthetic installation to the District’s satisfaction. The cable management system should be reliable and easy to service and maintain. The cables will be routed to avoid obstruction of ducts and other material in the ceiling space. Cable trays or hooks should be used for the routing of all horizontal cabling. All exposed cable (visible to those that use the building) should be enclosed in conduit or a quality non-metallic surface raceway with NEMA standard screw-on or Snap-on Faceplate Total cable length to each workstation is to be 295 feet maximum including jumpers; fifteen (15) feet of Extra-coiled slack cable will be placed in the ceiling where the cable drops from the ceiling into the wall above the patch panel. General clearance requirements for UTP and STP cable are: -- 4 feet from large motors or transformers -- 1 foot from conduit and cables used for electrical power distribution -- 1 foot minimum from fluorescent lights. Pathways should cross perpendicular to fluorescent lights, conduit and cables used for electrical power distribution. Note: These precautions may not be necessary for pathways that provide electromagnetic isolation between horizontal cabling and sources of electromagnetic interference. The use of fire stop is required for all penetrations in ceiling, floors, and fire noted walls in accordance with all applicable codes and regulations and to the satisfaction of San Benito CISD. FIBER OPTIC CABLING SPECIFICATIONS All fibers must be indoor-outdoor rated plenum. There must be a cement cap on all fiber trenching. The vendor will be responsible for capping off trench lines with black top. The vendor is responsible for surveying the site for underground cables, pipes, etc. *For 10 Gigabit link upgrade each IDF must be connected to each MDF with 50-micron multimode fiber link, armored or inner Ducts. Unless otherwise specified, for cable runs less than 2000 meters use multimode fiber *50/125m, (CommScope, ATT, Siecor or equal). TIA/EIA-568A requires that the optical fiber meet the requirements of ANSI/TIA/EIA-492AAAA, “Detail Specification for 50m Core Diameter/125m Cladding Diameter Class IA Graded-Index Multimode Optical Fibers.” For cable runs greater than 2000 meters use single mode fiber. Single-mode optical fiber for backbone applications must meet the requirements of ANSI/TIA/EIA-492BAAA, “Detail Specification for Class Iva Dispersion Unshifted Single-Mode Optical Fiber.” Fiber Count - The District requires a minimum of 12-fiber strands for each cable run unless otherwise specified. Fiber Connectors - Each cable shall be terminated with ST-style ceramic connectors to TIA/EIA specification and installed in fiber optic rack mount or wall mount termination cabinets. Fiber Patch cords and Station Cables - Each fiber patch cord shall be multimode (50/125m) with STstyle duplex (length: 2 meters) unless otherwise specified. Distribution Frame - Distribution enclosures and patch panels shall be either rack (19”) or wall mount with ST-style bulkhead adapters. Link Loss Specifications - Each fiber link less than or equal to 2 km shall be tested according to ANSI’s Fiber Optic Test Procedures (FOTP) 171 and must be < 3.5 dB. An Optical Time Domain Reflectometer (OTDR) trace must be done on links greater than 2 km. All fiber strands will be tested with Light Source and Optical meter for maximum dB loss. Exterior Building Connections - Fiber optic cable will be required on all exteriors building connections and buildings that require more than one communications closet. The Ethernet standards dictate the distance per horizontal connection is 90 meters and 100 meters total channel connection. Outdoor rated PVC cable per NFP-70 may only extend 50 ft. from the penetration point into a plenum rated area. Any non-plenum rated outdoor cable extending past the 50-ft. distance must be installed in EMT conduit. All exterior buildings will be connected with a minimum of one 4-inch conduit with a minimum of three 1-inch innerducts. All aerial fiber runs must be installed in UV rate black innerduct. The chosen installer must provide any additional utility poles. The District prior to the start of the project will determine the location and installation point of each pole. TEST RESULTS AND SUPPORTING DOCUMENTATION All testing and certification results are to be compiled in a table by location, cable number and strand or color and provided with “as-built” drawings. Test results must also be provided in digital form. All enhanced category 6 cables will be tested with TSB67 certified level tester with two-way injector. GENERAL CABLING REQUIREMENTS All fiber optic cable will be enclosed in plenum inner-duct (intra-building), metal conduit (inter-building) above ground), or PVC conduit (inter-building below ground) All conduit, inner-duct, and cables will be secured to the building and installed in accordance with industry standard practice. Inner-duct shall be secured to the building structure above the suspended ceiling. Category 6 cables UTP cable shall be bundled with wire ties and secured to the building above the suspended ceiling. Copper (UTP) runs in classrooms and offices or visible to those that use the building will be either in the walls (wherever possible) or in a minimum 1 inch wire mold system or enclosed in conduit. All wiremold systems and surface mounted boxes must be secured with anchors. Gluing