huron school district request for proposal · request for proposal allowable contract date:...
TRANSCRIPT
Huron School District
Request for Proposal
Allowable Contract Date: February 27th, 2017
Bids received after February 27th, 2017 may not be considered
32044 Huron River Dr.
New Boston, MI 48164
Contact person: Sandy Regets
Email: [email protected], [email protected], [email protected]
Important Notes
Please email all quotations to the above email addresses clearly marked "E-rate bid."
All quotes must be submitted with the understanding that implementation may be dependent upon:
o E-rate funding approval by the SLD o Enrollments
o Existing budgetary requirements
The intent is that contingent contracts will be let between January 19, 2017 and
January 31, 2017. Purchase and installation of products and services must be between July 1, 2017 and June 30, 2018.
Hardware must allow for distribution of voice, video, or data signal to other buildings
within the district as necessary. Capacity must allow for all users.
The following specifications are to be used as guidelines in quoting a solution. Although
specification changes are permitted, the quality of the product/service requested must be based upon industry standards at time of delivery.
The items requested within this RFP may or may not be USF eligible. All non-eligible
products and services must be itemized. Please use the 2017 USF Eligible Services List located on the USAC website (http://www.usac.org/sl/) for guidance. (Note: It is the
vendor's responsibility to check for updates and corrections prior to submitting bids/quotations.)
All bidders must adhere to the Lowest Corresponding Price (LCP) guidelines (as dictated
by the SLD).
All bidders will understand that if the entity closes, contract termination fees will not be
incurred by the entity.
All bidders will understand that the entity may choose more than one provider for one
type of service.
Multi-year contracts may be considered.
All bidders must have an E-rate SPIN.
All bidders must have the 2017 Service Provider Annual Certification Form 473 on file with USAC by September 1, 2017.
The district reserves the right to accept or reject any or all quotations.
Implementation and completion of the services are contingent upon the district receiving
approved funding from the Universal Services Fund. The services may be revised or terminated if the funds from the USF discount program are not approved or do not meet
the expectations of the entity. If requested, the vendor will complete the SPI (Form 474) application. It is the vendor’s responsibility to understand and comply with all rules and
procedures required by the Schools and Libraries Corporation and the Universal Services Fund.
The Board reserves the right to: o Reject any or all bids without assigning any reason thereto
o Be the sole judge of equivalency o Waive any bid requirement in accepting or rejecting bids.
Bid Evaluation
Although the cost of the product/service is of primary concern, the ability to accommodate
growth and change and the total cost of operation (TCO) within the district are, in many ways, more important. Do not assume the lowest bid will be awarded the project.
To achieve this goal, bids will be evaluated on several factors.
Prices/charges
Prior experience
Understanding of needs
Financial stability
Personnel qualifications
Comply with the spirit of the district's long range technology plan
Compatibility with district hardware/software standards as set forth within district's long range technology plan
Provide lower long-term cost of ownership
Ability to upgrade and adapt to technological advances
Completeness of response and adherence to bid specifications
Summary of project implementation plan
Capability of the bidder to successfully complete the installation within the required
timeframe
Category 1 Services
NOTE: Any additional services not covered by USF eligibility must be itemized and quoted
separately. Cellular Service
o # of Cell Phones = Minimum of 4
o Pooled Minutes = Minimum of 1,000
Category 2 Services
NOTE: Any additional services not covered by USF eligibility must be itemized and quoted separately.
There will be a walk through on February 9th at 10:00AM starting in the administrative office, which is connected to the high school.
