COMMUNICATIONS BY DESIGN, INC.
Technology Request for Proposal
East Lansing
Public
Schools
Communications by Design, Inc.
All Rights Reserved
1
East Lansing Public Schools
Technology Request for Proposal
Request for Proposal Distributed
January 24, 2002
RFPs will be available by contacting:
Sara Easter, Communications by Design, Inc.
seaster@cbdconsulting.com
Building Walkthrough
9:00 AM
February 4, 2002
High School Library
Written Question Deadline
February 15, 2002
5:00 PM EST
Intent To Bid Form Due
February 8, 2002
Bid Due Date
On or before February 20, 2002
3:00 PM
Public Bid Opening
February 20, 2002
3:05 PM
East Lansing Administrative Office
509 Burcham Drive
East Lansing, MI 48823
Communications by Design, Inc.
All Rights Reserved
2
East Lansing Public Schools
Technology Request for Proposal
TABLE OF CONTENTS
Project Time Frame
4
Definition of Terms
6
Instructions to Bidders
7
General Installation Instructions
12
Project Management
13
Technical Specification Campus WAN—Fiber Optic
14
Technical Specification—LAN—Twisted Pair
19
Technical Electronics—Data Network Equipment
26
Technical Specification--LAN—Wireless
33
Technical Specification—Video Coaxial Network
37
Technical Specification—Digital Video
40
Technical Specification—File Servers
43
Technical Specification—Workstations
46
Technical Specification—Wireless Laptops and Carts
48
Technical Specification—Printers
51
Technical Specification—Phone System
53
Technical Specification—Zone Paging System
61
Intent To Bid Form
64
Questionnaire A Form
65
Questionnaire B Form
66
Cost Analysis Form Campus WAN—Fiber Optic
68
Cost Analysis Form LAN—Twisted Pair
69
Cost Analysis Form Equipment Racks
69
Cost Analysis Form Data Network Electronics
70
Cost Analysis Form LAN—Wireless
71
Cost Analysis Form Video Coaxial Network
75
Cost Analysis Form Digital Video
76
Cost Analysis Form File Servers
77
Cost Analysis Form Workstations
81
Cost Analysis Form Laptops
82
Cost Analysis Form Printers
83
Cost Analysis Form Phone System
84
Cost Analysis Form Zone Paging
86
Contractor Cost Analysis Final Lump Sum Pricing
87
References Form
89
RFP Acknowledgement Form
91
Communications by Design, Inc.
All Rights Reserved
3
East Lansing Public Schools
Technology Request for Proposal
PROJECT TIME FRAME
1.
The following milestones are intended to indicate anticipated project timeframes:
January 24, 2002
RFP distribution
February 4, 2002
Building Walkthrough
February 15, 2002
Final date for questions
February 20, 2002
Proposals due
March 1, 2002
Final Vendor Presentations
March 11, 2002
Contractor chosen
March 12, 2002
Begin installation
2.
All Contractors will commence work in such a manner and at such a time as to expeditiously
interface with the work of other Contractors, and will pursue the project diligently to completion. All
Contractors will work in a cooperative manner with other Contractors.
3.
The project may begin upon receipt of a signed contract. Completion and invoicing of work must
occur on or before the following:
Elementary School Cabling
July, 2002
WAN upgrade
July, 2002
Servers Installed
July, 2002
LAN Upgrade complete
July, 2002
HS work complete
December, 2003
MS work complete
August, 2003
4.
The Contractor acknowledges and accepts the prospects of delays; interference and interruptions
to the progress of this project as are inherent in the construction industry. The Contractor
represents that they have included compensation for such delays, interference and interruptions to
the project pricing.
5.
The Contractor will not be entitled to additional compensation for delays, interference or
interruptions to the project, but will be entitled only to an appropriate extension of time for project
completion.
6.
The Contractor shall submit within twenty (20) calendar days after the Notice to Proceed, a
schedule fixing the dates for: submission of Shop Drawings, samples and other required submittals,
and an installation/test schedule.
7.
The Contractor shall submit within twenty (20) calendar days after the Notice to Proceed, a
schedule that reflects the sequence of activities of the contractor's approach to the execution of and
completion of the work. The schedule shall be broken into work areas to provide for a clear
identification of the planned progress of the work. All durations shown will be in working days.
Microsoft Project is the software of choice for this schedule.
8.
The timeframe described in the Contractor's Schedule shall represent the Contractor's plan for
organizing, directing, managing, controlling, staffing and executing the work required by the
Contract Documents. The district will rely on such schedules to coordinate and otherwise plan the
work of the District, other separate contractors, or the District's routine daily work.
9.
If it is apparent that the Contractor will not meet the contractual completion dates, as amended by
change orders, the contractor will take one or all of the following actions:
Communications by Design, Inc.
All Rights Reserved
4
East Lansing Public Schools
Technology Request for Proposal
10.
9.1
Increase construction manpower in such quantities and crafts as will substantially
eliminate the cause of such delay.
9.2
Increase the number of working hours per shift, shifts per working day, working days per
week, or the amount of equipment, or any combination of these, until the cause of such
delay is substantially eliminated.
9.3
Reschedule activities to achieve maximum practical concurrence of scheduled activities.
9.4
Expedite and pay all expedite fees for the delivery of all hardware/software required to
complete Project according to the agreed upon schedules.
9.5
Find alternate avenues to procure required hardware/software.
The Contractor agrees that such actions will be taken promptly and without additional costs to the
Owner.
---End of Section---
Communications by Design, Inc.
All Rights Reserved
5
East Lansing Public Schools
Technology Request for Proposal
DEFINITION OF TERMS
1.
Addenda: Are that portion of the Contract Documents consisting of modifications, amendments,
deletions or substitutions to the Drawings and Specifications issued prior to the execution of the
Agreement.
2.
Agreement: That portion of the Contract Documents consisting of the written Agreement between the
Contractor and the Owner for Construction, identifying the scope of the Work, Contract Time, Contract
Sum, and method of payment, and the Contract Documents by which the Work is to be completed.
3.
Architect: Kingscott Architects, 229 East Michigan Ave. Suite 335, Kalamazoo, MI 49007.
4.
Bidders: Vendors responding to this Request for Proposal.
5.
Change Order: A written order from the Contractor signed by the District and the Consultant, issued
after the execution of the Agreement, authorizing an extra or change in the work or an adjustment in the
Contract Sum or the contract time.
6.
Construction Manager: Clark Construction.
7.
Consultant:
8.
Contract: The Contract Documents for the Contract for construction between the District and the
Contractor. The Contract may be modified only by a written Modification.
9.
Contract Documents: These consist of this RFP and addenda, the Standard General Conditions,
Instructions to Bidders, Drawings, Specifications, addenda issued prior to the execution of the Contract,
other documents listed in the Agreement, and Modifications issued after the execution of the Contract.
The documents noted above form the contract.
Communications by Design, Inc., 6475 28th St. SE, Suite 179, Grand Rapids, MI 49546.
10. Contract Sum: The amount to be paid by the District to the Contractor for performance of the Work
pursuant to the contract Documents, such amount may be modified from time to time pursuant to the
terms and provisions of the Contract Documents.
11. Contractor:
Vendor to whom the contract has been awarded.
12. District: East Lansing Public Schools.
13. Notice to Proceed: Any written notice given by the District to the Contractor fixing the date on which the
Contract Time will commence and on which the Contractor shall start to perform its obligations under
the Contract Documents.
14. Specifications: That portion of the Contract Documents consisting of the written requirements for
material, equipment, construction systems, standards and workmanship for the Work, and performance
of related services.
15. Subcontractor: A party having a direct contract with the Contractor to perform a portion of the work at
the site or furnish materials fabricated to a special design according to the Contract Documents.
---End of Section---
Communications by Design, Inc.
All Rights Reserved
6
East Lansing Public Schools
Technology Request for Proposal
Instructions to Bidders
1.
General
1.1
Bidders that are capable of furnishing, installing and configuring services for the complete project
scope as described in this RFP that can be implemented per the schedule outlined may prepare a
proposal as instructed below.
1.2
Bidders proposing voice/data/video communication equipment will have to comply with and adhere
to IEEE, ANSI standards, year 2000 requirements and FCC emission regulations.
1.3
Bidders shall respond to the RFP point-by-point. The word "comply" or "understood" will be
acceptable to sections in the RFP that do not require an explanation. Failure to do so may
disqualify the Bid.
1.4
In compliance with the Freedom of Information Act (FOIA), the District shall make bid documents
available for community review after issuance of a final purchase order.
1.5
Sealed proposals will be received on February 20, 2002 at 3:00 PM EST. Four (4) copies of the
bids will be submitted in a sealed, opaque envelope, date and time stamped, addressed to Dr.
Thomas Giblin, Superintendent, East Lansing Public Schools. Envelopes shall be clearly labeled:
“EAST LANSING PUBLIC SCHOOLS TECHNOLOGY BID”. Sealed proposals must include the
following documents/information. Failure to submit all of these required forms may disqualify your
bid.
1.5.1
1.5.2
1.5.3
1.5.4
1.5.5
1.5.6
1.5.7
RFP point by point response.
Bid bond.
Cost analysis forms with line item pricing and component part numbers.
Maintenance cost analysis form.
Questionnaires A & B.
References form.
RFP acknowledgement form.
1.6
Construction and installation will be in accordance with the drawings and specifications prepared by
Kingscott Architects.
1.7
Building drawings will be provided for each Bidder at the February 4 ELPS walkthrough.
1.8
Should any Bidder find discrepancies in or omissions for these drawings or specifications or should
be in doubt as to their meaning, notification should be submitted in writing to Sara Easter,
Communications by Design, Inc. During the bidding process, Bidders are requested not to contact
the Owner.
1.9
All changes, corrections, explanations of the Bidding Documents will be executed in the form of
written addendum only, oral communications will not be considered binding. Addendum will be
forwarded to each bidder who has received a copy of the Bidding Documents and has submitted an
Intent to Bid Form.
1.10
In connection with the execution of this Contract, the Contractor and Subcontractors shall not
discriminate against any employee or applicant for employment because of race, religion, color,
sex, age, or national origin. The Contractors shall take affirmative action to ensure that minority
and disadvantaged applicants are employed and employees are treated during their employment
without regard to race, religion, color, sex, age, or national origin.
1.10
Any questions regarding this project must be submitted in writing, preferably via e-mail, to Sara
Easter, Communications by Design, Inc., via email. All questions must be submitted on or before
February 15, 2002.
Communications by Design, Inc.
All Rights Reserved
7
East Lansing Public Schools
Technology Request for Proposal
1.11
Contact person for all questions:
Sara Easter
Communications by Design, Inc.
6475 28th St. SE PMB 179
Grand Rapids, MI 49546
(616) 676-4101 voice
(616) 676-4102 fax
seaster@cbdconsulting.com
1.12
All instructions, guidelines, descriptions, etc. found in the PROJECT TIME FRAME, DEFINITION
AND TERMS, and INSTRUCTION TO BIDDERS sections of this Request for Proposal shall be
applicable to all Bidders, whether the Bidder is bidding on the entire project, or specific sections.
2.
Bid Requirements
2.1
Bids accepted must reflect a turnkey solution and include all facets of each section of the
project described in this document.
2.2
The District would prefer a "single-bid solution" wherein bidders are encouraged to partner together
to formulate a single bid submission with one bid bond and performance bond, however, individual
bids will be accepted. Bidders presenting a “single-bid solution” shall be given special
consideration.
2.3
While it is the desire of the District to obtain a “single-bid solution”, individual section proposals will
be evaluated. It should be noted that when a Contractor bids on an individual section, the general
terms and conditions of the RFP would apply.
2.4
All subcontractors partnering together under a single proposal are required to complete all
questionnaires. Failure to do so may disqualify bid.
2.5
The contract will be awarded based on our assessment of the technical competency, references,
adherence to RFP guidelines, support considerations and cost efficiency.
2.6
Prevailing wages will be applied to this project. The current Prevailing Wages will be posted in the
next Addendum.
3.
Plan Fees
3.1
The RFP and drawings will be available to Bidders at no charge.
3.2
A shipping and handling fee of $10.00 per set of Bidding Documents will be charged for mailing of
Bidding Documents for bidding purposes. No shipping charge will be incurred if the Bidding
Documents are picked up directly from the school district.
4.
Bid and Performance Bonds
4.1
All bids must be accompanied by bank money order or bid bond by a recognized surety company
for five percent (5%) of the amount of bid submitted and made payable to the District.
4.2
The bid bond shall be conditioned to secure the District from loss or damage by reason of the
withdrawal of the Bid by the Bidder during the ninety (90) days following time and date set for
receipt of Bids, or by failure of the successful Bidder to enter into a Contract with the District if the
Bid is accepted by the District or by failure to furnish specified insurance certificates or bonds.
4.3
Within fourteen (14) days of written acceptance of the Bidders proposal, the Contractor shall
provide to the district a performance bond at no additional cost to the District. The bond shall be an
amount equal to the full sum of the Contract and issued by a recognized surety company. The
performance bond is to be included in the base bid but shown as a separate line item.
4.4
The surety of the performance bond shall remain in effect until all acceptances of purchased
hardware, software, and services have been executed by the District.
Communications by Design, Inc.
All Rights Reserved
8
East Lansing Public Schools
Technology Request for Proposal
5.
Quality Assurance
5.1
Bidders will be a reputable, recognized organization with at least five (5) years successful
experience on work of this type and scope.
5.2
Upon notification of the Contractor being considered as a finalist, the Contractor shall provide to the
District, within 3 business days, a current Dunn and Bradstreet Supplier Evaluation Report.
5.2
All materials used will be new and quality materials. All work will be quality workmanship
representing the highest industry standards of skilled technicians.
5.3
The Contractor shall be solely responsible for and have control over means, methods, techniques,
sequences and procedures.
5.4
The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions
and programs for all employees and subcontractors in connection with the scope of this project.
5.5
The Contractor shall give all notices and comply with all codes, laws, ordinances, rules and
regulations of any community authority having jurisdiction, which bears on the performance of its
work.
5.6
The Contractor shall pay for all licenses, permits (including new pole permits for a total of 3 years
and make readies as required), taxes, and fees required for this project; and shall comply with all
federal, state, local and the District’s codes, laws, ordinances, regulations and other requirements
applicable to the work specified at no additional cost to the District. The Contractor shall submit
copies of all approved certificates and approvals to the District upon receipt.
5.7
Where items of equipment and materials are specifically identified by a manufacturer’s name or
model number, only such specified items shall be used in the Base Bid.
5.8
All work will be inspected by a representative of the District and Communications by Design, Inc.
Unacceptable work or materials will be replaced, reworked or repaired at the Contractor’s expense.
5.9
Negligence in preparation, improper preparation, errors in, or omissions from Bids shall not relieve
the Bidder from fulfillment of any and all obligations and requirements of the proposed Contract
Documents.
5.10
Each Contractor shall furnish all scaffolding, rigging, hoisting, and services necessary for erection
and delivery in the premises of any equipment and apparatus required to complete the scope of the
Work. The Contractor shall also be responsible for the removal of such equipment from the
premises.
5.11
All work shall comply with MOSHA Standards.
6.
Specification Alterations
6.1
Prices quoted shall be firm for a period of 90 days from the bid due date.
6.2
The District, without invalidating the contract and without notice to any surety, may at any time
order extra work or make changes by altering, adding to or deducting from the work, the Contract
Sum being adjusted accordingly. All such work shall be authorized by a Written Change Order
from the District. Upon receipt of such an order the Contractor shall promptly proceed with the
work involved. All such work shall be executed under the conditions of the original Contract.
6.3
When so directed, the contractor shall promptly submit an itemized estimate and a proposal or unit
price for performing or deleting such extra or changed work. Any extensions or reductions of the
Contract Time associated with extra or changed work shall be identified at the time the Contractor
submits such proposal. Throughout the term of the contract, the Contractor shall be held to the
percentage over cost margin as submitted in the Cost Analysis Forms.
Communications by Design, Inc.
All Rights Reserved
9
East Lansing Public Schools
Technology Request for Proposal
6.4
No changes shall be made, nor will bills for extra changes, alterations, modifications, etc. be
recognized or paid except upon the written permission of the District or CBD, Inc. The District will