to the wall as the sole means of securing these items is unacceptable. Label all patch panels with printed labels reflecting circuit I.D. Provide “as-built” prints with accurate labeling of circuit I.D. and room number and segment lengths. Prefer CAD version 12 or greater. Label the outside of each faceplate with a printed label circuit I.D. and each cable on both ends with self- laminating I.D. label. Labels will meet the legibility, defacement, adhesion and general exposure requirements for indoor and outdoor use as specified in UL 969. All racks used should include vertical 6 feet multi-outlets on both sides of the rack* Velcro tie wraps for support and management of UTP cable should be used instead of plastic or other material. Grounding and Bonding – reference ANSI/TIA/EIA-607 standard – minimum conductor size NO. 6 AWG – establish connectivity to main building ground When pulling cable through conduit, a pull string should remain for future use. Material: Surface Raceways: Two-piece nonmetallic dual channel raceway such as off-white Wiremold Access 5000 series with all fittings or equivalent including all needed accessories Cable Management Racks: High Quality 19-inch Relay Rack with Cable Management system in black finish, 10-32 tapped Mounting Holes, 84-inch high with vertical power strips on both side with 20A NEMA L5-20R 8-outlet 15 feet cable and two rack-mount shelves rated for maximum of 50 lbs. Capacity. Tele-Power Pole Systems: Two-compartment pole (power and communications), nominal material thickness .040-inch, length 10feet 5-inch, factory wired with fed-spec general grade 20A 125V duplex style receptacle and 8-inch removable cover for making power wires connection such as Wiremold Steel 30TP-2V Series – Ivory Finish Customer Responsibilities: San Benito CISDis responsible for the following: Allowing the contractor’s employees free access to the premises and facilities at all reasonable hours during the installation. Providing access to 120 volt, 20 AMP, 60 Hz commercial powers necessary for the installation and for future telecommunications equipment, or comparable240 volt power. Making alterations and repairs to the building, equipment or services if it is determined by the company to be desirable or necessary for safe operation. Making inspections when notified by the contractor that the equipment or any part thereof is ready for acceptance. Participation in a joint communications plan. Contractor Responsibilities: Maintain a Certified System Integrator Certification Prior to and thru-out the bid process and work being preformed. Providing all supervision, labor, tools, equipment, materials, transportation, erection, construction, unloading, inspection and inventory housing. Must also return spare material as specified. Furnishing and installing materials for a complete structured cabling system unless specific provisioning or installation of materials is denoted in this RFP. Obtaining San Benito CISD permission before proceeding with any work-necessitating cutting into or through any part of the building structure such as girders, beams, concrete, tile floors or partition ceilings. Promptly repairing all damage to the building due to carelessness of contractor employees and exercising reasonable care to avoid any damage to the building. Reporting to San Benito CISD any damage to the building that may exist or may occur during the contractor’s occupancy of the building. Taking necessary steps to ensure that required fire fighting apparatus is accessible at all times. Flammable materials shall be kept in suitable places outside the building. Installing the wire, cable and hardware in accordance with the specifications outlined herein. Conducting tests and inspections as specified post-installation. Promptly notifying San Benito CISD at least one week prior to completion of work on equipment wherein such portions are ready for inspection. Promptly correcting all defects for which contractor is responsible as determined by San Benito CISD. Coordinating all work with San Benito CISD representative that may be designated at a future date before the commencement of the installation. Maintaining insurance and appropriate warranty bonds on the proposed distribution system until San Benito CISD accepts it. Removing all tools, equipment, rubbish and debris from the premises and leaving the premises clean and neat upon completion of the work. Abiding by the safety and security rules in force on the work site per local and governmental regulation. Following industry standard installation practices and as defined by Section 8. Must notify the school’s front office, sign-in & sign-out and validate security procedure before entering / leaving the premises. Call the SBCISD Technology Department 956-361-6924 and notify the plan of work for the day. Report any problems and update progress to the Technology Department on daily / regular basis. PART II TECHNICAL SPECIFICATIONS FOR WIRELESS HARDWARE AND SOFTWARE REQUIREMENTS 1.1 Wireless Phone/LAN Access The district is seeking information/proposals for a wireless voice-over-IP communications system to be installed in all of our campuses. This system is expected to offer improved communication with workers throughout the facility by allowing personnel to make or receive telephone calls using a wireless telephone. The wireless system must be fully integrated into our new system such that wireless calls can be made and answered with the same functionality as with a standard wired telephone set. The system must also integrate with the existing wireless LAN such that the wireless LAN’s access points act as Base Stations for the wireless phone system. 