Brown Elementary School
Project Location Approximate
Quantity Vendor (or equivalent)
Product (or equivalent)
Part Number (or equivalent)
Battery Backup
IDF1 1 APC APC Smart-UPS 2U
LCD 120V SMC1500-2U
Battery Backup
MDF 1 APC - equivalent must include a network card and environmental
monitoring Smart-UPS X 2000VA SMX2000LVNC
Battery Backup
MDF 1 APC Smart-UPS X 120V
External Tower Battery Pack
SMX120BP
Fiber Runs MDF-IDF1 1 No preference Indoor - Run 50 um OM4 Fiber - must
terminate LC Fiber Run
Wireless
9 Must include cat6 patch cables
- both ends 1ft/7ft Cat6 network cables
addition for WAP CAT6 Net Run - AP
Wireless
9 Cisco (Must be compatible with
Cisco wireless controller) Cisco AP AIR-AP2802I-x-K9
Wireless
9 Labor to mount AP - Separate
Line item Labor - AP
Switches and Optics
MDF 1 Cisco Cisco Catalyst 2960X-48FPD-L - switch - 48
ports
WS-C2960X-48FPD-L
Switches and Optics
MDF 1 Cisco 3M Twinax SFP-H10GB-CU3M
Switches and Optics
IDF1 1 Cisco Cisco Catalyst 2960X-48FPD-L - switch - 48
ports
WS-C2960X-48FPD-L
Switches and Optics
MDF>IDF1 2 Cisco 10G optics SFP-10G-SR
Switches and Optics
MDF/IDF1 2 No preference 2M 50 Micron patch cable OM4 - LC/LC
Fiber Patch Cable
Switches and Optics
MDF, IDF1, IDF2
2 Cisco Stacking Module with
cable C2960X-STACK
Huron High School
Project Location Approximate
Quantity Vendor (or equivalent) Product (or equivalent)
Part Number (or equivalent)
Battery Backup
IDF1 1 APC APC Smart-UPS 2U
LCD 120V SMC1500-2U
Battery Backup
IDF2 1 APC APC Smart-UPS 2U
LCD 120V SMC1500-2U
Battery Backup
IDF3 1 APC APC Smart-UPS 2U
LCD 120V SMC1500-2U
Battery Backup
DMARK 1 APC APC Smart-UPS 2U
LCD 120V SMC1500-2U
Battery Backup
MDF 2 APC - equivalent must
include a network card and environmental monitoring
Smart-UPS X 3000VA Rack/Tower LCD 100-
127V with Network Card SMX3000LVNC
Battery Backup
MDF 4 APC Smart-UPS X 120V
External Tower Battery Pack
SMX120BP
Fiber Runs MDF-IDF1, MDF-IDF2, MDF-IDF3
3 No preference Indoor - Run 50 um OM4
Fiber - must terminate LC
Fiber Run
Network Runs
4 for speech office, 10 for counseling
14 No preference Cat6 network cables
addition Cat6 Net Run
Wireless
33 Must include cat6 patch cables - both ends 1ft/7ft
Cat6 network cables addition for WAP
CAT6 Net Run - AP
Wireless
33 Cisco (Must be compatible
with Cisco wireless controller)
Cisco AP AIR-AP2802I-x-K9
Wireless
33 Labor to mount AP - Separate Line item
Labor - AP
Switches and Optics
MDF 1 Cisco Cisco Catalyst 2960X-48FPD-L - switch - 48
ports
WS-C2960X-48FPD-L
Switches and Optics
IDF1, IDF2, IDF3
6 Cisco 10G optics SFP-10G-SR
Switches and Optics
IDF1, IDF2, IDF3, 3 in MDF
6 No preference 2M 50 Micron patch cable OM4 - LC/LC
Fiber Patch Cable
Switches and Optics
MDF, IDF1, IDF2
4 Cisco Stacking Module with
cable C2960X-STACK
Miller Elementary School
Project Location Approximate
Quantity Vendor (or equivalent)
Product (or equivalent)
Part Number (or equivalent)
Battery Backup
IDF1 1 APC APC Smart-UPS 2U
LCD 120V SMC1500-2U
Battery Backup
IDF2 1 APC APC Smart-UPS 2U
LCD 120V SMC1500-2U
Battery Backup
MDF 1 APC - equivalent must include
a network card and environmental monitoring
Smart-UPS X 2000VA SMX2000LVNC
Battery Backup
MDF 1 APC Smart-UPS X 120V
External Tower Battery Pack
SMX120BP
Fiber Runs MDF-IDF1, MDF-IDF2
2 No preference Indoor - Run 50 um OM4 Fiber - must
terminate LC Fiber Run
Network Runs
No preference Cat6 network cables