not accept responsibility for additional expenses due to error by the Contractor in preparing a
system configuration that does not meet the intent of the bid specifications.
6.5
Adjustments in the Contract Sum shall be determined by one or more of the following methods:
6.5.1
6.5.2
Method #1--By mutual acceptance of a lump sum proposal, including overhead and profit,
itemized and supported by sufficient substantiating data to permit evaluation.
Method #2--By unit prices stated in the Contract or subsequently agreed upon.
6.6
This RFP establishes the primary system(s) design configuration. The Bidder’s proposal must
include all services and equipment required to provide a complete turnkey system(s) which meets
or exceeds all RFP specifications. At the time of implementation and as necessity dictates, the
District may adjust quantities of ports, stations, station types, project management hours, or other
items.
6.7
This RFP describes a particular implementation. All Bid Proposals must provide pricing on the
“base bid” as described in this RFP. Alternatives that provide comparable functionality with
significant cost reduction may be proposed. Voluntary alternatives are encouraged, but must be
listed as “Options” or “Voluntary Alternatives.” Exceptions to the RFP specifications must be clearly
noted and explained.
7.
Rejection of Bids
7.1
This RFP as well as the Bidder’s response will become contractual obligations of the successful
Bidder. Additionally, by bidding on this RFP, Bidders accept and acknowledge that the District may
accept any or all proposals, ultimately waive some bid specifications where in its sole discretion it is
appropriate, and not necessarily award the contract to the lowest Bidder. Additionally, Bidders
accept and acknowledge that the decision of the district is final and that Bidders waive any
recourse against the District, Consultant or other Bidders which may otherwise exist for actions
occurring during the course of this bid solicitation process. Failure to accept and acknowledge this
bid condition renders a bid out of compliance and void at the District’s discretion.
7.2
The goal of the District is to purchase technology at the best value. At the same time, the District is
concerned with Total Cost of Ownership. Bidders are encouraged to provide any information about
TCO.
7.3
All questionnaires and the Cost Analysis Forms must be completed in detail. Failure to do so may
disqualify a Contractor’s bid.
7.4
In the event of a conflict between any terms or conditions in any of the documents comprising the
entire present Agreement, the terms and conditions set forth in this Request for Proposal shall take
precedence.
7.5
All documents constituting the entire present agreement shall be construed in accordance with and
governed by the laws of the State of Michigan.
8.
Insurance
8.1
Each Contractor will be asked to provide, prior to beginning any work, a certificate of insurance for
delivery to the owner indicating that all required insurance coverage is in force.
8.2
The Contractor shall be required to furnish the District with public liability, property damage,
workmen’s compensation, owner’s contingent (protective) public liability and property damage, and
all other insurance as required by the laws of the state of Michigan. Minimum coverage is
$1,000,000.00.
8.3
Insurance certificates must show as “additional insured” the Contractor, East Lansing Public
Schools, and the consultant, Sara Easter, Communications by Design, Inc.
Communications by Design, Inc.
All Rights Reserved
10
East Lansing Public Schools
Technology Request for Proposal
8.4
The insurance certificate must be signed by a licensed insurance agent or a representative of the
insurance company in order to be valid.
8.5
The Contractor will indemnify and hold harmless the District, Consultants, agents and employees
from and against all claims, damages, losses and expenses, including, but not limited to, attorney’s
fees arising out of, or resulting from the performance of the work.
8.6
In the event of any such injury, death loss, damage, claim or claim therefore, the Contractor will
give immediate notice to the District.
9.
Documentation
9.1
The Contractor shall, throughout the completion of the project, provide to the District a file storage
system that shall include all necessary equipment (file drawers, folders, dividers, etc.), all as-built
drawings, owners manuals of all equipment installed, warranty and maintenance information and
other information the Contractor and District deem necessary.
9.2
Each Contractor shall be responsible for providing thorough, timely documentation on all hardware,
software. The documentation shall include:
9.2.1
9.2.2
9.2.3
9.2.4
9.2.5
9.2.6
9.2.7
9.2.8
9.2.9
9.2.10
Equipment description
Equipment make
Model number
Software release
Date installed
Manufacturer's warranty
Maintenance contract terms
Verification of maintenance contract engagement
Telephone numbers for service and support throughout length of maintenance
contract
Photocopy of original invoice from manufacturer or distribution source listing
make and model of equipment and warranty start date
10.
Protection of Work and Property: Safety
10.1
The Contractor shall continuously maintain adequate protection of all Work from damage and shall
protect the District's property from injury or loss arising in connection with the execution of the
Contract. The Contractor shall make good any such damage, injury or loss, except such as may be
directly caused by agents or employees of the District. The Contractor shall adequately protect
adjacent property as required by law, by the Contract Documents, or as otherwise required, to
cause no damage to them during the execution of the Contract. This requirement shall also apply
to structures above and below ground as conditions of the site require.
10.2
The Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the performance of the contract. The Contractor shall
take all necessary precautions for the safety of employees and visitors on the site of the Project
and shall comply with applicable provisions of federal, state, and municipal safety laws and building
codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the
Work is being performed. The Contractor shall erect and properly maintain at all times, as required
by the conditions and progress of the Work, all necessary safeguards for the protection of workers
and the community.
10.3
Each Contractor will defend any and all suits brought against the District by any person, whether in
the employ of the Contractor or not, for damage to property, and/or injury or death to persons
alleged or claimed to have been caused by or through the performance of work.
--End of Section—
Communications by Design, Inc.
All Rights Reserved
11
East Lansing Public Schools
Technology Request for Proposal
GENERAL INSTALLATION INSTRUCTIONS
1.
General
1.1
The Contractor shall verify all dimensions shown on the drawings and obtain all measurements
required for proper execution of work.
1.2
All work in classrooms and corridors shall be performed when children are not in school. When
school is in session, the building will be available from 3:00 PM to 11:00 PM. During non-school
days, the building will be available from 8:00 AM to 11:00 PM or as negotiated with the District.
1.3
Bidders, by answering the bid, represent that they have surveyed all affected buildings and
locations and are familiar with the conditions under which the work is to be performed. Further, that
they have consulted with Communications by Design, Inc. (CBD), have completely examined the
RFP and have full knowledge of the total system function and requirements.
1.4
Locations depicted on the building floor plans will be subject to minor changes. The attached detail
drawings reflect general guidelines for network outlets; however, they are not intended to reflect
each and every situation. The Contractor shall perform a thorough walk through of each facility
with the Consultant before beginning the work.
1.5
The Contractor may review a particular location with authorized building personnel and request the
relocation of certain equipment. This may be done only to simplify installation at no additional cost
to the Owner. At no time shall variances be allowed that would decrease the physical integrity of
the installation or be in conflict with the specification herein.
1.6
Recognizing the individual worth and personal interests of those with whom we work, smoking and
inappropriate language are not acceptable.
1.7
The Contractor will exercise reasonable care to avoid any damage to the District’s property and will
take responsibility for any damage to the facility due to the carelessness of its employees or
subcontractors. Any damage to the building(s) which may exist or occur during the occupancy of
the building will be reported to Shannon Degan and/or Tom Cleary, East Lansing Public Schools
and Sara Easter, Communications by Design, Inc.
1.8
The installation of equipment will not disrupt or adversely effect the existing operation or
environment.
1.9
Upon receipt of the contract, the Contractor and Communications by Design, Inc. will set mutually
acceptable milestones and dates for installation, training and system(s) cutover. Any deviation on
the part of the Contractor from the pre-established milestones must be submitted in writing to Sara
Easter at Communications by Design, Inc.
1.10
The Contractor will remove all excess materials and debris and return all work areas to the original
state of cleanliness at the Contractor’s expense.
1.11
The Contractor shall provide a waste receptacle and shall be responsible for breaking down and
discarding all waste: paper, cardboard boxes, etc. in a timely manner.
--End of Section--
Communications by Design, Inc.
All Rights Reserved
12
East Lansing Public Schools
Technology Request for Proposal
Project Management
1.
General
1.1
The Project Manager provided by the Contractor shall conduct a job progress meeting on site every
two weeks. The Project Manager will confer with the Consultant, District, Construction Manager
(where applicable) and Sub-contractors to schedule regular time and day of the week to conduct
such meetings.
1.2
The Project Manager shall preside at these meetings and record the minutes of the meeting.
Typed minutes shall be sent to the Consultant, District and each sub-contractor within 5 days of the
previous meeting. Each meeting shall include as a minimum the following information.
1.2.1
1.2.2
1.2.3
1.2.4
1.2.5
1.2.6
1.2.7
1.2.8
1.2.9
Date, time and place of meeting.
Name, title and company affiliation of each participant.
Contractor’s construction progress of each trade since last meeting.
Contractor’s schedule of work proposed before next meeting.
Contractor’s schedule relative to entire scope of project.
Contractor’s schedule relative to current construction progress.
Coordinate problems and methods of resolving same.
Information required from the District for the timely execution of the work.
Specific directions by the Contractor to the sub-contractors relative to the execution of
work.
1.3
The Contractor and sub-contractors currently working on the project shall be represented at these
meetings. Decisions rendered and instructions given during these meetings shall be binding on the
Contractor and Sub-contractors. Failure of Contractor/Subcontractors to attend the project
meetings may result in termination of the contract.
1.4
A minimum of three (3) references shall be submitted reflecting the work experience of the project
manager . The references should reflect work similar to the scope of this project. The “Project
Manager Profile” form included in this RFP shall be completed entirely and submitted with the
Contractor’s response.
1.5
A current resume’ of the project manager will be submitted along with the Contractor’s bid. CNE
and/or RCDD certification is not required but will be given special consideration.
1.6
During installation phases, the project manager will be required to be on-site a minimum of 12 hrs.
per week. Between phases, the project manager will be required to be on-site a minimum of 6 hrs.
per week.
1.7
The Contractor will indicate the approximate number of projects the Project Manager will be
working on concurrently with this project.
1.8
As necessity dictates, the Project Manager may be required to attend Construction Progress
Meetings as they relate to other construction within the District.
1.9
Within fourteen (14) days of written acceptance of the Bidders proposal, the Project Manager shall
provide to the District a critical flow path in the form of a “Gantt Chart” (or equivalent) indicating the
proposed sequence of events and approximate beginning and completion dates.
1.10
Changes of the project manager during the project shall not be acceptable without subsequent
written approval from the District.
1.11
After a 30 day notification, the District reserves the right to request a new project manager, when it
appears that, in the District's sole discretion, the project manager is not fulfilling the full
responsibilities of the position. Failure of the Contractor to provide an adequate project manager
that meets the requirements in the Bid Document may result in Contract termination.
--End of Section-Communications by Design, Inc.
All Rights Reserved
13
East Lansing Public Schools
Technology Request for Proposal
Technology Specification-Campus Wide Area Network--Fiber Optic
1.
General
1.1
It is the intent of the District to upgrade the existing, privately-owned, fiber optic Wide Area Network
between District buildings (see “WAN Network Diagram—A”). The purpose of the fiber optic
network will be to provide voice, data and future video communications.
1.2
The Main Campus WAN backbone shall be collapsed into a central switch located in the MDF of
the High School. Gigabit uplinks will connect switches in each building MDF to the Core Switch.
1.3
The Contractor shall install a network fabric that seamlessly blends technologies into a reliable and
manageable system that grows with user needs. All proposed networking products shall be able to
integrate with all network (cabled and wireless) infrastructures to form a complete data
communications system that accommodates current and emerging requirements.
1.4
The Contractor will be responsible to furnish, set in place, and install all equipment. The installation
process includes, but is not limited to the following:
1.1.1
1.1.2
1.1.3
1.1.4
Inventory receipt of all equipment.
Store all equipment until the equipment is installed according to specifications.
Transport equipment to District install location.
Assemble and install all equipment, maintain inventory and status documents and discard
packaging.
1.5
The proposed campus-wide network solution must utilize Gigabit Ethernet as the underlying WAN
transmission technology.
1.6
It is the intent of the District to have the WAN fibers to the new Administration Center completed on
or before May 31, 2002.
1.7
It is the intent of the District to have the WAN completed to all District facilities on or before July 1,
2002.
1.8
Fiber routing to the existing District facilities will be over lashed with existing fiber where possible.
1.9
The fiber optic cables shall be installed as a “point to point” (star topology). All cables will originate
at the High School (head end) and terminate at the following sites:
2.
2.1
Work Sites
Donley Elementary School
2961 E. Lake Lansing Rd.
2.2
East Lansing High School
509 Burcham Dr.
2.3
Glencairn Elementary School
939 N. Harrison Road
2.4
MacDonald Middle School
1601 Burcham Dr.
2.5
Marble Elementary School
729 N. Hagadorn Rd.
2.6
Pinecrest Elementary School
1811 Pinecrest Dr.
Communications by Design, Inc.
All Rights Reserved
14
East Lansing Public Schools
Technology Request for Proposal
2.7
Red Cedar Elementary School
1110 Narcissus Dr.
2.8
Spartan Village Elementary School
1460 Middlevale Rd.
2.9
Whitehills Elementary School
621 Pebblebrook Lane.
2.10
Administration Building
841 Timberlane
3.
WAN Scope of Work
3.1
The Contractor shall be responsible for furnishing all labor, equipment, supplies, materials for
performing all operations necessary for the “turnkey” and fully complete installation of this Wide
Area Network. All work shall adhere to NEC and EIA/TIA standards.
3.2
The work shall include, but not be limited to, the following:
3.2.1
3.2.2
3.2.3
3.2.4
3.2.5
3.2.6
Single mode / multimode fiber optic cable.
Connectors and couplers.
Splice enclosures.
All trenching and/or conduit installation.
Pole make-readies.
Cable over lashing
3.3
The Contractor will provide a Registered Communications Distribution Designer (RCDD) to oversee
the complete installation.
3.4
All underground cabling must be installed using inner duct and must be within conduit with pull
strings.
3.5
All cabling installed underneath roads, parking lots, or other load bearing structures must be routed
through conduit using approved methods.
3.6
The bidder must properly restore all areas affected by the installation of conduit/backbone cabling.
3.7
It will be the sole responsibility of the Contractor to provide building entry and access to the Main
Distribution Frames in each building.
3.5
The Contractor will work with East Lansing Public Schools to secure all pole permits and
encroachment permits.
3.6
The Contractor shall obtain and pay for all permits and inspections required by all legal authorities
and agencies.
3.7
All ongoing right of ways or pole access charges that the District will be obligated to pay must be
detailed and provided in the Bidder’s response.
4.
Fiber Installation—Existing WAN
4.1
The Fiber Contractor shall be responsible for locating all underground electrical, water and
wastewater services prior to beginning any underground work.
4.2
The Fiber Contractor shall be responsible for ensuring that cabling is not damaged during
installation and the manufacturer’s recommended pulling ratings are not exceeded.
Communications by Design, Inc.
All Rights Reserved
15
East Lansing Public Schools
Technology Request for Proposal
4.3
A “CAUTION” tape manufactured with a metallic conductor shall be laid directly above buried
conduits between 6” – 12” below grade where trenching occurred. Where boring is employed,
bury the tape alongside the conduit.
4.4
Each conduit shall be a 4” Schedule 40 PVC and shall be placed a minimum of 18” – 24” below
grade.
4.5
Each duct shall have no more than two (2) 90° bends.
4.6
Each duct installation shall follow the NEC along with local codes governing the work and shall
adhere to the ANSI/TIA/EIA-569-A standard.
4.7
When a conduit penetrates a building or manhole, there shall be adequate sealing to prevent
moisture from entering the space.
4.8
The Fiber Contractor shall be responsible for all required coring. All cores are to be fitted with