1.1.1 General Requirements: The proposed product must be currently available from the manufacturer. 1.1.2 Interfaces Provide information for an interface to the proposed system. Note any additional requirements such as software upgrades, additional equipment required, etc. Provide information about the interface between your wireless telephone and the Wireless LAN. Proposed wireless telephones must provide excellent voice quality over IP. Describe the technology employed to ensure voice quality. What LAN equipment is required to use your wireless telephones? 1.1.3 Approvals and Compliance The proposed equipment must conform to the 802.11 standard for wireless LANs. Compliant What VoIP protocols does the NetLink IP Wireless Telephone support? Is the proposed equipment in compliance with the accepted international standard for wireless telephony? The proposed equipment must have Underwriters Laboratories (UL) listing. Installation and operation must not require licensing by the FCC or coordination studies performed by any other agency. Please disclose any and all such requirements. 1.1.4 Air Time Charges No airtime or usage charges shall be required to use the wireless telephones. 1.1.5 Electromagnetic Interference (EMI) Have the proposed telephones been tested regarding electromagnetic interference with other equipment? Can personnel and equipment be provided for testing purposes? 1.2 Wireless Operational Requirements A. Calling Capability The wireless telephones must interface with our existing Inter-Tel Phone System such that wireless calls can be made and answered with the same functionality as with a standard wired telephone set. 1.2.2 Can outgoing calls be restricted or controlled on the wireless telephone as is currently done with the standard wired telephone sets? Dialing The proposed telephone must support dual tone multi-frequency (DTMF) dialing. 1.2.3 Extension Sharing Can telephone extensions be duplicates of existing hardwired phones? 1.2.4 Multi-Line Capability If handsets have multi-line capability, state how wireless telephone programming, alone or in connection with proposed system programming, will support on-call personnel who require access to their own lines and availability via group calls. E.g., in a multi-line environment, extension 12345 could appear on all on-call team telephones, additionally Ms. A. would have 56789, her private extension, duplicated on her telephone. In a team call-up scenario, Ms. A. could be conversing with the computer lab on her private line and still be available to receive notification, simultaneously with on-call team colleagues, of a situation requiring immediate attention. 1.2.5 Station Features The proposed wireless telephones must support the following station functions: · Hold · Transfer · Connect · Forward · Re-dial last number · Camp · Speed dial · Mute · Conference 1.2.6 Mobility Describe the process followed to access voice mail from the wireless instrument. Is an unanswered call to the wireless station automatically forwarded to voice mail? What means of message waiting indication is provided for wireless stations? 1.3 Wireless Telephones and Accessories 1.3.1 Wireless Telephone Specifications Describe, in detail, the different types of telephones available. The wireless telephone must be small, lightweight, easy to carry and durable enough to withstand the rigors of daily use in a business environment. The telephone must have no moving parts or external antenna. It must be simple to operate with minimal training. It must provide all the features of a wired telephone set, and sound as good as the wired set. What are the power outputs of the wireless telephones? Are the wireless telephones compliant with the Americans with Disabilities act? Wireless telephone must be optioned for ringing, vibrator or tone notification. Wireless telephone must have adjustable volume control for both the speaker and the microphone. Do the telephones have digital display? If yes, give maximum length/field for characters. Are alphanumeric characters supported (e.g., text pages, CTI. etc.)? The proposed telephone must provide a visible and audible indication of low battery power. 1.3.2 1.3.3 Batteries and Chargers The proposed telephone must provide a minimum of two hours of talk time and 40 hours of standby time on fully charged batteries. The time to fully charge the telephone battery must not exceed 2 hours. The proposed telephone must include a charging device that conditions the battery to extend its life. Headset Operation Is a headset available for hands-free telephone use? When using headsets, describe call answering - specifically, may any key be pressed to answer an incoming call, or must a particular key be pressed? How are calls terminated - again, may any key be pressed to return the phone to an idle state, or must a particular key be pressed? 