addition Cat6 Net Run
Wireless 11 Must include cat6 patch cables
- both ends 1ft/7ft Cat6 network cables
addition for WAP CAT6 Net Run - AP
Wireless 11 Cisco (Must be compatible with
Cisco wireless controller) Cisco AP AIR-AP2802I-x-K9
Wireless 11 Labor to mount AP - Separate
Line item Labor - AP
Switches and Optics
MDF 1 Cisco Cisco Catalyst 2960X-48FPD-L - switch - 48
ports
WS-C2960X-48FPD-L
Switches and Optics
MDF 1 Cisco 3M Twinax SFP-H10GB-CU3M
Switches and Optics
IDF1 1 Cisco Cisco Catalyst 2960X-48FPD-L - switch - 48
ports
WS-C2960X-48FPD-L
Switches and Optics
MDF>IDF1 2 Cisco 10G optics SFP-10G-SR
Switches and Optics
MDF/IDF1 2 No preference 2M 50 Micron patch cable OM4 - LC/LC
Fiber Patch Cable
Switches and Optics
IDF2 1 Cisco Cisco Catalyst 2960X-48FPD-L - switch - 48
ports
WS-C2960X-48FPD-L
Switches and Optics
MDF>IDF2 2 Cisco 10G optics SFP-10G-SR
Switches and Optics
MDF/IDF2 2 No preference 2M 50 Micron patch cable OM4 - LC/LC
Fiber Patch Cable
Switches and Optics
MDF, IDF1, IDF2
3 Cisco Stacking Module with
cable C2960X-STACK
Renton Junior High School
Project Location Approximate
Quantity Vendor (or equivalent)
Product (or equivalent)
Part Number (or equivalent)
Battery Backup
IDF1 1 APC APC Smart-UPS 2U
LCD 120V SMC1500-2U
Battery Backup
IDF2 1 APC APC Smart-UPS 2U
LCD 120V SMC1500-2U
Battery Backup
MDF 1 APC - equivalent must include
a network card and environmental monitoring
Smart-UPS X 2000VA SMX2000LVNC
Battery Backup
MDF 1 APC Smart-UPS X 120V
External Tower Battery Pack
SMX120BP
Fiber Runs MDF-IDF1, MDF-IDF2
2 No preference Indoor - Run 50 um OM4 Fiber - must
terminate LC Fiber Run
Network Runs
10 for STEM Lab
10 No preference Cat6 network cables
addition Cat6 Net Run
Wireless
9 Must include cat6 patch cables
- both ends 1ft/7ft Cat6 network cables
addition for WAP CAT6 Net Run - AP
Wireless
9 Cisco (Must be compatible with
Cisco wireless controller) Cisco AP AIR-AP2802I-x-K9
Wireless
9 Labor to mount AP - Separate
Line item Labor - AP
Switches and Optics
MDF 1 Cisco Cisco Catalyst 2960X-48FPD-L - switch - 48
ports
WS-C2960X-48FPD-L
Switches and Optics
MDF 1 Cisco 3M twinax SFP-H10GB-CU3M
Switches and Optics
IDF1 1 Cisco Cisco Catalyst 2960X-48FPD-L - switch - 48
ports
WS-C2960X-48FPD-L
Switches and Optics
MDF-IDF1 2 Cisco 10G optics SFP-10G-SR
Switches and Optics
MDF-IDF1 2 No preference 2M 50 Micron patch cable OM4 - LC/LC
Fiber Patch Cable
Switches and Optics
IDF2 1 Cisco Cisco Catalyst 2960X-48FPD-L - switch - 48
ports
WS-C2960X-48FPD-L
Switches and Optics
MDF-IDF2 2 Cisco 10G optics SFP-10G-SR
Switches and Optics
MDF-IDF2 2 No preference 2M 50 Micron patch cable OM4 - LC/LC
Fiber Patch Cable
Switches and Optics
MDF, IDF1, IDF2
3 Cisco Stacking Module with
cable C2960X-STACK
District Wide
Project Location Approximate
Quantity Vendor (or equivalent)
Product (or equivalent) Part Number (or
equivalent)
Wireless District 50 Cisco AP licenses AP Licenses
Wireless District 1 Cisco Smartnet for Wireless Controller Smartnet for wireless
controller
Switches and Optics
District 1 Cisco Smartnet for 4500X Smartnet for 4500X
Wireless District 1 Cisco Optional Physical wireless
controller with 205 AP licenses Physical Controller
General Terms and Conditions
Huron School District requests proposals from qualified vendors interested in providing
compliant data network cabling (structured cabling system) in four (4) school buildings.