sleeves, bushings, and fire stopping and must comply with EIA/TIA standards.
4.9
Any firewalls penetrated to facilitate the routing of communication wiring shall be fire stopped using
approved methods as outlined in the NEC and all applicable State, County and City ordinances.
4.10
All fiber shall be installed in inner duct within all conduits with suitable couplings when joining ends
of inner duct.
4.11
Two (2) pull strings shall be installed in each conduit segment.
4.12
A service loop of 30’ shall be provided in each cable link.
5.
Fiber Installation—New Administration Center
5.1
Because the properties are contiguous, the Contractor shall provide a buried 5” conduit from the
MacDonald Middle School to the new Administration Center. The conduit will be equipped with a
minimum of four (4) one-inch semi-rigid inner ducts.
5.2
One inner duct will be populated with the WAN fiber optic cables. One inner duct will be populated
with a 50 pair copper feeder cable for voice connectivity.
6.
Acceptable Manufacturer:
6.1.1
6.1.2
6.1.3
6.1.4
AT&T/Lucent
Nordex
Siecor / Corning Cable Systems
Or equivalent
6.2
The Contractor shall provide an all dielectric self-supporting, fiber optic cable between the HeadEnd location (High School) and each remote location. All fiber shall comply with ANSI/TIA/EIA
568A specifications.
6.3
All fiber optic cables shall meet or exceed the following specifications or performance requirements:
Multi mode Fiber
Single mode Fiber
Size Core
50. micron
Size Core
62.5 micron
Cladding
125 micron
Cladding
125 micron
Max. Attenuation
850nm: 3.5
1300nm: 2.0
160 MHZ/km: 400 nm
500MHZ/km: 400 nm
Max. Attenuation
850nm: 3.75 db/km
1300nm: 1.5 db/km
160 MHZ/km: @ 850nm
500 MHZ/km: @ 1300nm
Minimum Transmission
Communications by Design, Inc.
All Rights Reserved
Minimum Transmission
16
East Lansing Public Schools
Technology Request for Proposal
6.4
All fibers are to be terminated on SC connectors at the Head-End and remote Main Distribution
Frames. The total optical attenuation through the cross-connect from any terminated fiber to any
other terminated fiber shall not exceed 2 dB.
6.5
All equipment shall be installed into a 19” rack using Siecor Fiber optic Distribution Centers (FDC)
or equivalent at the Head-end as well as remote ends.
6.6
All optical fiber shall be handled, installed, and supported as per the manufacturer
recommendations.
7.
Fiber Optic Patch Cords
7.1
The Contractor shall provide a minimum of ten (10) each of 4’, 5’, and 6’ patch cords for interconnection of fiber connector panels.
7.2
Patch cords shall be of duplex configuration (2 fiber strands) with SC-type ceramic connectors.
7.3
The fiber patch cords shall meet or exceed the following specifications:
Minimum bend radius
1.4 inch (3.6 cm)
Operating temperature
-4 to 158° F
Loss
0.3 dB/mated connector
Minimum bandwidth:
200 MHZ-km @ 850 nm
500 MHZ-km @ 1300 nm
8.
Fiber Optic Testing
8.1
Insertion loss test in both directions shall be conducted after installation. Maximum per strand link
loss not to exceed 2 dB.
8.2
All fiber optic cable shall be factory tested on a reel basis with performance data for each cable
supplied to the District. Tests shall be conducted at 1300nm utilizing an Optical Time Domain
Reflectometer (OTDR). Attenuation will be recorded for each fiber.
8.3
Continuity testing shall be performed on each fiber of each cable reel prior to installation.
8.4
After completion of installation of terminated fibers, the Contractor shall perform an Optical Test Set
consisting of an Optical source (transmitter) and Optical Meter (receiver) to determine end-end
attenuation and fiber length. All testing will be done in accordance with EIA/TIA 526-14. The
procedure shall be completed in three steps:
8.4.1
8.4.2
Reference set up
Jumper test
8.5
The final WAN test will be the successful operation of the network utilizing at least 1 installed file
server at the head-end and computers located at the each building.
8.6
All test results shall be submitted to the District on a CD and 8.5 x 11” paper.
9.
Bid Submittals
9.1
In addition to all requirements as noted in the Bid Documents, all proposals shall be submitted with
a complete listing of all major components required for a complete and fully functional WAN as
specified.
Communications by Design, Inc.
All Rights Reserved
17
East Lansing Public Schools
Technology Request for Proposal
9.2
Understanding the shortage of fiber, all bidders must indicate when work can begin and will be
complete.
9.3
List the Manufacturer, Model Numbers and short description of each item. Any Bid submitted
without such written documentation may be considered non-responsive and rejected.
9.3.1
9.3.2
9.3.3
Provide a network design map showing the logical route, location of major electronic
components and loss budgets at each splice or termination point.
References of the Contractor or Subcontractor who will be completing this WAN portion of
the Work. In addition, provide the resume of the individual providing the RCDD services
for this project with your Bid proposal.
Provide unit prices per attached form.
10
Maintenance Agreement
10.1
The Contractor shall provide the District for a period of three (3) years the following services
without charge to the District:
10.2
On-site hardware and software maintenance, parts and labor, to repair or replace any
malfunctioning installed component. The District must approve any replaced component.
10.3
The Contractor shall provide the following response times for all malfunctioning equipment:
10.3.1 Four (4) hours or less for matters that render 20% of the users unable to maintain 50% of
normal productivity.
10.3.2 Two (2) business days for matters not meeting the above criteria.
10.3.3 Response time shall be measured from the time the Contractor is notified by the District to
the time work is begun to resolve the matter.
10.4
Telephone engineering support to assist the District with current and future configuration and
design support.
10.5
Provide on-site hardware and software upgrades provided annually to maintain evolving Gigabit
Ethernet standards.
--End of Section--
Communications by Design, Inc.
All Rights Reserved
18
East Lansing Public Schools
Technology Request for Proposal
Technology Specifications-Local Area Network—Fiber Optic, Twisted Pair Cables
1.
General
1.1
The Contractor will be responsible to furnish, set in place, and install all equipment. The installation
process includes, but is not limited to the following:
1.1.1
1.1.2
1.1.3
1.1.4
Inventory receipt of all equipment.
Store all equipment until the equipment is installed according to specifications.
Transport equipment to District install location.
Assemble and install all equipment, maintain inventory and status documents and discard
packaging.
1.2
A total of ten (10) buildings will be cabled for both voice and data communications in accordance
with EIA/TIA 568 standards.
1.3
All cables shall be installed in a star topology originating from the MDF.
1.4
All conduit, wire mold and or G-4000 required for the elementary buildings shall be provided by the
Cable Contractor. Exact location for cable drops in the elementary buildings will be identified after
award of the Contract. All conduit and or G-4000 required for the renovated High School, Middle
School and Administration Center shall be provided by the Electrical Contractor and is outside the
scope of this project, exact locations for these cable drops will be specified on the prints.
1.5
All IDFs will be interconnected using 12-strand, multi-mode fiber optic cables.
1.6
All cable work installed must be completed in conformity to all EIA/TIA 568 specifications.
1.7
All cables, jacks, bridle rings, communication distribution racks, and cross connect blocks are to be
provided.
1.8
Cables are to be installed in a professional manner to prevent tangling and congestion and to
facilitate the installation or removal of cables in the future.
1.9
Cables will be installed without kinks. A kink is defined as any bend whose radius is less than the
manufacturer’s defined minimum.
1.10
The Contractor will ensure that no abrading or penetrating of cable jacketing occurs.
1.11
All modular information outlets (IO) will be 8-position / 8 conductor standard RJ45 type outlets and
will be capable of receiving conventional 4 and 6 pin jack/plugs.
1.12
All IOs installed in office areas will be surface or flush mounted, duplex jacks.
1.13
In suspended ceiling where cable trays or conduit are not available, the Contractor will bundle
station wiring with plastic cable ties at appropriate distances (every 8 ft.) The cable bundling will be
supported via the existing building structure and framework.
1.14
All IOs will be labeled according to the District’s cable identification scheme. The labels shall be
completed using pre-printed labels. Handwritten labels are not acceptable.
1.15
The Contractor shall label all cables, jacks, patch panel positions, face plates and cross connects.
1.16
No in-line cable splicing will be permitted. No splicing of riser twisted pair cables will be permitted.
1.17
The Contractor will provide back boards, properly treated for fire retardation.
Communications by Design, Inc.
All Rights Reserved
19
East Lansing Public Schools
Technology Request for Proposal
1.18
In office areas where new conduit and/or raceway are not available, the Contractor will install cable
following the same basic route of the existing wiring.
1.19
The Contractor will submit as part of the bid, a schematic wiring diagram for the voice cabling
system with the interconnection relationship of all system components.
1.20
All passive equipment i.e., terminations, cross-connect equipment, cable, cabinets, racks, etc.; as
well as workmanship shall be warranted for not less than 5 years.
1.21
The Contractor will provide a cost breakdown per building.
1.22
The Contractor shall be responsible for coordination with CBD, Inc. for site access, drawings,
scheduling and testing during installation.
1.23
The Contractor shall supply all required cover plates designed to accommodate installed cables.
1.24
The Contractor shall provide 10’ minimum service loop above accessible ceiling for each
terminated cable in tele/power poles to accommodate future adds, moves, and changes.
2.
Work Sites
2.1
Donley Elementary School
2961 E. Lake Lansing Rd.
2.2
East Lansing High School
509 Burcham Drive
2.3
Glencairn Elementary School
939 N. Harrison Rd.
2.4
MacDonald Middle School
1601 Burcham Drive
2.5
Marble Elementary School
729 N. Hagadorn Rd.
2.6
Pinecrest Elementary School
1811 Pinecrest Dr.
2.8
Red Cedar Elementary School
1110 Narcissum Drive
2.9
Spartan Village Elementary School
1460 Middlevale Rd.
2.10
Whitehills Elementary School
621 Pebblebrook Ln.
2.11
East Lansing Administrative Offices
841 Timberlane
3.
Bid Submittals
3.1
In addition to all requirements as noted in the Bid Documents, all proposals shall be submitted with
a complete listing of all major components required for a complete and fully functional LAN as
specified.
3.2
List the Manufacturer, Model Numbers and short description of each item. Any Bid submitted
without such written documentation may be considered non-responsive and rejected.
Communications by Design, Inc.
All Rights Reserved
20
East Lansing Public Schools
Technology Request for Proposal
3.2.1.
3.2.2.
3.2.3.
3.2.4.
Provide a network design map showing the logical route, location of major electronic
components and loss budgets at each splice or termination point.
References of the Contractor or Subcontractor whom will be completing this LAN portion
of the Work. In addition, provide the resume of the individual providing the RCDD
services and the Novell's CNE services for this project with your Bid proposal.
Provide unit prices per attached form.
All Bidders shall provide a certificate on manufacturer's letterhead as proof that the
respondent is an authorized distributor of the products supplied in the Bid. In addition,
provide similar proof that the employee/s responsible for the work was trained by the
manufacturer in the initialization, setup, and maintenance of the same products.
3.3 Bidders shall provide pricing for the following drop counts:
Donley Elementary
Voice
Data
MDF
20
43
IDF-1
12
31
East Lansing High School
Voice
Data
MDF
TBD
TBD
IDF-1
TBD
TBD
IDF-2
TBD
TBD
IDF-3
TBD
TBD
IDF-4
TBD
TBD
Glencairn Elementary
Voice
Data
MDF
18
36
IDF-1
8
16
MacDonald Middle School
Voice
Data
MDF
TBD
TBD
IDF-1
TBD
TBD
IDF-2
TBD
TBD
IDF-3
TBD
TBD
IDF-4
TBD
TBD
Marble Elementary
Voice
Data
Communications by Design, Inc.
All Rights Reserved
21
East Lansing Public Schools
Technology Request for Proposal
MDF
27
54
IDF-1
14
28
Pinecrest Elementary
Voice
Data
MDF
TBD
TBD
Red Cedar Elementary
Voice Cables
Data Cables
MDF
18
46
IDF-1
12
27
Spartan Village Elementary
Voice
Data
MDF
17
40
IDF-1
16
32
Whitehills Elementary
Voice
Data
MDF
31
66
Administrative Offices
Voice
Data
MDF
TBD
TBD
IDF-1
TBD
TBD
4.
Voice Network Cabling
4.1
Acceptable vendors:
4.1.1
4.1.2
4.1.3
4.1.4
4.1.5
4.1.6
4.1.7
4.2
AT&T/Lucent
AMP
Belden
Berk-Tek
Comm/Scope
Nordx-CDT
Panduit
All voice cabling shall consist of:
4.2.1
4.2.2
4.2.3
4.2.4
4.2.5
4.2.6
Four (4) pair
Category 5e
Unshielded Twisted Pair (UTP)
Twenty-four (24) AWG
Compliant as per EIA/TIA-36 specifications
Certified under UL’s LAN Cable Certification Program
Communications by Design, Inc.
All Rights Reserved
22
East Lansing Public Schools
Technology Request for Proposal
4.2.7
Plenum rated (unless otherwise specified)
4.3
Telephone cross connects shall utilize standard 110-type blocks.
4.4
Voice outlets shall be identified by the installation of white inserts.
4.5
Each riser pair shall be numbered on the designation strips of the 110 blocks. Labels shall be
indelible and high contrast.
4.6
Incoming service to the demarcation point shall be by Ameritech for all building locations. The
Contractor will be responsible for placing all Telco orders.
4.7
The Contractor shall be responsible for installing a minimum 100 pair feeder cable from the existing
Local Exchange Carrier (LEC) demarcations to the MDFs in each building.
4.8
All interbuilding fiber optic cabling will be housed in a 1’ internal diameter flexible inner duct. Inner
duct shall comply with all local, state, and national codes for use outdoors. Inner duct shall be
orange in color.
4.9
The Contractor shall terminate all 4 pair of the UTP cable.
5.
Data Network Cabling
5.1
Acceptable vendors:
5.1.1
5.1.2
5.1.3
5.1.4
5.1.5
5.1.6
5.1.7
5.2
AT&T
AMP
Belden
Berk-Tek
Nordx-CDT
Panduit
Siecor (fiber optics)
All data cabling from the MDF/IDF to the workstation shall consist of:
5.2.1
5.2.2
5.2.3
5.2.4
5.2.5
5.2.6
Four (4) pair Category 5e
Unshielded Twisted Pair (UTP)
Twenty-four (24) AWG
Compliant as per EIA/TIA-36 specifications
Certified under UL’s LAN Cable Certification Program
Plenum rated (unless otherwise specified)
5.3
The length of each individual run of horizontal cable from the MDF/IDF to the IO will not exceed 90
meters (295 ft.).
5.4
IDF and MDF locations have been specified in the drawings. The Contractor will re-calculate
distances to insure the adherence to the EIA/TIA 568 distance limitations. If necessary, the wiring
distribution frames will be re-located. The Contractor will notify the Consultant of necessary
changes in writing.
5.5
Twelve (12) strands of multi-mode 50.micron fiber will be installed to interconnect the IDFs to the
MDF.
5.6
All intrabuilding fiber optic cabling will be housed in a 1’ internal diameter flexible inner duct. Inner
duct shall be plenum rated and comply with all local, state, and national codes for use in plenum
spaces. Inner duct shall be orange in color.
5.7
The bend radius of all fiber optic cable is no less than 20 times the cable’s outside diameter during
installation, and no less than 10 times the cable’s diameter when permanently installed.
Communications by Design, Inc.
All Rights Reserved
23
East Lansing Public Schools
Technology Request for Proposal
5.8
All fiber optic cable shall be terminated with a field installable SC-compatible multi-mode connector,
and mate connector to adapter at connector panel in the fiber optic patch panel.
5.9
All copper data cabling will terminate on Category 5 compliant patch panels. Approximately 10 ft.
of Category 5e and/or fiber cabling will be coiled and stored at each cable distribution center in
order to provide additional cable lengths for moves, adds and changes.
5.10
The Contractor shall provide a secured 19” EIA equipment rack to mount termination hardware,
electronic equipment and fileservers.
5.11
The Contractor shall submit as a part of the bid a schematic diagram for data cabling systems
with the interconnection relationship of all system components. The Contractor shall also provide a
layout of the connector block system, equipment rack layout, and physical distribution of cabling
from the MDF to the classrooms.
6.
Testing
6.1
UTP copper cables
6.1.1
6.1.2
6.1.3
6.1.4
6.2
End-to-end testing for UTP copper shall be conducted for 100% of pairs and shall identify
pair reversal, crossed pairs, opens, and shorts.
All copper conductors must be tested for continuity and pair integrity as well as EMI
interference. All cables will be tested at frequencies up to 100 MHz, indicating
attenuation, length, etc. Verify that the signal to NEXT margin at 31.25 MHz is greater
than or equal to 19dB per 100 m.
Any cable that does not meet EIA/TIA 568 specifications shall be repaired or replaced at
the Contractor’s expense.
All test results will be documented on a CD ROM and 8.5 x 11 paper and submitted to the
District within 30 days of project completion.
Multi-mode fiber optic cables
6.2.1
6.2.2
6.2.3
End-to-end attenuation testing for optical fiber shall be done at wavelengths of 850 nm
and 1300 nm.
Conduct and follow test procedures which complies with EIA/TIA 526-14 Method B:
Optical Power Loss Measurements of Installed Multimode Fiber Cable Plant.
All test results will be documented on a CD ROM disk and 8.5 x 11 paper and submitted to
the District within 30 days of project completion.
7.
Training
7.1
The Contractor shall provide a minimum of four (4) hours of on-site training for the Technology
Coordinators. In the event that fewer or more training days are required, the Bidder shall provide a
per-day cost for the LAN training
After training, the Technology Coordinator will be capable of maintenance and trouble shooting of
the installed system.
7.2
8.
Maintenance Agreement
8.1
The Contractor shall provide the District for a period of three (3) years the following services
without charge to the District:
8.1.1
On-site hardware and software maintenance to repair or replace any malfunctioning
installed component. Any replaced component must be approved by the District.
8.1.2
The Contractor shall provide the following response times for all malfunctioning
equipment:

Four (4) hours or less for matters that render 20% of the users unable to maintain
50% of normal productivity.

Two (2) business days for matters not meeting the above criteria.
Communications by Design, Inc.
All Rights Reserved
24
East Lansing Public Schools
Technology Request for Proposal

Response time shall be measured from the time the Contractor is notified by the
District to the time work is begun to resolve the matter.
8.1.3
Telephone engineering support to assist the District with current and future configuration
and design support.
8.1.4
Provide on-site hardware and software upgrades annually to maintain evolving standards.
--End of Section--
Communications by Design, Inc.
All Rights Reserved
25
East Lansing Public Schools
Technology Request for Proposal
Technology Specifications--Data Network Equipment
1.
Background
1.1
ELPS currently has deployed a Token Ring over fiber network to all existing buildings. The
district’s intent is to replace all existing network electronics and install a duplex Gigabit Ethernet
backbone network to all buildings.
1.2
ELPS currently has deployed a 10/100Mb Ethernet LAN within each existing building. The
District’s intent is to upgrade the existing network to 100mb switched network to the desktop.
2
Proposed Solution
2.1
ELPS wishes to upgrade the existing networks to the following configuration:
2.1.1
Two (2) Duplex GB connections from each school to the Administration Building
2.1.2
Duplex 1000Base-FX connections from the building MDFs to each IDF
2.1.3
100BaseT switched connections from the IDFs to all remote ends
2.2
The Contractor shall be responsible for furnishing, installing and providing a “turnkey” solution
including all new and upgraded electronics and software required to complete the proposed
solution.
2.3
The High School will serve as the hub for data connectivity to all buildings.
2.4
WAN Switch
2.4.1
The WAN shall be configured to provide Two (2) duplex 1000Base-LX ports to all District
facilities.
2.4.2
The existing switch shall be required to provide layer 3 switching between the other
campus buildings.
2.4.3
The WAN switch shall be configured to provide a minimum of 16 GB connections to
servers. The Bidder shall include pricing for both fiber and 1000Base T blades.
2.4.4
The WAN switch shall be equipped to provide QOS TCP/IP prioritization.
2.4.5
The WAN switch shall be equipped with RMON and RMON 2 capabilities for all ports.
2.4.6
The WAN switch shall be equipped with hot swappable second power supplies for
redundancy and load sharing.
2.5
MDF Switches
2.5.1
MDF switches shall have Gigabit Ethernet capability for backbone connections to all IDFs
and servers. Core switches shall be connected to the main hub (Administration Building)
via 1000Base-LX/ and 1000Base FX to all other IDFs within a building.
2.5.2
IDF switches shall be connected to the MDF switch through 1000Base FX.
2.5.3
The MDF switches shall contain two (2) additional 1000Base-FX ports for future growth.
2.5.4
The MDF switch shall be capable of line speed Layer 3 routing performance and include
all required software.
2.5.5
The MDF switches shall be equipped with hot swappable second power supplies for
redundancy and load sharing.
2.5.6
The MDF switches shall be equipped with RMON and RMON2 capabilities for all ports.
2.5.7
MDF switches shall be sized according to the minimum requirements detailed in the table
below.
Building
MDF
IDFs
Donley Elementary
1
1
ELPS High School
1
TBD
Glencairn Elem.
1
1
MacDonald Elem.
1
TBD
Communications by Design, Inc.
All Rights Reserved
26
East Lansing Public Schools
Technology Request for Proposal
2.6
Marble Elem.
1
1
Pinecrest Elem.
1
1
Red Cedar Elem.
1
1
Spartan Village Elem.
1
1
Whitehills Elem
1
0
Administration
1
TBD
IDF Switches
2.6.1
2.6.2
2.6.3
2.6.4
2.6.5
2.6.6
2.6.7
2.6.8
Each switch shall be equipped with twenty-four (24) Auto-Sensing 10/1000Base-TX switch
ports.
Each switch shall be capable of TCP/IP prioritization and layer 3 routing at a minimum.
Each switch shall be equipped with four (4) queues for prioritization, with prioritization
being defined on the basis of the TCP/IP port.
Each switch shall be equipped with a stacking/matrix port for high-speed connections
between switches in a stack.
Each switch shall be equipped with an integrated 1000Base-FX uplink connection port for
every one (1) switch stack.
No desktop switch shall be cascaded to another switch via front 10/100Base-TX ports.
Desktop switches shall be sized according to the minimum requirements detailed in the
table below.
Each switch shall be capable, at a minimum, of routing IPX, IP and NetBEUI protocols.
Donley
Elementary
Wiring Closet
Cat. 5e Drops
Spare Ports
Total Ports
MDF
43
4
47
IDF1
31
3
34
High School
Wiring Closet
Cat. 5e Drops
Spare Ports
Total Ports
MDF
TBD
TBD
TBD
IDF-1
TBD
TBD
TBD
IDF-2
TBD
TBD
TBD
IDF-3
TBD
TBD
TBD
IDF-4
TBD
TBD
TBD
IDF-5
TBD
TBD
TBD
IDF-6
TBD
TBD
TBD
Cat. 5e Drops
Spare Ports
Total Ports
MDF
36
4
40
IDF1
16
2
18
Glencairn
Elementary
Wiring Closet
Communications by Design, Inc.
All Rights Reserved
27
East Lansing Public Schools
Technology Request for Proposal
MacDonald
Middle School
Wiring Closet
Cat. 5e Drops
Spare Ports
Total Ports
MDF
TBD
TBD
TBD
IDF1
TBD
TBD
TBD
IDF-2
TBD
TBD
TBD
IDF-3
TBD
TBD
TBD
Cat. 5e Drops
Spare Ports
Total Ports
MDF
54
6
60
IDF1
28
3
31
Cat. 5e Drops
Spare Ports
Total Ports
TBD
TBD
TBD
Marble
Elementary
Wiring Closet
Pinecrest
Elementary
Wiring Closet
MDF
Red Cedar
Elementary
Wiring Closet
Cat. 5e Drops
Spare Ports
Total Ports
MDF
46
5
51
IDF-1
27
3
30
Cat. 5e Drops
Spare Ports
Total Ports
MDF
40
4
44
IDF1
32
3
35
Cat. 5e Drops
Spare Ports
Total Ports
Spartan Village
Elementary
Wiring Closet
Whitehills
Elementary
Wiring Closet
MDF
IDF1
Communications by Design, Inc.
All Rights Reserved
28
East Lansing Public Schools
Technology Request for Proposal
Administration
Building
Wiring Closet
Cat. 5e Drops
Spare Ports
Total Ports
MDF
IDF1
2.7
Acceptable Manufacturers:
2.7.1
2.7.2
2.7.3
2.7.4
2.7.5
3-Com
Cisco
Extreme
Foundry
Nortel
3
General
3.1
The Contractor shall be responsible for providing electronics that support the required media types
internally through the electronics for each WAN connection and for interconnection between IDFs
and MDFs.
3.2
Include all necessary cables, connectors, and/or software necessary to install, configure, manage,
or operate equipment for the purposes intended.
3.3
In the event of a power outage, all units and switch equipment shall automatically reinitialize and
“become active” upon return of power with no operator or network manager intervention.
3.4
Include all tools, mounting brackets, screws, and other hardware necessary to properly and
adequately install, de-install, or reconfigure equipment.
3.5
All equipment shall be SNMP MIB II compliant.
3.6
Equipment shall fully operate in 40 to 90 degrees F and 5 to 95 percent relative humidity
atmospheric conditions.
3.7
Equipment shall have the ability to locate and isolate cables that may be causing interference in the
data network without administrator intervention.
3.8
Equipment shall be capable of transporting all standard Ethernet and/or 802.3 compatible packet
types.
3.9
All equipment, except the management workstation, shall be rack mounted in a standard 19” ANSI
rack provided by the Contractor.
3.10
All IDF equipment shall be modular in design and interchangeable among MDF/IDF locations.
4.
Firewall
4.1
The Contractor shall provide pricing on the 3Com SuperStack 3 Firewall with redundant power
supplies.
4.2
The Contractor shall be responsible to install the hardware, however the District will configure the
equipment.
4.2
The Contractor shall provide a 3 year CyberPatrol Filtering Subscription (part # 3C16111) at no
additional cost to the District.
Communications by Design, Inc.
All Rights Reserved
29
East Lansing Public Schools
Technology Request for Proposal
5.
Bandwidth Management
5.1
The Contractor shall provide pricing on the Packeteer Packetshaper capable of supporting a 3MB
connection to the Internet without creating a bottleneck.
6.
Installation
6.1
Completely unpack mount and install all required components complete with cross connects.
6.2
Field verify existing IP addressing scheme and detail the approach and timelines involved for
equipment migration.
6.3
Field verify existing network installation, plan and document the migration of the existing
equipment.
6.3
Neatly dress all cables. Use Velcro straps to bundle patch cables, keeping bundles to 12 cables or
less. Plastic (zip) ties will not be accepted.
6.4
Configure IP address for each applicable device per district’s request. District will supply IP
addressing information to Contractor.
6.5
Configure administrative password at District’s request.
6.6
New equipment installation shall be planned and scheduled in such a time and manner so as not to
disrupt the classroom and work environment.
7.
Network Management System
7.1
The Contractor shall set-up, install, configure, and customize the Network Management System to
perform the following basic functions for all network electronics:
7.1.1
Network map with auto discovery.
7.1.2
Remote system administrator access to reports and messages via Internet.
7.1.3
Fault management for all switches, routers, servers.
7.1.4
Performance monitoring of inter-building and server links including buffer and processor
utilization.
7.1.5
Monthly reports showing performance and error counts for all inter-building and server
links.
7.2
The Network Management Station will be required to meet, at a minimum, the following
specifications:
7.2.1
SNMP based with RMON/RMON2 support and capable of running full WAN/LAN network
management.
7.2.2
Include all hardware (including desktop and laptop), and software required to meet
specifications.
7.2.3
Shall include all cables required for console connect to Foundry Switches.
7.2.4
Shall include all cables required for console connect to all 3Com switches and firewall.
7.2.5
HyperTerminal file for each manufacturer’s device. File should be preloaded with the
correct connection settings (i.e. 9600 8 N 1) and labeled with the Manufacturer name and
equipment model.
7.2.6
The software shall provide a Graphical User Interface (GUI).
7.2.7
Capable of being accomplished with a single workstation.
7.2.8
Able to automatically, without user intervention, identify and isolate failing ports.
7.2.9
Capable of dial-up access for network management.
7.2.10 Shall provide detailed fault, performance and configuration data and allow full
configuration from the operator's console.
7.3
The PC required for the Management Station shall be configured at a minimum as follows:
7.3.1
Desktop System
7.3.2
Pentium III or greater
7.3.3
512 MB RAM (or greater)
Communications by Design, Inc.
All Rights Reserved
30
East Lansing Public Schools
Technology Request for Proposal
7.3.4
7.3.5
7.3.6
7.3.7
7.3.8
7.3.9
7.3.10
7.3.11
20 GB Hard drive (or greater)
19” monitor (or larger)
V.90 PCI Modem
Altec Lansing ACS33 speakers (or equivalent)
CDRW / DVD Combo
32MB Video RAM
10,100,1000MB Ethernet Adaptor
Windows 2000
7.4
The laptop required for the Management Station shall be configured at a minimum as follows:
7.4.1
Laptop System
7.4.2
Pentium III (or greater)
7.4.3
800 MHz (or greater)
7.4.4
512 MB RAM (or greater)
7.4.5
20 GB Hard Drive (or greater)
7.4.6
14.1 TFT Display (or greater)
7.4.7
16MB Video RAM
7.4.8
PCI Modem
7.4.9
10/100 NIC
7.4.10 Internal CDRW / DVD Drive
7.4.11 10,100,1000MB Ethernet Adaptor
7.4.12 Windows 2000
8.
Equipment Racks
8.1
The Contractor shall provide pricing for the following types of equipment racks. Exact quantities
and types will be determined throughout the installation process. Pricing shall include installation.
Dimensions
Height
Width
Rails
Base
Composition
Finish
Power Strip
Electrical Ground
Doors
Circulation Fan
Rack “A”
84”
19”
Single
Rack “B”
84”
19”
Dual
Rack “C”
48”
19”
Single
Self Supporting
Self Supporting
Mounted to wall
Structural Grade
Aluminum
Brushed Aluminum
10 Position Vertical
To each rack
None
None
Structural Grade
Aluminum
Brushed Aluminum
10 Position Vertical
To each rack
Glass
Yes
Structural Grade
Aluminum
Brushed Aluminum
10 Position Vertical
To each rack
None
None
Rack “D”
96”
19”
Dual
Self Supporting on
Casters
Structural Grade
Aluminum
Brushed Aluminum
10 Position Vertical
To each rack
Yes
Yes
9.
Bid Submittals
9.1
In addition to all requirements as noted in the Bid Documents, all proposals shall be submitted with
a complete listing of all major components required for a complete and fully functional systems as
specified.
9.2
List the Manufacturer, Model Numbers and short description of each item. Any Bid submitted
without such written documentation may be considered non-responsive and rejected.
9.3
Provide a network design map showing the location of major electronic components.
9.4
Provide unit prices per attached form.
10.
Maintenance Agreement
Communications by Design, Inc.
All Rights Reserved
31
East Lansing Public Schools
Technology Request for Proposal
10.1
The Contractor shall provide the District for a period of three (3) years the following services
without charge to the District:
10.1.1
On-site hardware and software maintenance, parts and labor, to repair or replace any
malfunctioning installed component. The District must approve any replaced component.
10.1.2
The Contractor shall provide the following response times for all malfunctioning
equipment:

Four (4) hours or less for matters that render 20% of the users unable to maintain
50% of normal productivity.

Two (2) business days for matters not meeting the above criteria.

Response time shall be measured from the time the Contractor is notified by the
District to the time work is begun to resolve the matter.
10.2
Telephone engineering support to assist the District with current and future configuration and
design support.
10.3
Provide on-site hardware and software upgrades provided annually to maintain evolving Gigabit
Ethernet standards.
10.4
All proposed maintenance contracts shall be manufacturer's direct maintenance contracts.
Bidders may submit, as an alternate, maintenance contracts available through third-party
companies. A detailed description of the alternate maintenance contract must be submitted with
the bid alternate.
11.
Training
11.1
The Contractor shall provide a minimum of four (4) 8 hour days of on-site training for the
Technology Coordinator/s. In the event that fewer or more training days are required, the Bidder
shall provide a per-day cost for the network electronics training
11.2
After training, the Technology Coordinator /s will be capable of maintenance and trouble shooting
of the installed system.
--End of Section--
Communications by Design, Inc.
All Rights Reserved
32
East Lansing Public Schools
Technology Request for Proposal
Technology Specifications-Local Area Network--Wireless
1.
General
1.1
The Contractor will be responsible to furnish, set in place, and install all equipment. The installation
process includes, but is not limited to the following:
1.1.1
1.1.2
1.1.3
1.1.4
Inventory receipt of all equipment.
Store all equipment until the equipment is installed according to specifications.
Transport equipment to District install location.
Assemble and install all equipment, maintain inventory and status documents and discard
packaging.
1.2
It is the intent of the District to deploy a wireless 54Mb Ethernet network to provide data services
within classrooms and between classrooms and offices.
1.3
The District is considering the deployment of a wireless LAN in order to provide necessary flexibility
to the classroom. Teachers will have the ability to move a 15-30 station mobile lab from classroom
to classroom.
1.4
At the inception of this project, a minimal number of PCs will be on the wireless network, the
Contractor shall demonstrate the viability and ease of adding nodes to accommodate the growing
number of PCs deployed within the District.
1.5
All computer labs, libraries and offices will be connected to the LAN via a Cat. 5e cable as specified
in Technology Specifications--Local Area Network.
1.6
The final selected Contractor will be required to create a “sandbox” demonstration within each
District building prior to bid award in order to demonstrate the effectiveness of the proposed
equipment in its intended environment.
1.7
Access Nodes will be placed and engineered throughout the building to provide 54Mb access to a
minimum of 5 maximum of 30 computers per classroom.
2.
Work Sites
2.1
Donley Elementary School
E. Lake Lansing Rd.
2.2
East Lansing Alternative Program
6157 Rutherford Ave.
2.3
East Lansing High School
509 Burcham Drive
2.4
Glencairn Elementary School
939 N. Harrison Rd.
2.5
MacDonald Middle School
1601 Burcham Drive
2.6
Marble Elementary School
729 N. Hagadorn Rd.
2.7
Pinecrest Elementary School
1811 Pinecrest Dr.
Communications by Design, Inc.
All Rights Reserved
33
East Lansing Public Schools
Technology Request for Proposal
2.12
Red Cedar Elementary School
1110 Narcissum Drive
2.13
Spartan Village Elementary School
1460 Middlevale Rd.
2.14
Whitehills Elementary School
621 Pebblebrook Ln.
2.15
East Lansing Administrative Offices
841 Timberlane
3.
Bid Submittals
3.1
In addition to all requirements as noted in the Bid Documents, all proposals shall be submitted with
a complete listing of all major components required for a complete and fully functional wireless LAN
as specified.
3.2
List the Manufacturer, Model Numbers and short description of each item. Any Bid submitted
without such written documentation may be considered non-responsive and rejected.
3.2.1.
3.2.2.
3.2.3.
3.2.4.
Provide a network design map showing the logical route, location of major electronic
components.
References of the Contractor or Subcontractor whom will be completing this portion of the
Work. In addition, provide the resume of the individual providing the required services for
this project with your Bid proposal.
Provide unit prices per attached form.
All Bidders shall provide a certificate on manufacturer's letterhead as proof that the
respondent is an authorized distributor of the products supplied in the Bid. In addition,
provide similar proof that the employee/s responsible for the work was trained by the
manufacturer in the initialization, setup, and maintenance of the same products.
4.
Scope of Work
4.1
Contractor shall be responsible for furnishing all labor, equipment, supplies, materials for
performing all operations necessary for the “turnkey” and fully complete installation of this Wireless
Network. The work shall include, but not be limited to, the following:
4.1.1
4.1.2
4.1.3
4.1.4
4.1.5
4.1.6
Access Nodes
Masts
Connectors and couplers.
Twisted pair cabling to all access nodes.
Network electronics.
Three (3) year maintenance agreement.
4.2
The Contractor will provide a manufacturer’s certified technician to oversee the complete
installation. The Contractor shall in conjunction with the school appointed lead technical person,
develop the network installation plan to maximize the effectiveness of the technology.
4.3
The Contractor shall present or work with the school appointed technical lead person to develop
the best possible configuration scheme possible with the proposed devices.
4.4
The Contractor shall obtain and pay for all permits and inspections required by all legal authorities
and agencies.
5.
Wireless LAN Specifications
5.1
The Contractor’s proposed wireless solution must work seamlessly with the 100Mb twisted pair
LAN network (specified in section “Technology Specifications—LAN” pages 19-25) as well as the
Communications by Design, Inc.
All Rights Reserved
34
East Lansing Public Schools
Technology Request for Proposal
Gigabit Ethernet WAN network (specified in section “Technology Specifications Campus Wide Area
Network—Fiber Optic” pages 14-18).
5.2
The proposed system must use standard IEEE 802.11a airlink protocols in an open layered
architecture which supports compatibility with a multitude of hardware and software vendors. All
hardware must be WIFI compliant.
5.3
The Contractor must describe the support for Wired Equivalent Privacy option in IEEE 802.11 and
any extensions provided to increase the Key length for added security. The IEEE 802.11
requirement is set at 40 bytes due to US Export Law, the standard provides for the capability to
extend the key length.
5.4
The supplier must describe the use (if any) forward error correction protocols used for Media
Access Control (MAC) frame transmission and reception.
5.5
The Contractor must describe the expected capacity of each access point within a given Basic
Service Set (BSS) and the impact of inter-access point protocol overhead to client throughput ratio.
5.6
The Contractor must provide the general guideline criteria for adding additional access point
capacity to support client traffic.
5.7
The Contractor must describe maximum capacity and configuration recommendations based on the
following traffic and user profiles:



large bulk data transfers (1MB — 10 MB files), video streams.
large to medium bursts data transfers (e-mail with attachments, data base queries, Web
traffic),
small bust data transactions (IMS, CICS, Bar-code).
5.8
The Contractor must provide detailed information concerning each of the protocols and services.
5.8.1
TCP/IP support for configuration in the following routed environments: EIGRP (Cisco
proprietary routing protocol), OSPF (open standards routing protocol), and BGP V4.
5.8.2
Multicast IP support
5.8.3
Mobile IP capabilities (if supported.)
5.8.4
Variable Length Subnet Masking (VLSM) for use with above routing protocols
5.8.5
DNS (Domain Name Service)
5.8.6
WINS (Windows Internet Name Service)
5.8.7
DHCP (Dynamic Host Configuration Protocol) for auto IP address assignment.
5.8.8
SNMP (Simple Network Management Protocol) Versions supported and MIB extensions.
5.9
The Contractor must describe any Web Based Tools or Network management features that may be
used with the IEEE 802.11a Wireless LAN infrastructure and mobile client devices in addition to
Network Management platform support.
5.10
The Contractor must provide pricing for any and all necessary tools and software to support radio
frequency site survey activities and IEEE 802.11a sniffer troubleshooting tools.
5.11
The Contractor shall provide references of work completed on projects of comparable scope and
size of this project described in this RFP.
6.
Training
6.1
The Contractor shall provide three (3) 8 hour days of on-site training for the Technology
Coordinator (in the event that fewer or more training days are required, the Bidder shall provide a
per-day cost for the training) requisite to installation, operation and maintenance of the IEEE
802.11 Wireless LAN solution implemented.
6.2
The selected Contractor must provide equipment user guides, quick reference guides with the
delivery of each unit. Manuals must be bound and immediately usable.
Communications by Design, Inc.
All Rights Reserved
35
East Lansing Public Schools
Technology Request for Proposal
6.3
After training, the Technology Coordinator will be capable of maintenance and trouble shooting of
the installed system.
7.
Maintenance Agreement
7.1
The Contractor shall provide the District for a period of one (1) year the following services without
charge to the District:
7.2
7.1.1
On-site hardware and software maintenance to repair or replace any malfunctioning
installed component. Any replaced component must be approved by the District.
7.1.2
The Contractor shall provide the following response times for all malfunctioning
equipment:

Four (4) hours or less for matters that render 20% of the users unable to maintain
50% of normal productivity.

Two (2) business days for matters not meeting the above criteria.