1.3.4 Wireless Telephone Accessories Describe any accessories available for use with the proposed telephone, including carrying cases, battery chargers, etc. 1.4 Capacity Requirements 1.4.1 Coverage Area The proposed system must be capable of providing coverage for entire campus. Will conversations be interrupted (momentary transmission loss) or terminated by passing through lead doorways or other obstructed areas? If so, is there any warning to the user? 1.4.2 Call Capacity How many simultaneous voice calls can each access point support? 1.4.3 Number of Wireless Telephones What is the maximum number of wireless telephones supported? References and Company Background 1.5.1 Company Background Provide a brief history of your company and its experience with wireless communications. Give number of current installed sites 1.5.2 References Provide a list of no less than five (5) organizations currently using the proposed wireless telephones; include name of contact, title of contact, contact phone number, area or department using the wireless system, the number of telephones deployed, and the age of the installation for each reference. 1.6 Documentation 1.6.1 Documentation Please include with the proposal product literature including brochures, product description, manuals, and any other documentation available. 1.6.2 Existing Infrastructure Components and Inventory For Network Design, Infrastructure and Technology Inventory, visit District website: http://technology.sbcisd.net/category/technology-2/ PART III TECHNICAL SPECIFICATIONS FOR INTERNET SERVICE ACCESS 1. General Requirement for Internet Access Service: (a) Install, operate and manage an Internet Access Service utilizing a 2GB-3GB Tiered preferably fiber link from the Service Provider Site to be terminated at 240 N. Crockett, San Benito, TX 78586-4608. (b) The Internet Access Service must Interface, with the other circuits terminated at 240 N. Crockett, San Benito, TX 78586. The Internet Access Service will be connected to a high-density serial port on the Cisco router. The router will be on the outside of the district’s internal network with a Cisco ASA Firewall. (c) The installation of this Internet Access Service must not result in any SBCISD equipment change at any San Benito CISD location. (d) Vendor must be willing to establish a contract for the required service at the contract price for a one (1) year period. (e) The vendor must provide the staff and required hardware and software to troubleshoot, analyze and manage the installed Internet Access Service. The required technical staff must be located in Texas. This service must be included in the monthly price bid. (f) The local support help must be available, 24 hours a day, seven days a week, 365 days a year. Vendor must provide free technical support for hardware questions and / or problems. (g) The successful vendor must be a Texas “Qualified Information Systems Vendor: through the Texas General Services Commission at the time of this RFP opening. (h) Vendor must be connected to at least two or more separate Tier 1 Internet providers to provide multiple routes of Internet access service. (i) The monthly average of traffic (based on the time of 8:00AM to 5:00 PM Normal workdays Monday through Friday), on the vendor’s network must not go beyond 70% of the vendor’s total capacity. The vendor must be capable of Supplying this information when requested. (j) The total Internet service capacity of the vendor must be able to offer at least an OC-3. (k) Vendor must provide SBCISD with documentation explaining their network infrastructure within their point of presence. 1. General Requirement for Internet Access Service – continued (a) Vendor must be able to proceed as many Class “C” I addresses as required and justified by the District. (b) Vendor must offer free upgrades to higher bandwidths without charging installation or termination fees. (c) Vendor must provide secondary DNS services for the district at no additional cost. 2. The Internet Access Services will be purchased from more than one vendor. 3. The district reserves the right to cancel this contract with 30 days written notice if the vendor fails to comply with the terms and conditions of this RFP. 4. Prompt payment discounts will be considered in making these awards. 5. When services are unavailable, district must be compensated for the downtime. 6. Vendor must submit the following information to validate requirements specified on this RFP. a. Provide vendor Autonomous System Number (AS#) information via whois.arin.net b. Provide vendor AS# peering analysis via http://bgp.he.net c. Provide routing for SBCISD network block and AS# Origin AS: AS40070 d. ISP must be peered using IPv6 and provide SBCISD with IPv6/48 IP block to support BYOD initiatives. 7. The proposing ISP must have technical support available in case of network trouble 24 hours per day, every day. 8. The proposing ISP must perform any configuration or maintenance that might affect services provisioned to San Benito CISD between the hours of 12:00 AM (CST) and 6:00 AM (CST). 9. The proposing ISP must monitor all services provisioned to San Benito CISD. This monitoring service must provide notification to San Benito CISD in case of any service outage. Notification should be made via telephone, to a pre-defined contact person, within five (5) minutes of any detectable outage. 