Brown Elementary School
25485 Middlebelt Rd
New Boston MI 48164
Huron High School
32044 Huron River Drive
New Boston MI 48164
Miller Elementary School
18955 Hannan Rd
New Boston MI 48164
Renton Jr. High School
31578 Huron River Drive
New Boston MI 48164
Data/Cabling Requested
The contractor will provide parts, materials, installation and testing. A cabling map for each
site is included in this RFP.
Provide testing with documentation of cable runs to meet specifications – end‐to‐end
Work will need to take place outside the normal school operating hours when school is in
session.
The vendor must supply all supervision, tools, equipment, hardware, material,
transportation, and construction, and all other related services unless specific provisioning
by the customer has been denoted.
The vendor is responsible for providing all necessary working/building permits required
under this contract, which includes, local, state, or federal permits, as needed.
The vendor will be responsible for repair of all damage to the building due to the negligence
of its workers.
During the contract period the vendor will abide by all fire and safety regulations.
District/School Security Policies must be observed at all times.
Upon completion of any repair, replacement or installation activity, the vendor must
provide evidence of the completion with a successful test on said system with results
provided to owner in owner specified format(s).
The vendor will be responsible for the prompt correction of all defects in the system.
The vendor must leave the premises clean and neat including having all ceiling tiles in
place after each work session.
All work must be coordinated through a designated school contact before the beginning of
the installation work, and must be requested by Technology Department Personnel.
Vendor must assume total responsibility for the actions of any/all subcontractors.
Location Number of IDF Closets
Brown Elementary School 1
Miller Elementary School 2
Huron High School 3
Renton Junior High School 2
Fiber Backbone Scope of Work
The contractor shall be responsible for providing and installing new 50-Micron Multimode
Fiber Optic cabling.
The contractor is to furnish and completely install the specified fiber-optic enclosures, fiber
adapter panels, couplers, cable, and machine-printed labeling required for a complete
installation.
The contractor is to provide and install new 1-RMU fiber enclosures equipped with duplex
LC adapter panels.
Contractor shall provide and install a new Armored Plenum- Rated, 12-Strand, 50-Micron,
OM4 Multimode fiber-optic backbone cabling system between the MDF and IDF wiring
rooms for each of the following locations.
Category 6 (minimum) Scope of Work
Location Number of Approximate Network Drops
Brown Elementary School 9
Miller Elementary School 11
Huron High School 58
Renton Junior High School 19
The contractor shall be responsible for providing and installing new of Category 6
(minimum) (ANSI/TIA/EIA 568 B.2‐1 & ISO/IEC 11801 Ed. 2.0) plenum (NFPA 262) cabling
for data locations with a 10 ft. service loop at the designated Device Cable Termination
(DCT)
Provide new data grade wiring from IDF/MDFs to designated Device Cable Termination
(DCT)
Cable color (blue) and jack colors coordinated with the District
Cables should be in available cable tray, suspended every 4-6 feet in drop ceilings using J
or D style hooks or in enclosed conduit
Labeling patch panels and wall plate jacks with indelible labels/ink indicating closet
location and unique identified port number
Cabling/Installation Specifications
Responsive bidders will provide a complete design and itemized quotation for a Structured
Cabling System consisting of:
Runs of CAT6 4‐pair plenum per DCT (device cable termination). Each run will be
terminated at the DCT end in an RJ45 modular jack and at the Wiring Closet IDF/MDF end
in an RJ45 Modular Patch Panel port. The District will provide rack space. The Bidder will
need to provide Patch Panels where needed. Bidder is responsible for providing evidence
that all materials and installation practices will meet or exceed BICSI specifications for
CAT6 (minimum) materials and installation.