Response time shall be measured from the time the Contractor is notified by the
District to the time work is begun to resolve the matter.
7.1.3
Telephone engineering support to assist the District with current and future configuration
and design support.
7.1.4
Provide on-site hardware and software upgrades annually to maintain evolving standards.
All proposed maintenance contracts shall be manufacturer's direct maintenance contracts.
Bidders may submit, as an alternate, maintenance contracts available through third-party
companies. A detailed description of the alternate maintenance contract must be submitted with
the bid alternate.
--End of Section--
Communications by Design, Inc.
All Rights Reserved
36
East Lansing Public Schools
Technology Request for Proposal
Technology Specification--Video Coaxial Network
1.
Video/RF System Overview
1.1
The intent of East Lansing Public Schools is to design and install a broadband video distribution
system utilizing a trunk and tap architecture consisting of RG-11, plenum rated trunk cable and RG6, plenum rated drop cable.
1.2
The Contractor will be responsible to furnish, set in place, and install all equipment. The installation
process includes, but is not limited to the following:
1.2.1
Inventory receipt of all equipment.
1.2.2
Store all equipment until the equipment is installed according to specifications.
1.2.3
Transport equipment to District install location.
1.2.4
Assemble and install all equipment, maintain inventory and status documents and discard
packaging.
1.3
The Contractor shall distribute the Network signals originating from the CATV provider and locally
originated interactive classrooms. The cable will be activated for forward services (TV Video head
end to TV Monitor/Receiver drops). The cable installation will include all necessary electronics,
distribution couplers, RG 11 coaxial trunk cables and connectors, directional taps, RG-6 drop
cables and connectors, and self-terminating wall taps fitted to face plates.
1.4
The Video portion of this network will utilize broadband coaxial cable distribution. The Video/RF
signals will be modulated to selected radio frequency (RF) carriers and inserted on the cable
following standard CATV sub-split methodology.
1.5
The video system will be a single outlet delivery and pathing network. The outlet will deliver video
to a receiver. The system will have a trunk cable with separate taps and drops to the outlet
locations.
1.6
The distribution cabling will be designed to be completely passive outside of designated areas. No
amplifiers will be installed for Video transmissions outside the head end room or intermediate
distribution frame rooms. The Contractor will submit a design for each building for approval by East
Lansing Public Schools.
2.
Work Sites
2.1
East Lansing High School
509 Burcham Drive
2.2
MacDonald Middle School
1601 Burcham Drive
2.3
East Lansing Administrative Offices
841 Timberlane
3.
Coaxial Cable
3.1
Acceptable vendors:
3.1.1
3.1.1
3.1.2
Belden
Comm/Scope
Trilogy
4.
Distribution Head End
4.1
The video head end room in East Lansing High School will be located in the Video Production
Studio. It is the responsibility of the Contractor to provide and install the cabling to complete the
connection of the Institutional network and the Residential Network from the building point of
presence to the buildings head end room. It will be the responsibility of the Contractor to work with
Communications by Design, Inc.
All Rights Reserved
37
East Lansing Public Schools
Technology Request for Proposal
the local cable company to coordinate the CATV connection and to insure that proper signal levels
are provided to the classrooms and offices.
4.2
The video head end rooms at McDonald Middle School and the Administrative Offices will be
located in the buildings MDF.
4.3
All material, labor and electrical components will be provided by the Contractor to provide clear,
cable television signals to each classroom.
5.
Coaxial Cable
5.1
Trunk cables will be RG 11 type. Drop cables will be RG-6 type. The following specifications apply
to both RG 11 and RG-6 cable type.
5.2
The system cable will have a nominal impedance of 75 ohms.
5.3
The cable will have a copper clad steel center conductor with a foam dielectric and an aluminum
braid and foil shield.
5.4
The cable will be factory sweep tested to demonstrate that the cable meets or exceeds the
manufacturer’s stated response from 5 MHz to 1000 MHz.
5.5
All cables will be installed without breaks, kinks or splices.
5.6
All cables must adhere to all FCC, NEC and NESC regulations, and IEEE 803.7 standards.
6.
Coaxial Cable Connectors
6.1
RG 11 connector will be pin-type with cable center conductor seizing pin, integral mandrel and back
nut for seizing and retaining the cable outer conductor. The seizing pin will be properly sized for
insertion into directional tap and splitter housings and the inner conductor seizing mechanism sized
for the proposed cable.
6.2
The RG 11 connector will have an integral RFI sleeve for improved shielding.
6.3
RG-6 cable connectors will be one piece construction with an integral RFI sleeve and an attached
1/2” crimp ring.
7.
Outlet Jacks and Cover Plates
7.1
All jacks and cover plates shall provided by the Contractor.
7.2
Outlets that terminate within a standard flush mount utility box or G5000 conduit utility box will
utilize a cover plate that conforms to the box size.
7.3
All outlet covers will be labeled with pre-printed label.
8.
Testing
8.1
Upon completion of the installation, the vendor will test and proof the performance of the system.
By injecting reference carriers at the head end, the Cable Contractor will proof the performance of
the downstream or forward path of the system.
8.2
It is the responsibility of the selected Cable Contractor to test and certify that the system is in
conformance with the Cumulative Leakage Index (CLI) standards as set forth in FCC rules and
regulations part 76.
Communications by Design, Inc.
All Rights Reserved
38
East Lansing Public Schools
Technology Request for Proposal
8.3
All material, labor and electrical components will be provided by the Contractor to provide clear,
cable television signals to each classroom.
9.
Training
9.1
The Contractor shall provide a minimum of four (4) hours of on-site training for the Technology
Coordinator.
9.2
After training, the Technology Coordinator will be capable of maintenance and trouble shooting of
the installed system.
10.
Maintenance Agreement
10.1
The Contractor shall provide the District for a period of three (3) years the following services
without charge to the District:
10.1.1
On-site hardware and software maintenance to repair or replace any malfunctioning
installed component. Any replaced component must be approved by the District.
10.1.2
The Contractor shall provide the following response times for all malfunctioning
equipment:



10.1.3
10.2
Four (4) hours or less for matters that render 20% of the users unable to maintain
50% of normal productivity.
Two (2) business days for matters not meeting the above criteria.
Response time shall be measured from the time the Contractor is notified by the
District to the time work is begun to resolve the matter.
Telephone engineering support to assist the District with current and future configuration
and design support.
All proposed maintenance contracts shall be manufacturer's direct maintenance contracts.
Bidders may submit, as an alternate, maintenance contracts available through third-party
companies. A detailed description of the alternate maintenance contract must be submitted with
the bid alternate.
--End of Section—
Communications by Design, Inc.
All Rights Reserved
39
East Lansing Public Schools
Technology Request for Proposal
Technology Specifications—Digital Video System
1.
General
1.3
East Lansing Public Schools wishes to enhance the services being provided by the existing coaxial
cable in the Middle School and High School. ELPS wishes to install a Video Rebroadcast System
to provide video signal over the existing Ethernet network.
1.4
The Contractor will be responsible to furnish, set in place, and install all equipment. The installation
process includes, but is not limited to the following:
1.4.1
Inventory receipt of all equipment.
1.4.2
Store all equipment until the equipment is installed according to specifications.
1.4.3
Transport equipment to District install location.
1.4.4
Assemble and install all equipment, maintain inventory and status documents and discard
packaging.
1.4
The work sites listed below currently have twisted pair connections installed in every classroom.
1.5
The Video portion of this network will utilize the Ethernet network.
2.
Work Sites
2.1
East Lansing High School
509 Burcham Drive
2.2
MacDonald Middle School
1601 Burcham Drive
2.3
East Lansing Administrative Offices
841 Timberlane
3.
Video Distribution
3.1
The Contractor shall furnish and install all media accessories required to perform this described
scope of work.
3.2
The system shall be capable of providing a minimum of 20 channels of CATV over the Ethernet
Network.
3.3
The system head end shall utilize standard E.I.A. 19 inch equipment racks provided by the district.
All required electronics shall be installed at the head end.
3.4
The system shall be non-blocking with zero (0) packet loss.
3.5
Remote users with a minimum of 56Kb modems shall be capable of accessing MPEG 1,2 and/or 4
video files.
3.6
The system will be capable of storing a minimum of 100 hours of stored video with the capability to
expand to 200 hours.
3.7
The client will be IP based and support the following platforms:
3.7.1
3.7.2
3.8
Win98
Windows 2000
The client software will be capable of 640 by 480 resolution at 30 frames per second in full screen
view.
Communications by Design, Inc.
All Rights Reserved
40
East Lansing Public Schools
Technology Request for Proposal
3.9
Client software shall allow the selection of a minimum of 20 broadcast channels and selection of all
stored video.
3.10
Stored video selections shall be keyword searchable.
3.11
The required bandwidth should use less than 10 MB per stream.
3.12
The Broadcast Server shall be capable of delivering MPEG files, AVI, Windows Media and MP3
files.
3.13
The system shall be equipped with a Control Server capable of communicating scheduling
information, desired video formats, and bandwidth considerations to the Broadcast Server.
3.14
The Control Server shall also generate program listings that performs like a “TV Guide” for users.
3.15
The system shall be capable of monitoring the usage and quality of streams delivered throughout
the multicast network by the system administrator.
3.16
The Bidder shall submit a full description of all hardware and software (head-end and client) in the
bid response.
3.17
The bidder shall submit a description of user access and system security.
5.
Testing
5.1
Completely test components for full functionality after installation.
5.2
Perform manufacturer’s recommended tests. Make corrections as indicated in test results.
6.
Training
6.1
The Contractor shall provide a minimum of one (1) 8-hour day of on-site training for the Technology
Coordinator. In the event that fewer or more training days are required, the Bidder shall provide a
per-day cost for the training.
6.2
After training, the Technology Coordinator will be capable of maintenance and trouble shooting of
the installed system.
7.
Maintenance Agreement
7.1
The Contractor shall provide the District for a period of three (3) years the following services
without charge to the District:
7.1.1
On-site hardware and software maintenance, parts and labor, to repair or replace any
malfunctioning installed component. The District must approve any replaced component.
7.1.2
The Contractor shall provide the following response times for all malfunctioning
equipment:

Four (4) hours or less for matters that render 20% of the users unable to maintain
50% of normal productivity.

Two (2) business days for matters not meeting the above criteria.
7.2
Four (4) hours or less for matters that render 20% of the users unable to maintain 50% of normal
productivity.
7.3
Two (2) business days for matters not meeting the above criteria.
7.4
Response time shall be measured from the time the Contractor is notified by the District to the time
work is begun to resolve the matter.
Communications by Design, Inc.
All Rights Reserved
41
East Lansing Public Schools
Technology Request for Proposal
7.5
Telephone engineering support to assist the District with current and future configuration and
design support.
7.6
Provide on-site hardware and software upgrades provided annually to maintain evolving wireless
standards.
7.7
The Contractor shall be responsible for executing all warranties and or maintenance agreements
whether such warranty or maintenance agreement is supplied by the Contractor, Subcontractor or
by the equipment manufacturer. The Contractor shall supply to the District written verification that
such warranty or maintenance agreements have been invoked within 2 weeks of the installation of
the equipment.
--End of Section—
Communications by Design, Inc.
All Rights Reserved
42
East Lansing Public Schools
Technology Request for Proposal
Technology Specifications-- File Servers
1.
General
1.2
The Contractor shall design, engineer, configure, supply, final connect, test, document and warrant
a fully operational system, complete with fully functional connectivity to the LAN as specified in
this document. Servers shall be installed with TCPIP.
1.3
All servers will run on the Novell 5.1 (or greater) operating system. The District will acquire the
Novell licensing required; however, it will be the responsible of the Contractor to install the required
software (ZENworks, ManageWise, GroupWise, etc.) and assist in migrating current data where
necessary.
1.4
Upon completion of the Work, the Contractor shall demonstrate that the fileserver is functioning
properly and accessible to all workstations within their broadcast domain and are communicating to
workstations with the specified protocols.
1.5
The Contractor shall install virus protection software on the fileserver. Documentation on the
proposed virus protection shall be provided in the Bidder’s submittals. Virus protection software
shall be capable of updating through an FTP site either owned by the District or through the
Internet.
1.6
The Contractor shall provide assistance migrating the existing applications and data to the new
fileserver.
1.7
The Contractor will be responsible to furnish, set in place, and install all equipment. The installation
process includes, but is not limited to the following:
1.7.1
1.7.2
1.7.3
1.7.4
Inventory receipt of all equipment.
Store all equipment until the equipment is installed according to specifications.
Transport file servers to District install location.
Assemble and install all file servers, maintain inventory and status documents and discard
packaging.
1.8
The Contractor will furnish, install and properly configure software license programs and specified
herein.
1.9
The Contractor shall furnish and install all Cat 5e network patch cables.
1.10
The following servers are scheduled to be replaced by new servers:
1.10.1
1.10.2
1.10.3
1.10.4
1.10.5
1.10.6
1.10.7
1.10.8
Web Server—Configuration “A”
Email (GroupWise Server)—Configuration “B”
Data Server—Configuration “B”
Application Server—Configuration “C”
BorderManager Server—Configuration “A”
Web Access Server—Configuration “A”
Student Email Server—Configuration “B”
Student Data Server—Configuration “B”
2.
Work Site
2.1
East Lansing High School
Communications by Design, Inc.
All Rights Reserved
43
East Lansing Public Schools
Technology Request for Proposal
3.
3.1
3.2
3.3
Acceptable Manufacturers:
Compaq
Dell
IBM
4.
4.1
Specifications
All servers must be mounted in a 19 inch cabinet.
4.2
The Contractor shall provide and install all required hardware to adequately and safely support all
equipment when rack mounted.
4.3
Configuration “A” . Quantity: 3
Configuration “A” file servers shall meet or exceed the following specifications:
4.3.1
Intel Itanium Processor.
4.3.2
2MB/4MB full-speed Level 3 cache
4.3.3
2GB RAM (RDRAM not acceptable)
4.3.4
1.44MB, 3.5” Floppy Drive
4.3.5
Three (3) 36 GB RAID 5 Hard Drives with Smart Array Controller
4.3.6
Up to eight (8) 64-bit/66MHz PCI slots
4.3.7
Four total bays (two hot-swappable)
4.3.8
48x – 20x CD Rom Drive
4.3.9
Two (2) GB Ethernet Adapter cards
4.3.10 4 x 800W hot swap power supplies
4.3.11 800W hot plug cooing fans
4.3.12 Novell Standard DOS
4.3.13 Novell 5.0 (or greater) provided by District, installed by Contractor and/or Windows 2000
Advanced Server
4.3.14 Anti-virus software for all software components
4.4
Configuration “B”. Quantity: 4
Configuration “B” file servers shall meet or exceed the following specifications:
4.4.1
Two (2) Intel Itanium Processor.
4.4.2
2MB/4MB full-speed Level 3 cache
4.4.3
4GB RAM (RD RAM not acceptable)
4.4.4
1.44MB, 3.5” Floppy Drive
4.4.5
Four (4) 72GB RAID 5 Hard Drives with Smart Array Controller
4.4.6
Up to eight (8) 64-bit/66MHz PCI slots
4.4.7
Four total bays (two hot-swappable)
4.4.8
48x – 20x CD Rom Drive
4.4.9
Two (2) GB Ethernet Adapter cards
4.4.10 4 x 800W hot swap power supplies
4.4.11 800W hot plug cooing fans
4.4.12 Novell Standard DOS
4.4.13 Novell 5.0 (or greater) provided by District, installed by Contractor
4.4.14 Anti-virus software for all software components
4.5
Configuration “C”. Quantity: 1
Configuration “C” file servers shall meet or exceed the following specifications:
4.5.1
Four (4)Intel Itanium Processor.
4.5.2
2MB/4MB full-speed Level 3 cache
4.5.3
8GB RAM (RDRAM not acceptable)
4.5.4
1.44MB, 3.5” Floppy Drive
4.5.5
Four (4) 72GB RAID 5 Hard Drives with Smart Array Controller
4.5.6
Up to eight (8) 64-bit/66MHz PCI slots
4.5.7
Four total bays (two hot-swappable)
4.5.8
48x – 20x CD Rom Drive
4.5.9
Two (2) GB Ethernet Adapter cards
4.5.10 4 x 800W hot swap power supplies
4.5.11 800W hot plug cooing fans
4.5.12 Novell Standard DOS
4.5.13 Novell 5.0 (or greater) provided by District, installed by Contractor
4.5.14 Anti-virus software for all software components
Communications by Design, Inc.
All Rights Reserved
44
East Lansing Public Schools
Technology Request for Proposal
5.
Tape Back Up System
5.1
The system must be capable of storing 200 percent of total server(s) with no operator intervention.
5.2
The system will be required to back up all servers from a central location.
5.3
The system must utilize DLT or LTO media and must be compatible with and supported by back-up
software solution.
5.4
The system must be capable of compressing data.
5.5
The system shall be installed with Cheyenne ARCSERVE or Back-Up Executive (to be provided by
the Contractor) with Disaster Recovery and Open File on OEM media, licensed to back-up all
servers specified.
5.6
The Contractor shall supply, with the system, 30 tapes for the system.
6.
Server I/0 Switching Subsystem
6.1
Each file server equipment rack must be equipped with the following:
6.1.1
SVGA 15 inch monitor with .027 dot pitch.
6.1.2
104-style keyboard.
6.1.3
Two (2) button mouse with scrolling wheel.
6.1.4
Four (4) port electronic keyboard/video/mouse to service rack mounted equipment and
servers.
7.
Training
7.1
The Contractor shall provide a minimum of eight (8) hours of on-site training for up to 2 Technology
Staff members.
7.2
After training, the Technology Staff Member will be capable of maintenance and trouble shooting
of the installed system.
8.
Maintenance Agreement
8.1
The Contractor shall provide the District for a period of three (3) years the following services
without charge to the District:
8.2
All proposed maintenance contracts shall be manufacturer's direct maintenance contracts.
Bidders may submit, as an alternate, maintenance contracts available through third-party
companies. A detailed description of the alternate maintenance contract must be submitted with
the bid alternate.
8.3
On-site hardware and software maintenance to repair or replace any malfunctioning installed
component. Any replaced component must be approved by the District.
8.4
The Contractor shall provide the following response times for all malfunctioning equipment:

Four (4) hours or less for matters that render 20% of the users unable to maintain
50% of normal productivity.

Next day service for matters not meeting the above criteria.