10. Any service outage lasting more than 4 hours shall result in a service credit to San Benito CISD. 11. -4 routing to the District Router to support BGP-4. The ISP must be able to provide the District with sufficient IP Addresses to cover its current and future needs. The ISP must provide the District with an Industry Standard Tier 1 ISP type IP/ Internet Service Level Agreement (SLA) 12. Provider must verify the existing of its multiple routes. Technical Specification for Digital Video Streaming Media Complete: The Modular design Media System is a content management and collaboration system that is used by educational institutions as a central repository for multimedia assets. Multimedia assets can be audio, video, images, PDF documents, presentation or a number of other documents types. The Media System must support true streaming technology and multiple devices with high quality-full motion 30 fps NTSC, and MPEG video. True streaming technology refers to the integration with video servers that provides for a more scalable media solution with advanced “trick functions” such as fast-forward and rewind. The Media System should also support multiple device types such as a set-top box or PDA. The complete systems must include itemized cost for hardware, Operating systems software, maintenance and support. General Functions 1. The system should be accessible from a web browser. 2. The system should be easy to use and navigate. 3. The major functions of the system should be easily accessible. 4. The system should be password protected. 5. The system should allow the setup of custom user roles by the user/administrator. 6. The system should allow user accounts to be created and assigned one or more user roles. 7. The system should provide a central administration area. 8. The system should provide future expandability and scalability. 9. The system should use standards-based protocols and adhere to generally accepted development guidelines in order to reduce defects. 10. The system should be plug- and play turnkey system for streaming DVD quality video to PCs or TV. 11. The system should provide functionality provided by or similar to the G2 Media System. Content Management & Video-On-Demand Functions 1. The system should allow the upload of multiple content types, i.e. audio, video, Adobe PDF documents, Microsoft Office documents, images, text files, etc. 2. The system should not limit the number of documents uploaded (aside from physical storage limitations) 3. The system should provide search capabilities for the content. 4. The system should allow the user to search across multiple fields. 5. The system should allow users to create “personal” folders for their favorite content without actually duplicating the content (to preserve disk space). 6. The system should allow users to add content to their personal folders. 7. The system should stream requested video and audio rather than download. 8. The system should offer the ability to fast-forward and rewind video. 9. The system should support multicast streaming. 10. The system should allow for a minimum of 75 concurrent streams. Intranet Portal Functions 1. The systems should provide a “Home” page for announcements, events, etc. 2. The system should allow users to add, edit and delete information without having to know HTML. 3. The system should allow only users that have sufficient access rights to modify content. 4. The system should have an announcement feature with the following minimum information: Title, Description, Link and Expiration date. 5. The system should have an events feature with the following minimum information: Title, Description, Where/When, and Expiration Date. 6. The system should have a discussion feature that allows users to post and reply to topics of discussion. 7. The system should have administrative features that allows for customization of the portal. Education Educators use the Media System to enhance their lessons with rich content. This includes audio, video, rich presentations, etc. The following steps represent how an educator might use the system to enhance their students’ in-class experience. Let’s say that the educator is preparing to give a lesson on coral reefs of the world. 1. The user would start by logging in to the system with their secure user name and password. 2. The user clicks on the Content Library tab and performs a search on “Coral Reefs” within the Title AND Description fields. Say the search result returns approximately 10 items including a 15-minute video clip, a PowerPoint presentation and a couple images. 3. Out of the 10 search results, the user decides to add the video clip, the PowerPoint presentation and 2 images to a new virtual folder (a.k.a. personal folder) called “Coral Reef Lesson Plan.” 4. When it is time for class, the user once again logs into the G2 Media System from their PC in the classroom (connected to a display device), clicks on My Folders, then clicks on “Coral Reef Lesson Plan” and incorporates the video, the presentation and the images into the instruction for the class. Circuits: 1. 1000 MB (1GB) or 10 Gig dedicated Point-to-Point (PTP) native Ethernet provisioned as Layer 2. Custom Hand-off on each end will utilize 850 multimode (SFP) Interfaces. All circuits must support 802.1 Q (Q in Q) and must not restrict the number of Mac addresses that are utilized by the district. 2. Round trip Latency should not exceed 4 msec. End-to-End. 3. Service Provider must provide power redundancy at the demarcation point. 4. It is a Lit Fiber Service from the Administration Bldg to the other eligible sites within the district