References:
A. Design, manufacture, test, and install telecommunications cabling networks per
manufacturer’s requirements and in accordance with NFPA‐70 (2005 edition of the
National Electrical Code®), IEEE C2 2007 (NESC 2007), state codes, local codes,
requirements of authorities having jurisdiction, and particularly the following
standards:
ANSI/NECA/BICSI‐568‐2006 – Standard for Installing Commercial Building
Telecommunications Cabling ANSI/TIA/EIA Standards
1. ANSI/TIA/EIA‐568‐B.1 – Commercial Building Telecommunications Cabling
Standard, Part 1: General Requirements
2. ANSI/TIA/EIA‐568‐B.2 – Commercial Building Telecommunications Cabling
Standard, Part 2: Balanced Twisted Pair Cabling Components
3. ANSI/TIA/EIA‐569‐B – Commercial Building Standard for Telecommunications
Pathways and Spaces
4. ANSI/TIA/EIA‐606 (A) – The Administration Standard for the
Telecommunications Infrastructure of Commercial Buildings
B. Install cabling in accordance with the most recent edition of BICSI® publications:
1. BICSI – Telecommunications Distribution Methods Manual
2. BICSI – Installation Transport Systems Information Manual
3. BICSI – Network Design Reference Design Manual
4. BICSI – Outside Plant Design Reference Manual
5. BICSI – Wireless Design Reference Manual
6. BICSI – Electronic Safety and Security Design Reference Manual
7. Infocomm/BICSI – AV Design Reference Manual
Bidder is responsible for inspecting all existing structures, cableways, IDF/MDFs,
wiring closets and fiber infrastructure to determine if they are adequate for the
purpose. Cableways must be utilized where available.
If a sleeve does not exist in the existing corridor walls a new (minimum size is
1”) conduit should be installed for penetrations through walls or floors and
shall be sealed with intumescent firestop system in accordance with the UL
testing detail. Grout mixture or firestop system should be used to seal the
perimeter of the new conduit installed in the corridor walls.
Cabling shall not be laid on ceiling grid structure, ceiling tiles or supported on
any structure not specifically designed for supporting cables. If a cable tray is
not present, provide cable supports at intervals of every 4‐6 feet. Cable
supports shall be “J” hooks or other supporting devices with a minimum 1‐
inch cable resting surface. Cable support devices shall be independently
suspended from or attached to building structure or walls. Cable sag between
supports shall not exceed 12 inches. All cables shall be neatly bundled and
secured with appropriately rated fasteners.
Cables should not be installed within 4‐feet of transformers/motors, when running parallel
of power conduits or fluorescent light fixtures maintain a 1ft separation.
Number of available patch panel ports Brown Elementary School:
MDF: 19
IDF 1: 44
Huron High School: MDF: 22
IDF 1: 30
IDF 2: 30
IDF 3: 0
Miller Elementary School: MDF: 9
IDF 1: 30
IDF 2: 0
Renton Junior. High School: MDF: 42
IDF 1: 65
IDF 2: 51
FAMILIAL RELATIONSHIP DISCLOSURE
STATEMENT
(This disclosure statement must be included with your bid as required by Public Act 232 of 2004)
All bids shall be accompanied by a sworn and notarized statement disclosing any familial relationship that
exists between the owner or any employee of the bidder and any member of the Board of Education or
Superintendent of Schools of the Huron School District.
The undersigned, the owner or authorized officer of _______________________________________ (the
“bidder”), pursuant to the familial disclosure requirement provided in the attached invitation to bid, hereby
represent and warrant, except as provided below, that no familial relationships exist between the owner(s) or
any employee of the company and any members of the Boards of Education and Superintendent of Schools as
listed above. If such a relationship exists, please explain:
______________________________________________________________________________
By: ________________________________________________________ (Bidder’s signature)
Name: _______________________________________________________ (type or print)
Date: _________________________________
Subscribed and Sworn to Before Me:
This ______________ day of ____________________, 2013 A.D., in and for the County of
____________________, Michigan. My commission expires: _________________________.
__________________________________ Signature of Notary