Response time shall be measured from the time the Contractor is notified by the
District to the time work is begun to resolve the matter.
8.5
Telephone engineering support to assist the District with current and future configuration and
design support.
--End of Section--
Communications by Design, Inc.
All Rights Reserved
45
East Lansing Public Schools
Technology Request for Proposal
Technology Specifications—Workstations
1.
General
1.1
ELPS wishes to replace the existing workstations. It will be the responsibility of the Contractor to
provide required 10/100MB NICs for all new workstations.
1.2
The Contractor will be responsible to furnish, set in place, and install all equipment. The installation
process includes, but is not limited to the following:
1.2.1
Receive equipment on behalf of the District.
1.2.2
Inventory receipt of all equipment.
1.2.3
Store all equipment until the equipment is installed according to specifications.
1.2.4
Transport workstations, printers and all components to classroom locations.
1.2.5
Create workstation image to be approved by the District prior to installation.
1.2.6
Configure all internal components.
1.2.7
Attach workstations to the network.
1.2.8
Demonstrate successful connection to network.
1.2.9
Maintain inventory and status documents and discard all trash packaging at the District
designated locations.
.
1.3
The Contractor will furnish and install 10 ft. Category 5, UTP, 100base-T data network patch cables
from workstation to network outlet.
1.4
The Contractor will furnish, install and properly configure software license programs as specified
herein. The District will provide the Microsoft Office license. The Contractor is responsible for
loading MS Office onto the individual workstations and working with the District in creating an
image that can be transferred to each workstation.
1.5
The Contractor will furnish and install power strips with surge suppression for all Office/Classroom
Workstations.
1.6
The District prefers workstation CPUs in a desktop or tower format.
1.7
The Bidder will submit with their proposal, certification demonstrating that the laptops and
workstations, as a complete model, are in compliance with the following certifications:

Novell

UL

FCC
2.
Work Sites
2.1
East Lansing High School
509 Burcham Drive
2.2
MacDonald Middle School
1601 Burcham Drive
2.3
East Lansing Administrative Offices
841 Timberlane
3.
Acceptable Manufacturers
3.1
The Contractor shall submit base-bid pricing on one of the following manufacturers
3.1.1
Compaq
3.1.2
Dell
3.1.3
IBM
Communications by Design, Inc.
All Rights Reserved
46
East Lansing Public Schools
Technology Request for Proposal
4.
Office/Classroom Workstations
4.1
A total of 375 classroom workstations shall be installed at the High School.
4.2
A total of 135 classroom workstation shall be installed at the Middle School.
4.3
A total of 30 workstations shall be installed at the Central Administration.
4.4
Workstations shall be configured as follows:
4.4.1
Intel Pentium III processor (or greater).
4.4.2
CPU clock speed of 1 GHz or faster .
4.4.3
512 MB RAM.
4.4.4
PCI local bus.
4.4.5
One (1) AGP slot.
4.4.6
One (1) available RS-232 serial port after configured.
4.4.7
One (1) parallel port.
4.4.8
One (1) PS/2 keyboard port.
4.4.9
One (1) PS/2 mouse port.
4.4.10 32 MB Video RAM
4.4.11 One (1) 20 GB hard drive.
4.4.12 One (1) CDRW / DVDdrive.
4.4.13 Creative Labs sound card capable of full-duplex stereo sound with speaker output, line in,
microphone input.
4.4.14 One (1) 10/100 Base-TX PCI Ethernet Adapter with Wake On-Lan features. Must be
3Com or Intel or One (1) wireless NIC.
4.4.15 17-inch (at least 15.9-inch viewable) monitor.
4.4.16 104 key keyboard.
4.4.17 Microsoft or Logitech scrolling wheel mouse with driver.
4.4.18 Mouse pad.
4.4.19 One (1) free PCI slot after configuration.
4.4.20 Mini tower or desktop case.
4.4.21 Microsoft Windows 2000 with latest service packs installed by Contractor.
4.4.22 Microsoft Office 2000 installed (software provided by District).
5.
Maintenance Agreement
5.1
The Contractor shall provide to the District for a period of three (3) years on-site hardware and
software maintenance including parts and labor to repair or replace any malfunctioning installed
component. The District must approve any replaced component.
5.2
All proposed maintenance contracts shall be manufacturer's direct maintenance contracts.
Bidders may submit, as an alternate, maintenance contracts available through third-party
companies. A detailed description of the alternate maintenance contract must be submitted with
the bid alternate.
5.3
The Contractor shall provide pricing for the following:

3 year on-site repair, 9x5 next day service.

3 year on-site repair, 24x7x4 hour service.

3 year – 1 year on-site with years 2 & 3 depot service (carry-in to a single location
including all parts).
5.2
The Contractor shall submit line-item maintenance contract pricing for the purpose of evaluating the
maintenance contract cost per component.
5.3
Telephone engineering support to assist the District with current and future configuration and
design support.
5.4
The Contractor shall submit explanation of manufacturer's equipment warranty, including
procedures on how the problem reporting process will work.
--End of Section—
Communications by Design, Inc.
All Rights Reserved
47
East Lansing Public Schools
Technology Request for Proposal
Technology Specifications—Wireless Laptops and Carts
1.
General
1.1
ELPS wishes to deploy wireless carts with laptops at the High School, Middle School and
Administrative Offices.
1.2
The Contractor will be responsible to furnish, set in place, and install all equipment. The installation
process includes, but is not limited to the following:
1.2.10
1.2.11
1.2.12
1.2.13
1.2.14
1.2.15
1.2.16
1.2.17
1.2.18
.
1.8
Receive equipment on behalf of the District.
Inventory receipt of all equipment.
Store all equipment until the equipment is installed according to specifications.
Transport workstations, printers and all components to classroom locations.
Create workstation image to be approved by the District prior to installation.
Configure all internal components.
Attach laptops to the network.
Demonstrate successful connection to network.
Maintain inventory and status documents and discard all trash packaging at the District
designated locations.
The Contractor will furnish, install and properly configure software license programs as specified
herein. The District will provide the Microsoft Office license. The Contractor is responsible for
loading MS Office onto the individual workstations and working with the District in creating an
image that can be transferred to each workstation.
1.9
The Contractor will furnish and install power strips with surge suppression for all Office/Classroom
Workstations.
1.10
The Bidder will submit with their proposal, certification demonstrating that the laptops and
workstations, as a complete model, are in compliance with the following certifications:

Novell

UL

FCC
2.
Work Sites
2.1
East Lansing High School
509 Burcham Drive
2.2
MacDonald Middle School
1601 Burcham Drive
2.3
East Lansing Administrative Offices
841 Timberlane
3.
Acceptable Manufacturers
3.1
The Contractor shall submit base-bid pricing on one of the following manufacturers
3.1.1
Dell
3.1.2
IBM
4.
Laptop Specifications
4.1
A total of 120 laptops on carts shall be installed at the High School.
4.2
A total of 90 laptops on carts shall be installed at the Middle School.
Communications by Design, Inc.
All Rights Reserved
48
East Lansing Public Schools
Technology Request for Proposal
4.3
A total of 5 laptops shall be installed at the Administrative Offices.
4.4
Laptops shall be configured as follows:
4.2.1
Intel Pentium III processor (or equivalent).
4.4.2
CPU clock speed of 1GHz or faster .
4.4.3
512 MB RAM.
4.4.4
PCI local bus.
4.4.5
One (1) AGP slot.
4.4.6
One (1) parallel port.
4.4.7
One (1) PS/2 keyboard port.
4.4.8
One (1) PS/2 mouse port.
4.4.9
16 MB Video RAM
4.4.10 One (1) 10GB hard drive.
4.4.11 One (1) 5x bootable DVD ROM drive.
4.4.12 Creative Labs sound card capable of full-duplex stereo sound with speaker output, line in,
microphone input.
4.4.13 One (1) 10/100 Base-TX PCI Ethernet Adapter with Wake On-Lan features. Must be
3Com or Intel or One (1) wireless NIC.
4.4.14 13.3-inch, SVGA Active Matrix viewable monitor.
4.4.15 Integrated mouse/tracking device
4.4.16 Microsoft Windows 2000 with latest service packs installed by Contractor.
4.4.17 Microsoft Office 2000 installed (software provided by District).
4.4.18 One (1) spare battery with external battery charger.
6.
Wireless Laptop Carts
6.1
A minimum of 6 laptop carts shall be installed at the High School.
6.2
A minimum of 3 laptop carts shall be installed at the Middle School.
6.3
Configuration A
Laptop carts shall meet the following specifications:
6.3.1
Storage Space for up to 16 laptops
6.3.2
Plug in power for up to 16 laptops’
6.3.3
Must accommodate any laptop including Compaq, Dell, IBM, etc..
6.3.4
6” wheels w/non-marking rubber casters and 2 swivel locking brakes
6.3.5
Made of plywood, particle board, plastic laminates. Metallic surfaces will not be permitted.
6.3.6
Locking security doors
6.4
Configuration B
6.4.1
Storage Space for up to 32 laptops
6.4.2
Plug in power for up to 32 laptops
6.4.3
Must accommodate any laptop including IBM, Dell, Gateway, etc.
6.4.4
6” wheels w/non-marking rubber casters and 2 swivel locking brakes
6.4.5
Made of plywood, particle board, plastic laminates. Metallic surfaces will not be permitted.
6.4.6
Locking security doors
7.
Maintenance Agreement
7.1
The Contractor shall provide to the District for a period of three (3) years on-site hardware and
software maintenance including parts and labor to repair or replace any malfunctioning installed
component. The District must approve any replaced component.
7.2
All proposed maintenance contracts shall be manufacturer's direct maintenance contracts.
7.3
The Contractor shall provide pricing for the following:

3 year on-site repair, 9x5 next day service.

3 year on-site repair, 24x7x4 hour service.

3 year – 1 year on-site with years 2 & 3 depot service (carry-in to a single location
including all parts).
Communications by Design, Inc.
All Rights Reserved
49
East Lansing Public Schools
Technology Request for Proposal
7.4
The Contractor shall submit line-item maintenance contract pricing for the purpose of evaluating the
maintenance contract cost per component.
7.5
Telephone engineering support to assist the District with current and future configuration and
design support.
7.6
All proposed maintenance contracts shall be manufacturer's direct maintenance contracts.
Bidders may submit, as an alternate, maintenance contracts available through third-party
companies. A detailed description of the alternate maintenance contract must be submitted with
the bid alternate.
7.7
The Contractor shall submit explanation of manufacturer's equipment warranty, including
procedures on how the problem reporting process will work.
--End of Section—
Communications by Design, Inc.
All Rights Reserved
50
East Lansing Public Schools
Technology Request for Proposal
Technology Specifications--Printers
1.
General
1.1
The Contractor shall design, engineer, configure, supply, final connect, test, document and warrant
a fully operational printing network, complete with fully functional connectivity to the LAN as
specified in this document.
1.2
The printers will be installed at the following schools, in the quantities listed below:
Schools
ELPS High School
ELPS Middle School
Administration Center
1.3
Hewlett Packard
LaserJet 8000N
w/JetDirect Internal
Print Server
(or equivalent)
10
7
2
Hewlett Packard
Color LaserJet 4500N
w/JetDirect Internal
Print Server
(or equivalent)
5
4
1
Hewlett Packard
LaserJet 1200se
w/Jet Direct External
Print Server
(or equivalent)
5
10
5
The Contractor will be responsible to furnish, set in place, and install all equipment. The installation
process includes, but is not limited to the following:
1.3.1
1.3.2
1.3.3
1.3.4
Inventory receipt of all equipment.
Store all equipment until the equipment is installed according to specifications.
Transport equipment to District install location.
Assemble and install all equipment, maintain inventory and status documents and discard
packaging.
1.4
All printers will be equipped with 100Mb JetDirect cards or external print drivers. It will be the
responsibility of the Contractor to provide all cables and hardware required to connect the device to
the network.
2.
Work Sites
2.1
East Lansing High School
509 Burcham Drive
2.2
MacDonald Middle School
1601 Burcham Drive
2.3
East Lansing Administrative Offices
841 Timberlane
3.
Acceptable Manufacturers:
3.1
3.2
3.3
Hewett Packard
Lexmark
Acceptable equivalent
4.
Document Recording
4.1
The Contractor shall provide full documentation of components installed on both a CD and 8.5 x 11
paper.
Communications by Design, Inc.
All Rights Reserved
51
East Lansing Public Schools
Technology Request for Proposal
4.2
The Contractor shall maintain a complete set of “as built” documents and drawings throughout the
course of the installation. Upon completion of the project, the document will be submitted to the
Owner.
4.3
The “as built” documents shall include all approved changes or deviations from the original
specifications.
4.4
The documentation scheme should be flexible enough to handle current and future networking
systems.
--End of Section--
Communications by Design, Inc.
All Rights Reserved
52
East Lansing Public Schools
Technology Request for Proposal
Technology Specifications—Phone System
1.
General
1.2
The Contractor shall design, engineer, configure, supply, connect, test, document and warrant a
fully operational voice communications system, complete with fully functional connectivity to the
privately owned fiber optic WAN as specified in this document.
1.3
ELPS currently has a Definity switch installed at the headend in the High School with Merlin
switches at each of the other schools. It is the intent of the district to upgrade current equipment.
1.4
The intent of this system shall be to provide telephones and voicemail services to every classroom
and office from a centralized system located on the main campus.
1.5
The Contractor will be responsible to furnish, set in place, and install all equipment. The installation
process includes, but is not limited to the following:
1.5.1
1.5.2
1.5.3
1.5.4
Inventory receipt of all equipment.
Store all equipment until the equipment is installed according to specifications.
Transport equipment to District install location.
Assemble and install all equipment, maintain inventory and status documents and discard
packaging.
2.
Worksites
2.1
Donley Elementary School
2961 E. Lake Lansing Rd.
2.2
East Lansing High School
509 Burcham Dr.
2.3
Glencairn Elementary School
939 N. Harrison Road
2.4
MacDonald Middle School
1601 Burcham Dr.
2.5
Marble Elementary School
729 N. Hagadorn Rd.
2.6
Pinecrest Elementary School
1811 Pinecrest Dr.
2.7
Red Cedar Elementary School
1110 Narcissus Dr.
2.8
Spartan Village Elementary School
1460 Middlevale Rd.
2.9
Whitehills Elementary School
621 Pebblebrook Lane.
2.10
Administration Building
841 Timberlane
3.
Acceptable Manufacturers:
3.1
AT&T, Lucent, Avaya
Communications by Design, Inc.
All Rights Reserved
53
East Lansing Public Schools
Technology Request for Proposal
4.
Scope of Work
4.1
Current Equipment Inventory
East Lansing High School
DEFINITY Equipment Inventory
Description
Slot
Slot
Processor TN790
Processor Interface TN765
Network Control TN777B
Tone Clock TN768
Cabinet A
Tone Detector TN748B
Eight Port Digital Line TN754B
Eight Port Digital Line TN754B
Sixteen Port Analog Line TN746B
Sixteen Port Analog Line TN746B
Eight Port Central Office Trunk TN747B
Eight Port Central Office Trunk TN747B
DS1 T-1 Trunk TN767B
DS1 T-1 Trunk TN767B
DS1 T-1 Trunk TN767B
1
2
3
4
5
6
7
8
9
10
Cabinet B
Tone Detector TN748D
Eight Port Digital Line TN754B
Eight Port Digital Line TN754B
Sixteen Port Analog Line TN746B
Sixteen Port Analog Line TN746B
Sixteen Port Analog Line TN746B
Sixteen Port Analog Line TN746B
1
2
3
4
5
6
7
Open
Open
Open
Open
Eight Port Direct Inward Dial Trunk TN753
Eight Port Direct Inward Dial Trunk TN753
Eight Port Central Office Trunk TN747B
Eight Port Central Office Trunk TN747B
DS1 T-1 Trunk TN767B
DS1 T-1 Trunk TN767E
DS1 T-1 Trunk TN767B
8
9
10
11
12
13
14
15
16
17
18
Communications by Design, Inc.
All Rights Reserved
54
Cabinet C
Tone Detector TN748D
Eight Port Digital Line TN754B
Eight Port Digital Line TN754B
Sixteen Port Analog Line TN746B
Sixteen Port Analog Line TN746B
Sixteen Port Analog Line TN746B
Sixteen Port Analog Line TN746B
Sixteen Port Analog Line TN746B
Sixteen Port Analog Line TN746B
Open
Open
Eight Port Direct Inward Dial Trunk TN753
Eight Port Direct Inward Dial Trunk TN753
Eight Port Central Office Trunk TN747B
Eight Port Central Office Trunk TN747B
DS1 T-1 Trunk TN767B
DS1 T-1 Trunk TN767E
DS1 T-1 Trunk TN767B
12 Port Intuity Audix Voice Mail 375
Mailboxes
East Lansing Public Schools
Technology Request for Proposal
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
Spartan Village Elementary
Merlin Equipment Inventory
Description
Slot
Cabinet One
Processor
Line Numbers
Line
6520
1
6521
2
6522
3
008 MLX Circuit Card
1
6525
4
800 GS/LS Circuit Card
2
6438
5
012 T/R Circuit Card
3
6527
6
012 T/R Circuit Card
4
Paging Port
7
012 T/R Circuit Card
5
Cabinet Two
100 DS1 T-1 Circuit Card
1
Open
2
Open
3
Open
4
Open
5
Open
6
Red Cedar Elementary
Merlin Equipment Inventory
Description
Cabinet One
Slot
Numbers
Processor
Line
6490
1
800 GS/LS Circuit Card
1
6491
2
408 GS/LS MLX Circuit Card
2
6492
3
012 T/R Circuit Card
3
6494
4
012 T/R Circuit Card
4
6497
012 T/R Circuit Card
5
6597
Mod.
6
Page Port
Cabinet Two
100 DS1 T-1 Circuit Card
1
Open
2
Open
3
Open
4
Open
5
Open
6
Communications by Design, Inc.
All Rights Reserved
55
East Lansing Public Schools
Technology Request for Proposal
Glencairn Elementary
Merlin Equipment Inventory
Description
Slot
Line
Cabinet One
Numbers
Processor
7930-1
1
800 GS/LS Circuit Card
1
7930-2
2
408 GS/LS MLX Circuit Card
2
7930-3
3
012 T/R Circuit Card
3
7930-4
4
012 T/R Circuit Card
4
7930-5
5
100 DS1 T-1 Circuit Card
5
7930-6
6
7930-7
7
7930-8
8
Pinecrest Elementary
Merlin Equipment Inventory
Description
Slot
Cabinet One
Numbers
Processor
Line
6480
1
008 MLX Circuit Card
1
6481
2
800 GS/LS Circuit Card
2
6482
3
012 T/R Circuit Card
3
6483
4
012 T/R Circuit Card
4
8280
5
012 T/R Circuit Card
5
Page Port
6
Cabinet Two
100 DS1 T-1 Circuit Card
1
Open
2
Open
3
Open
4
Open
5
Open
6
Communications by Design, Inc.
All Rights Reserved
56
East Lansing Public Schools
Technology Request for Proposal
Whitehills Elementary
Merlin Equipment Inventory
Description
Slot
Cabinet One
Numbers
Processor
Line
6550
1
008 MLX Circuit Card
1
6551
2
800 GS/LS Circuit Card
2
6552
3
012 T/R Circuit Card
3
6563
4
012 T/R Circuit Card
4
6427
5
012 T/R Circuit Card
5
6428
6
Cabinet Two
100 DS1 T-1 Circuit Card
1
Open
2
Open
3
Open
4
Open
5
Open
6
Donley Elementary
Merlin Equipment Inventory
Description
Slot
Cabinet One
Processor
Numbers
Line
6560
1
6561
2
008 MLX Circuit Card
1
6562
3
800 GS/LS Circuit Card
2
6564
4
012 T/R Circuit Card
3
6565
5
012 T/R Circuit Card
4
6566
6
012 T/R Circuit Card
5
6569
7
Cabinet Two
100 DS1 T-1 Circuit Card
1
Open
2
Open
3
Open
4
Open
5
Open
6
Communications by Design, Inc.
All Rights Reserved
57
East Lansing Public Schools
Technology Request for Proposal
Marble Elementary
Merlin Equipment Inventory
Description
Slot
Numbers
Line
Six Lines on System
1
Cabinet One
2
Processor
3
800 GS/LS Circuit Card
1
4
408 GS/LS MLX Circuit Card
2
5
012 T/R Circuit Card
3
6
012 T/R Circuit Card
4
012 T/R Circuit Card
5
Cabinet Two
100 DS1 T-1 Circuit Card
1
Open
2
Open
3
Open
4
Open
5
Open
6
MacDonald Middle School
Merlin Equipment Inventory
Description
Slot
Cabinet One
Numbers
6588
Processor
6589
408 MLX Circuit Card
1
6582
800 GS/LS Circuit Card
2
6583
012 T/R Circuit Card
3
6584
012 T/R Circuit Card
4
6585
012 T/R Circuit Card
5
6580
6581
Cabinet Two
12 Lines on System
012 T/R Circuit Card
1
012 T/R Circuit Card
2
100 DS1 T-1 Circuit Card
3
012 T/R Circuit Card
4
Open
5
Open
6
Communications by Design, Inc.
All Rights Reserved
58
East Lansing Public Schools
Technology Request for Proposal
Line
4.2
The Contractor shall be responsible for providing and installing the Merlin Legend Release 7
Software. The District intends to reuse existing station sets and cards.
4.3
The Contractor shall be responsible for providing and installing new fiber optic modems (part
number 8804-035) at each sight.
4.4
The Contractor shall be responsible for providing the following for the existing DEFINITY System:
4.4.1
4.4.2
4.4.3
4.4.4
4.4.5
4.4.6
4.4.7
4.4.8
DEFINITY upgrade to Release 9.5
DEFINITY BCS Package Cabinet including ESCC cabinet, 1-24 port digital circuit card, 1-24
port analog circuit card and 1-DS1 / T-1 circuit card.
DEFINITY RTU Offer B Call Center
DEFINITY BCS RTU Centralized Voice Mail
DEFINITY C-LAN CIRCUIT CARD
AVAYA Site Administration
DEFINITY XCOMM 110W/110 Cable
Fiber Optic Modem (part number 8804-035).
4.5
The Contractor shall be responsible for providing and installing the following for the existing Intuity
Voice Mail Upgrade:
4.5.1
Intuity Audix RTU additional mailboxes-100
4.5.2
Intuity Audix Velocity M5P Upgrade 300 x 12
4.5.3
Intuity Audix RTU additional mailboxes-25
4.6
As a vital part of the installation of the new hardware and software, the Contractor shall conduct
departmental interviews throughout the District. The purpose of the interviews will be to discuss
current telephone usage, changes with the new upgrades, and suggestions for improvements. The
interviews will be conducted before the upgrades are begun at each school.
4.7
Each school voice system shall be connected to the Ethernet WAN via a single mode fiber optic
cable (provided by others.)
4.8
The general intent of this project is to establish a single, integrated communications system. The
PBX/Key systems will be used to provide voice communication services for the District. The
system must be capable of providing 4-digit dialing to each telephone within the District’s voice
system.
4.9
The system must be capable of accessing DID lines, Tie lines, OPX/OPS lines, Centrex lines
and/or digital T1 facilities.
4.10
The headend location will capable of interfacing with a minimum of two (2) T-1s.
4.11
The PBX/Key Systems must be non-blocking, utilize touch tone service, require a small footprint,
provide for 50% growth on the basis of “Platform Architecture”, and be able to provide connectivity
to Digital T1 and ISDN Networks.
4.12
The PBX/Key System(s) must be capable of and equipped for remote access for routine moves,
adds and changes. The PBX System(s) must be capable of and equipped for Remote Diagnostic
Analysis.
4.13
The District wishes to administrate their own system and perform simple moves, adds and
changes. The Contractor must demonstrate the ease of performing moves, adds and changes. The
Contractor must also be prepared to demonstrate other administrative software (Traffic Reports,
System Inventory, Extension Directory, etc.) and indicate if included, available at additional cost or
if unavailable.
4.14
The system will be capable of initiating and sustaining a conference call for up to 5 different parties
(both internal as well as external participants).
4.15
The Contractor shall provide and install telephone station sets in the type and quantity indicated in
the PHONE SYSTEM COST ANALYSIS FORM.
Communications by Design, Inc.
All Rights Reserved
59
East Lansing Public Schools
Technology Request for Proposal
5.
Document Recording
5.2
The Contractor shall provide full documentation of components installed on both a 3.5” diskette and
8.5 x 11 paper.
5.3
The Contractor shall maintain a complete set of “as built” documents and drawings throughout the
course of the installation. Upon completion of the project, the document will be submitted to the
Owner.
5.4
The “as built” documents shall include all approved changes or deviations from the original
specifications.
5.5
The documentation scheme should be flexible enough to handle current and future networking
systems.
6.
Maintenance Agreement
6.1
The Contractor shall provide the District for a period of three (3) years the following services
without charge to the District:
6.1.1
On-site hardware and software maintenance to repair or replace any malfunctioning
installed component. Any replaced component must be approved by the District.
6.1.2
The Contractor shall provide the following response times for all malfunctioning equipment:

Four (4) hours or less for matters that render 20% of the users unable to maintain
50% of normal productivity.

Two (2) business days for matters not meeting the above criteria.

Response time shall be measured from the time the Contractor is notified by the
District to the time work is begun to resolve the matter.
6.1.3
Telephone engineering support to assist the District with current and future configuration and
design support.
6.1.4
Provide on-site hardware and software upgrades annually to maintain evolving standards.
--End of Section--
Communications by Design, Inc.
All Rights Reserved
60
East Lansing Public Schools
Technology Request for Proposal
Technology Specifications—Zone Paging
1.
General
1.1
It is the intent of the District to install a zone paging systems in the High School, Middle School and
Administration Buildings.
1.2
The Contractor shall furnish all labor, equipment, supplies and materials and perform all operations
necessary for a “turnkey” and fully complete zone paging system.
1.3
The work shall include, but not be limited to, the following:
1.3.1
1.3.2
1.3.3
1.3.4
1.3.5
1.3.6
1.3.7
Furnish conductors and cables.
Install cabinets and enclosures.
Provide and install speakers as indicated in building blue prints.
Interface to auditorium, gymnasium and cafeteria sound systems.
Integrate with building telephone system.
Connect to master clock system and provide hourly tones.
Provide CPU, amplifiers, and all components necessary for zone paging system.
2.
Work Sites
2.1
East Lansing High School
509 Burcham Drive
2.2
MacDonald Middle School
1601 Burcham Drive
2.3
East Lansing Administrative Offices
841 Timberlane
3.
Acceptable Vendors
3.1
DuKane
3.2
Bogen
3.3
Simplex
3.4
Other acceptable vendors
4.
System Specifications
4.1
The system must be configured to provide up to ten (10) paging zones and be capable of growing
in increments of three (3) zones.
4.2
The system must be capable of providing not less than twenty (20) paging groups each consisting
of one (1) to ten (10) zones.
4.3
The system must be capable of activating a high voltage ring signal or contact closure supplied by
the telephone system.
4.4
The system must be capable of an all facility page override. This feature shall be activated through
a loop start trunk or contact closure. It shall override the normal paging function of the system,
sound an alert tone in all zones, and open an audio channel for voice page.
Communications by Design, Inc.
All Rights Reserved
61
East Lansing Public Schools
Technology Request for Proposal
4.5
The paging system shall be designed for direct connection to loop start or ground start trunks, to a
Key System paging ports supplying DTMF capabilities and to analog CENTREX /CENTRONET
lines.
4.7
The installed amplifier shall be sized to meet the requirements of each building. The amplifier shall
provide less than 0.5% total harmonic distortion from 20 to 20,000Hz at an input of 500mV. The
amplifier shall drive 25 and 70 volt lines and provide a 600 ohm low impedance circuit for bridging
into other systems.
4.8
Cable shall be provided for all speaker, control, interface and bridging circuits. Cable shall be 20
AWG shielded twisted pair. The cable shall be listed NEC type CMR and shall meet UL standards.
4.9
The Zone Paging Systems shall be installed on a 19” equipment racks provided by others.
5.
Speakers and Installation
5.1
Contractors shall provide and install flush mount, ceiling speakers in classrooms and corridors as
indicated on building blue prints.
5.2.
Speakers shall meet or exceed the following specifications:
5.2.1. 8 inch cone speaker with a 13” diameter steel ceiling grille.
5.2.2. Speakers shall be finished with white enamel finish.
5.2.3. Power rating:
1 watt continuous
5.2.4. Frequency Response:
50Hz to 12kHz
5.2.5. Impedance:
4900-ohms (for use on 70V amplifier outputs)
5.3.
Contractors shall install 20 AWG shielded twisted pair. The cable shall be listed NEC type CMR
and shall meet UL standards.
5.4.
Classroom speakers will be connected to the building-wide paging system as well as the individual
classroom paging system.
5.5.
Individual classroom paging system amplifiers are not a part of this RFP.
5.6.
Classroom speakers shall be cabled from the speaker back to the building amplifier located at the
building head end. Classroom speaker shall also be cabled from the speaker to the classroom
amplifier. See “Paging System Diagram”.
6.
Document Recording
6.1
The Contractor shall provide full documentation of components installed on both a 3.5” diskette and
8.5 x 11 paper.
6.2
The Contractor shall maintain a complete set of “as built” documents and drawings throughout the
course of the installation. Upon completion of the project, the document will be submitted to the
Owner.
6.3
The “as built” documents shall include all approved changes or deviations from the original
specifications.
6.4
The documentation scheme should be flexible enough to handle current and future networking
systems.
7.
Maintenance Agreement
7.1
The Contractor shall provide the District for a period of three (3) years the following services
without charge to the District:
Communications by Design, Inc.
All Rights Reserved
62
East Lansing Public Schools
Technology Request for Proposal
7.1.1
On-site hardware and software maintenance to repair or replace any malfunctioning
installed component. Any replaced component must be approved by the District.
7.1.2
The Contractor shall provide the following response times for all malfunctioning
equipment:

Four (4) hours or less for matters that render 20% of the users unable to maintain
50% of normal productivity.

Two (2) business days for matters not meeting the above criteria.

Response time shall be measured from the time the Contractor is notified by the
District to the time work is begun to resolve the matter.
7.1.3
Telephone engineering support to assist the District with current and future configuration
and design support.
7.1.4
Provide on-site hardware and software upgrades annually to maintain evolving standards.
--End of Section--
Communications by Design, Inc.
All Rights Reserved
63
East Lansing Public Schools
Technology Request for Proposal
Intent to Bid Form
Please submit the following form if you intend to bid. Forms must be received on or before
February 8, 2002. Only bidders which have returned the “Intent to Bid Form” will be notified of
any addendum to this RFP.
Company Name
_________________________________________
Address
_________________________________________
_________________________________________
_________________________________________
Contact Name
_________________________________________
Phone No.
_________________________________________
Fax. No.
_________________________________________
E-Mail Address
_________________________________________
Portions of the bid in which you will be responding:
All sections of RFP
WAN Installation
LAN Installation
Coaxial Installation
Network Electronics
Wireless LAN
Workstations
Printers
Multimedia Projectors
Telephone System
Zone Paging
Please submit form to:
Sara Easter
Communications by Design, Inc.
616-676-4102 Fax
seaster@cbdconsulting.com
Communications by Design, Inc.
All Rights Reserved
64
East Lansing Public Schools
Technology Request for Proposal
QUESTIONNAIRE “A”
***ALL QUESTIONNAIRES MUST BE COMPLETED BY EACH CONTRACTOR AND SUBCONTRACTOR***
Name of
Company____________________________________________________________________________________
Service to
Be Provided__________________________________________________________________________________
1.
How long has your company been in business in the industry in which you will provide
services to East Lansing Public Schools?
2.
How many people are employed by your company?
3.
How many employees of your company are designated for service work?
4.
What is the average years of experience of your company’s service personnel in the industry
in which you will provide services to ELPS?
5.
How many customers does your company currently service?
6.
How many of these customers did your company install?
7.
Please list uncompleted work under other contracts scheduled for installation during the time
frame outlined for this project.
CUSTOMER NAME
OR
JOB NO.(1,2,3,ETC.)
DOLLAR
VALUE OF
PROJECT
INSTALLATION
TIME FRAME
START
FINISH
START
FINISH
START
FINISH
START
FINISH
9. Please list any special capabilities or qualifications that you would like considered in
evaluating your company.
Communications by Design, Inc.
All Rights Reserved
65
East Lansing Public Schools
Technology Request for Proposal
QUESTIONNAIRE “B”
***ALL QUESTIONNAIRES MUST BE COMPLETED BY EACH CONTRACTOR AND SUBCONTRACTOR***
1. Name of Company
______________________________________________________
2. Please indicate your guaranteed service response time for the following conditions:
WARRANTY
COVERAGE
a.
Emergency Service
b.
Normal Service
c.
Moves, Adds & Changes



MAINTENANCE
CONTRACT
TIME &
MATERIALS
Emergency Conditions for hardware/software/middle ware are defined as 20% of the
employees unable to complete 50% of daily work responsibilities.
Emergency Conditions for telephones are defined as failure of 25% of all Trunk Ports,
25% of all Station Ports or the Attendant Console/Central Answering Position phone.
Normal Conditions are defined as failures of less affect than Emergency Conditions.
3. Please state your hourly service charges for the following coverage:
UNDER A MAINTENANCE CONTRACT
BUSINESS HOURS
AFTER HOURS
a.
Emergency Service
b.
Normal Service
c.
Moves, Adds & Changes
TIME AND MATERIALS COVERAGE
BUSINESS HOURS
AFTER HOURS
a.
Emergency Service
b.
Normal Service
c.
Moves, Adds & Changes
4. Please identify the following information regarding service response capabilities.
a.
Address of the Dispatch Center:
b.
Phone Number for the Dispatch Center (Service Number).
c.
Address of the Office/location from where technicians will have to travel to
provide service to this customer.
Communications by Design, Inc.
All Rights Reserved
66
East Lansing Public Schools
Technology Request for Proposal
QUESTIONNAIRE “B”
(continued)
5. Please check the appropriate response regarding Hourly Rates:
Hourly Rate is calculatedPortal to Portal
On Customer Premise
6. Please indicate the Minimum Charge (Hours) for all service types:
7. Please indicate any long term service agreements and guaranteed pricing that you are
proposing for this customer.
8. Please indicate the amount and type of installation work that will be performed by
subcontracted workers (those not on your payroll) in the installation of your proposed
system(s) for this customer.
Sub-Contractor
Name
Communications by Design, Inc.
All Rights Reserved
Address
67
Phone
Work to be
Performed
East Lansing Public Schools
Technology Request for Proposal
Campus WAN—Fiber Optic
Cost Analysis Form
Fiber
Manufacturer
From: Admin. Building
Fiber
Count
Number
of Feet
Installation
Total
Cost
6 strands
To: High School
From: Marble Elementary
6 strands
To: Donley Elementary
From: Marble Elementary
12 strands
To: High School
From: High School
12 strands
To: Glencairn Elementary
From: Glencairn Elem.
6 strands
To: Saginaw St. / Harrison
Intersection
From: Saginaw St. /
Harrison Intersection
To: Coolidge St. / Daisy St,
Intersection
6 strands
Grand Total
$
** All Bidders must provide line item configurations, including manufacturer name, part
numbers, and individual line item cost on each component bid. Separate costs for
configuration, on-site installation, and shipping should be provided. Failure to provide
this information may disqualify your bid.
Communications by Design, Inc.
All Rights Reserved
68
East Lansing Public Schools
Technology Request for Proposal
Local Area Network Cabling
Cost Analysis Form
Equipment Description
Total # of
Drops
Material Cost
Extended
Price
Labor Cost
*Price per Drop
Donley Elementary
East Lansing High
Glencairn Elementary
MacDonald Middle
Marble Elementary
Pinecrest Elementary
Red Cedar Elementary
Spartan Village Elem.
Whitehills Elementary
Admin. Offices
Grand Total
Dimensions
Height
Width
Rails
Base
Composition
Finish
Power Strip
Electrical Ground
Doors
Circulation Fan
Cost Per Rack
Cost to Install
$
Rack “A”
84”
19”
Single
Rack “B”
84”
19”
Dual
Rack “C”
48”
19”
Single
Self Supporting
Self Supporting
Mounted to wall
Structural Grade
Aluminum
Brushed Aluminum
10 Position Vertical
To each rack
None
None
$
$
Structural Grade
Aluminum
Brushed Aluminum
10 Position Vertical
To each rack
Glass
Yes
$
$
Structural Grade
Aluminum
Brushed Aluminum
10 Position Vertical
To each rack
None
None
$
$
Rack “D”
96”
19”
Dual
Self Supporting on
Casters
Structural Grade
Aluminum
Brushed Aluminum
10 Position Vertical
To each rack
Yes
Yes
$
$
** All Bidders must provide line item configurations, including manufacturer name, part
numbers, and individual line item cost on each component bid. Separate costs for
configuration, on-site installation, and shipping should be provided. Failure to provide
this information may disqualify your bid.
Communications by Design, Inc.
All Rights Reserved
69
East Lansing Public Schools
Technology Request for Proposal
Data Network Electronics
Cost Analysis Form
Network Electronics
Equipment Description
Location
Manufacturer
Quan.
Unit
Price
Aggregate
Price
Margin over
Cost
Donley Elementary
East Lansing High School
Glencairn Elementary School
MacDonald Middle School
Marble Elementary School
Pinecrest Elementary
Red Cedar Elementary
Spartan Village Elementary
Whitehills Elementary
Administration Building
Network Management
Desktop Station
Network Management Laptop
Station
Grand Total
$
** All Bidders must provide line item configurations, including manufacturer name, part
numbers, and individual line item cost on each component bid. Separate costs for
configuration, on-site installation, and shipping should be provided. Failure to provide
this information may disqualify your bid.
Communications by Design, Inc.
All Rights Reserved
70
East Lansing Public Schools
Technology Request for Proposal
Local Area Network—Wireless
Cost Analysis Form
Location
Equipment
Description
Manufacturer
Quantity
Unit
Price
Aggregate
Price
Margin over
Cost
Donley Elementary
Workgroup
Switches
Access Nodes
Mast Antennae
Cat. 5 cabling
Misc.
Misc.
Misc.
Installation
Maintenance
East Lansing High
Workgroup
Switches
Access Nodes
Mast Antennae
Cat. 5 cabling
Misc.
Misc.
Misc.
Installation
Maintenance
Glencairn
Elementary
Workgroup
Switches
Access Nodes
Mast Antennae
Cat. 5 cabling
Misc.
Misc.
Misc.
Installation
Maintenance
Communications by Design, Inc.
All Rights Reserved
71
East Lansing Public Schools
Technology Request for Proposal
MacDonald Middle
School
Workgroup
Switches
Access Nodes
Mast Antennae
Cat. 5 cabling
Misc.
Misc.
Misc.
Installation
Maintenance
Marble Elementary
Workgroup
Switches
Access Nodes
Mast Antennae
Cat. 5 cabling
Misc.
Misc.
Misc.
Installation
Maintenance
Pinecrest
Elementary
Workgroup
Switches
Access Nodes
Mast Antennae
Cat. 5 cabling
Misc.
Misc.
Misc.
Installation
Maintenance
Red Cedar
Elementary
Workgroup
Switches
Access Nodes
Mast Antennae
Communications by Design, Inc.
All Rights Reserved
72
East Lansing Public Schools
Technology Request for Proposal
Cat. 5 cabling
Misc.
Misc.
Misc.
Installation
Maintenance
Spartan Village
Elementary
Workgroup
Switches
Access Nodes
Mast Antennae
Cat. 5 cabling
Misc.
Misc.
Misc.
Installation
Maintenance
Whitehills
Elementary
Workgroup
Switches
Access Nodes
Mast Antennae
Cat. 5 cabling
Misc.
Misc.
Misc.
Installation
Maintenance
Adminstration
Building
Workgroup
Switches
Access Nodes
Mast Antennae
Cat. 5 cabling
Misc.
Misc.
Misc.
Communications by Design, Inc.
All Rights Reserved
73
East Lansing Public Schools
Technology Request for Proposal
Installation
Maintenance
Grand Total
$
** All Bidders must provide line item configurations, including manufacturer name, part
numbers, and individual line item cost on each component bid. Separate costs for
configuration, on-site installation, and shipping should be provided. Failure to provide
this information may disqualify your bid.
Communications by Design, Inc.
All Rights Reserved
74
East Lansing Public Schools
Technology Request for Proposal
Video Coaxial Network
Cost Analysis Form
Equipment
Description
Location
Manufacturer
Unit
Price
Quantity
Aggregate
Price
East Lansing High
School
Maintenance
Installation
MacDonald Middle
School
Maintenance
Installation
Administration Building
Maintenance
Installation
Grand Total
$
** All Bidders must provide line item configurations, including manufacturer name, part
numbers, and individual line item cost on each component bid. Separate costs for
configuration, on-site installation, and shipping should be provided. Failure to provide
this information may disqualify your bid.
Communications by Design, Inc.
All Rights Reserved
75
East Lansing Public Schools
Technology Request for Proposal
Digital Video
Cost Analysis Form
Equipment
Description
Manufacturer
Quantity
Unit
Price
Aggregate
Price
Margin over
Cost
1.
2.
3.
4.
5.
6.
7.
** All Bidders must provide line item configurations, including manufacturer name, part
numbers, and individual line item cost on each component bid. Separate costs for
configuration, on-site installation, and shipping should be provided. Failure to provide
this information may disqualify your bid.
Communications by Design, Inc.
All Rights Reserved
76
East Lansing Public Schools
Technology Request for Proposal
File Server
Cost Analysis Form-1
Configuration “A”
File Servers--Quantity Required (3)
Description
Manufacturer
Part #
Cost
Margin
over
Cost
Intel Processor Pentium III 1GHz
2MG/4MB full-speed Level 3 cache
2GB RAM (RDRAM not acceptable)
1.44 MB, 3.5” Floppy Drive
Three (3) 36GB RAID 5 Hard Drives with Smart
Array Controller
512K Level 2 Cache
Up to eight (8) 64-bit/66MHz PCI slots
48x – 20x CD ROM Drive
Four total bays (two hot-swappable)
Two (2) GB Ethernet Adapter cards
Two (2) RS-232 Serial Ports
One (1) Parallel Port
One (1) Mouse port and Mouse
15GB SCSI-2 DAT Back-up
Six (6) Media Bays in unit before configuration
2 x 800W hot swap power supplies
800W hot plug cooling fans
Novell Standard DOS
Cheyenne ARCSERVE on CD Media
Antivirus software for all software components
Cost per Unit:
Configuration:
On-Site Installation:
Shipping:
Total cost per installed unit:
** All Bidders must provide line item configurations, including manufacturer name, part
numbers, and individual line item cost on each component bid. Separate costs for
configuration, on-site installation, and shipping should be provided. Failure to provide
this information may disqualify your bid.
Communications by Design, Inc.
All Rights Reserved
77
East Lansing Public Schools
Technology Request for Proposal
File Server
Cost Analysis Form-2
Configuration “B”
File Servers--Quantity Required (4)
Description
Manufacturer
Part #
Cost
Margin
over
Cost
Two (2) Intel Processor Pentium III 1GHz
2MG/4MB full-speed Level 3 cache
4GB RAM (RDRAM not acceptable)
1.44 MB, 3.5” Floppy Drive
Four (4) 72GB RAID 5 Hard Drives with Smart
Array Controller
512K Level 2 Cache
Up to eight (8) 64-bit/66MHz PCI slots
48x – 20x CD ROM Drive
Four total bays (two hot-swappable)
Two (2) GB Ethernet Adapter cards
Two (2) RS-232 Serial Ports
One (1) Parallel Port
One (1) Mouse port and Mouse
15GB SCSI-2 DAT Back-up
Six (6) Media Bays in unit before configuration
2 x 800W hot swap power supplies
800W hot plug cooling fans
Novell Standard DOS
Cheyenne ARCSERVE on CD Media
Antivirus software for all software components
Cost per Unit:
Configuration:
On-Site Installation:
Shipping:
Total cost per installed unit:
** All Bidders must provide line item configurations, including manufacturer name, part
numbers, and individual line item cost on each component bid. Separate costs for
configuration, on-site installation, and shipping should be provided. Failure to provide
this information may disqualify your bid.
Communications by Design, Inc.
All Rights Reserved
78
East Lansing Public Schools
Technology Request for Proposal
File Server
Cost Analysis Form-3
Configuration “C”
File Servers--Quantity Required (1)
Description
Manufacturer
Part #
Cost
Margin
over
Cost
Four (4) Intel Processor Pentium III 1GHz
2MG/4MB full-speed Level 3 cache
8GB RAM (RDRAM not acceptable)
1.44 MB, 3.5” Floppy Drive
Four (4) 72GB RAID 5 Hard Drives with Smart
Array Controller
512K Level 2 Cache
Up to eight (8) 64-bit/66MHz PCI slots
48x – 20x CD ROM Drive
Four total bays (two hot-swappable)
Two (2) GB Ethernet Adapter cards
Two (2) RS-232 Serial Ports
One (1) Parallel Port
One (1) Mouse port and Mouse
15GB SCSI-2 DAT Back-up
Six (6) Media Bays in unit before configuration
4 x 800W hot swap power supplies
800W hot plug cooling fans
Novell Standard DOS
Cheyenne ARCSERVE on CD Media
Antivirus software for all software components
Cost per Unit:
Configuration:
On-Site Installation:
Shipping:
Total cost per installed unit:
** All Bidders must provide line item configurations, including manufacturer name, part
numbers, and individual line item cost on each component bid. Separate costs for
configuration, on-site installation, and shipping should be provided. Failure to provide
this information may disqualify your bid.
Communications by Design, Inc.
All Rights Reserved
79
East Lansing Public Schools
Technology Request for Proposal
File Server
Cost Analysis Form-4
Server Peripherals
Equipment Description
Manufacturer
Quantity
Unit
Price
Aggregate
Price
Tape Back-Up System
1.
2.
3. Installation
4. 3-year maintenance
Tape Back-Up System Total
$
Server I/O Switching
Subsystem
1..
2.
3. Installation
4. 3-year maintenance
Switching Subsystem Total
$
Grand Total
$
File Server Total
Equipment Description
Quantity
Configuration “A”
3
Configuration “B”
4
Configuration “C”
1
Unit
Price
Aggregate
Price
Tape Back-Up System
Server I/O Switching
Subsystem
File Server Grand Total
Communications by Design, Inc.
All Rights Reserved
80
East Lansing Public Schools
Technology Request for Proposal
Workstation
Cost Analysis Form
Workstation
Description
Manufacturer
Part #
Cost
over
Margin
Cost
Intel Pentium III Processor (or greater)
CPU clock speed of 1 GHz or faxter
512 MB RAM
PCI Local bus
One (1) AGP slot
One (1) available RS-232 serial port after config.
One (1) parallel port
One (1) PS/2 mouse port
32 MB Video RAM
One (1) CDRW / DVD drive
Creative labs sound card
One (1) 20GB Hard Drive
One (1) 10/100 Base-TX PCI Ethernet Adapter
17” monitor
104 key keyboard
Microsoft or Logitech scrolling wheel mouse
Mouse pad
Windows 2000
Office 2000 Installation
Cost per Unit:
Configuration:
On-Site Installation:
Shipping:
Total cost per installed unit:
Grand Total (cost per machine x 540 total units)
Wireless Ethernet Adapter
$
Manufacturer
Part #
Cost
** All Bidders must provide line item configurations, including manufacturer name, part
numbers, and individual line item cost on each component bid. Separate costs for
configuration, on-site installation, and shipping should be provided. Failure to provide
this information may disqualify your bid.
Communications by Design, Inc.
All Rights Reserved
81
East Lansing Public Schools
Technology Request for Proposal
Laptop
Cost Analysis Form
Laptop
Description
Manufacturer
Part #
Cost
Cost
over
Margin
Intel Pentium III
CPU clock speed of 1 GHz or faxter
512 MB RAM
PCI Local bus
One (1) AGP slot
One (1) available RS-232 serial port after config.
One (1) parallel port
One (1) PS/2 mouse port
16 MB Video RAM
One (1) 10GB hard drive
One (1) 5x bootable DVD ROM drive
Creative labs sound card
One (1) 10/100 Base-TX PCI Ethernet Adapter
13.3-inch, SVGA Active Matrix viewable monitor
Integrated mouse
Windows 2000
Office 2000 Installation
One (1) spare battery with charger
Cost per Unit:
Configuration:
On-Site Installation:
Shipping:
Total cost per installed unit:
Grand Total (cost per machine x 215 total units)
Wireless Ethernet Adapter
Communications by Design, Inc.
All Rights Reserved
$
Manufacturer
82
Part #
Cost
East Lansing Public Schools
Technology Request for Proposal
Printer
Cost Analysis Form
Equipment
Description
Manufacturer
Quantity
HP LaserJet
8000 (or
equivalent)
19
HP Color
LaserJet
4500N (or
equivalent)
10
HP LaserJet
1200 with
external
JetDirect(or
equivalent)
20
Unit
Price
Aggregate
Price
Margin over
Cost
Network Printer
1. Installation
2. Maintenance
3. Total
Color Printer
1. Installation
2. Maintenance
3. Total
Office Printer
1. Print Driver
20
2. Installation
3. Maintenance
4. Total
Grand Total
$
** All Bidders must provide line item configurations, including manufacturer name, part
numbers, and individual line item cost on each component bid. Separate costs for
configuration, on-site installation, and shipping should be provided. Failure to provide
this information may disqualify your bid.
Communications by Design, Inc.
All Rights Reserved
83
East Lansing Public Schools
Technology Request for Proposal
Phone System
Cost Analysis Form-1
Merlin Legend Upgrades
Item
Manufacturer
Unit
Price
Quan.
Aggregate
Price
Merlin Legend Release 7 Software
8
$
Fiber Optic Modem (FOM-E1/T1)
8
$
Installation
8
$
$
Maintenance
8
$
$
$
$
Total
$
Definity Upgrade
Item
Manufacturer
Unit
Price
Quan.
DEFINITY BCS Package Cabinet:
ESCC Cabinet
1-24 Port Digital Circuit Card
1-24 Port Analog Circuit Card
1-DS1 T-1 Circuit Card
1
DEFINITY RTU Offer B Call Center
1
$
Aggregate
Price
$
DEFINITY BCS RTU Centralized
Voice mail
DEFINITY BCS RTU ESCC
DEFINITY C-LAN Circuit Card
AVAYA Site Administration
DEFINITY XCONN 110 W/110 Cable
Fiber Optic Modem (FOM-E1/T1)
$
Installation
$
$
$
$
Maintenance
8
Total
$
$
** All Bidders must provide line item configurations, including manufacturer name, part numbers, and
individual line item cost on each component bid. Separate costs for configuration, on-site installation, and
shipping should be provided. Failure to provide this information may disqualify your bid.
Communications by Design, Inc.
All Rights Reserved
84
East Lansing Public Schools
Technology Request for Proposal
Phone System
Cost Analysis Form-2
Intuity Upgrades
Item
Manufacturer
Unit
Price
Quan.
Intuity Audix RTU Additional
Mailboxes 100
Intuity Audix Veolcity M5P Upgrade
300 x 12
Intuity Audix RTU Additional
Mailboxes 25
1
$
1
$
Aggregate
Price
$
$
1
Installation
1
$
$
Maintenance
1
$
$
Total
$
Phone System
Grand Total
Item
Unit
Price
Quan.
Merlin Legend Upgrade
8
$
Definity Upgrade
1
$
Intuity Audix Upgrade
1
$
Grand Total
Aggregate
Price
$
$
$
$
** All Bidders must provide line item configurations, including manufacturer name, part numbers, and
individual line item cost on each component bid. Separate costs for configuration, on-site installation, and
shipping should be provided. Failure to provide this information may disqualify your bid.
Communications by Design, Inc.
All Rights Reserved
85
East Lansing Public Schools
Technology Request for Proposal
Zone Paging
Cost Analysis Form
Equipment
Description
Location
Manufacturer
Unit
Price
Quantity
Aggregate
Price
East Lansing High
School
Speakers
206
Maintenance
Installation
MacDonald Middle
School
Speakers
134
Maintenance
Installation
Administration Building
Speakers
22
Maintenance
Installation
Grand Total
$
** All Bidders must provide line item configurations, including manufacturer name, part numbers, and
individual line item cost on each component bid. Separate costs for configuration, on-site installation, and
shipping should be provided. Failure to provide this information may disqualify your bid.
Communications by Design, Inc.
All Rights Reserved
86
East Lansing Public Schools
Technology Request for Proposal
CONTRACTOR COST ANALYSIS FORM
FINAL LUMP SUM PRICING
The undersigned, having familiarized themselves with the local conditions affecting the cost of the
Work, and having examined all District Sites and the Bidding Documents, hereby propose to
furnish all labor, materials, equipment, and services required for the proper, “turnkey” completion
of each of the following categories for this Project.
Campus WAN—Fiber Optic
Materials
Labor
Total (From cost sheet, pg. 68)
$
$
$
LAN—Fiber Optic, Twisted Pair
Materials
Labor
Total (From cost sheet, pg. 69)
$
$
$
Data Network Electronics
Materials
Labor
Total (From cost sheet, pg. 70)
$
$
$
LAN—Wireless
Materials
Labor
Total (From cost sheet, pg. 71)
$
$
$
Video Coaxial Network
Materials
Labor
Total (From cost sheet, pg. 75)
$
$
$
Digital Video
Materials
Labor
Total (From cost sheet, pg. 76)
$
$
$
File Servers
Materials
Labor
Total (From cost sheet, pg. 80)
$
$
$
Workstations
Materials
Labor
Total (From cost sheet, pg. 81)
$
$
$
Communications by Design, Inc.
All Rights Reserved
87
East Lansing Public Schools
Technology Request for Proposal
Laptops
Materials
Labor
Total (From cost sheet, pg. 82 )
$
$
$
Printers
Materials
Labor
Total (From cost sheet, pg. 83)
$
$
$
Phones
Materials
Labor
Total (From cost sheet, pg. 85)
$
$
$
Zone Paging
Materials
Labor
Total (From cost sheet, pg. 85)
$
$
$
Performance Bond
Bid Bond
Performance Bond
$
$
$
Grand Total:
Communications by Design, Inc.
All Rights Reserved
88
East Lansing Public Schools
Technology Request for Proposal
References Form
All bidders must provide 5 project references of similar scope and size:
Customer name:
Address:
City/State/Zip:
Contact name:
Contact title:
Phone:
E-mail:
Scope of service:
Date of service:
Customer name:
Address:
City/State/Zip:
Contact name:
Contact title:
Phone:
E-mail:
Scope of service:
Date of service:
Customer name:
Address:
City/State/Zip:
Contact name:
Contact title:
Phone:
E-mail:
Scope of service:
Date of service:
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
Communications by Design, Inc.
All Rights Reserved
89
East Lansing Public Schools
Technology Request for Proposal
References Form
(Continued)
Customer name:
Address:
City/State/Zip:
Contact name:
Contact title:
Phone:
E-mail:
Scope of service:
Date of service:
Customer name:
Address:
City/State/Zip:
Contact name:
Contact title:
Phone:
E-mail:
Scope of service:
Date of service:
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
Communications by Design, Inc.
All Rights Reserved
90
East Lansing Public Schools
Technology Request for Proposal
RFP Acknowledgement Form
Required Forms Acknowledgement:
RFP point-by-point response
Bid bond
Cost analysis forms with line item pricing and component part numbers
Maintenance cost analysis form
Questionnaire A & B
References form
RFP acknowledgement form
Yes
No
____
____
____
____
____
____
____
____
____
____
____
____
____
____
Addendum Acknowledgement:
Addendum No. ______
Addendum No. ______
Addendum No. ______
Addendum No. ______
Addendum No. ______
Dated: ______
Dated: ______
Dated: ______
Dated: ______
Dated: ______
Bid Security:
Accompanying this Bid, as required, is a bid security in the form of the following: (check one)
Cash
____
Check
____
Certified Check
____
Bidders Bond
____
In the amount of:________________________________Dollars and ($__________________),
payable to the District, which is agreed, shall be retained as liquidated damages, not as a penalty,
by the District if the undersigned fails to execute the Contract in conformity with the form of
Contract incorporated in the Contract Documents.
If awarded the contract, the undersigned agrees to commence Work within one day after date of
issuance of written notice of selection for award of a Contract, which shall be considered as the
notice to proceed, and agrees to complete the Work by the completion date contained in this
RFP.
Respectfully submitted,
__________________________
Company Name
______________________________________
Address
__________________________
Authorized Signature
______________________________________
Typed name
___________________________
Title
________________________
Phone
_______________________
Fax
_________________________
E-mail
--------END OF RFP-----------Communications by Design, Inc.
All Rights Reserved
91
East Lansing Public Schools
Technology Request for Proposal