Request for Proposal

Similar documents
Request for Proposal 36-16

RFP for 2015 E-Rate Funded Wireless Upgrade Project at Four Locations In Thomasville City Schools RFP Reference# 2015Wireless Cabling Contact Mike

Request for Proposal: Wireless Access Points

Request for Proposal Enterprise Network Upgrade/AMELIA COUNTY PUBLIC SCHOOLS

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

ERATE 470 FORM # REQUEST AND REQUEST FOR PROPOSAL (RFP) FOR: Plainview Public Schools

Request for Proposals Erate Category 2 Project HINDS COUNTY SCHOOL DISTRICT

Request for Proposal: Alton Middle School NETWORK CABLING

Request for Proposal. Skidmore Tynan Independent School District. ERate

Request for Proposal: Cabling

Request for Proposals

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

ERATE 470 FORM # REQUEST AND REQUEST FOR PROPOSAL (RFP) FOR: NETWORKING EQUIPMENT Stanton Community Schools

Request for Proposals VoIP E-Rate Project Perry County School District. 105 Main Street. New Augusta, MS

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

Request for Proposal: Cabling

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

REQUEST FOR PROPOSAL: SAN EXPANSION & OPTIMIZATION

LAUREL SCHOOL DISTRICT REQUEST FOR PROPOSAL ERATE Funding Year WIRELESS UPGRADE PROJECT

Request for Proposal, erate Year 20 ( ) Wireless (Microwave) WAN, or Equivalent System, District-Wide [Proposal: T]

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

City of Hays Request for Proposal. Wastewater Treatment Plant Fiber Connectivity

New England Telehealth Consortium

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

New England Telehealth Consortium

Internal Connections E-Rate Request for Proposal #E Earlimart School District

Redevelopment Authority of Allegheny County

1:1 Computer RFP School Year Harrison School District Two

Request For Proposal. District Wide Wireless Solution USAC/E- Rate 470

GRADY COUNTY SCHOOLS 122 North Broad St. Cairo, GA REQUEST FOR PROPOSAL FOR WEB HOSTING RFP NO.: WEBH DATE DUE: September 20, 2013

New England Telehealth Consortium

INFRASTRUCTURE CABLING Bid # RLUSD Y11 01

WAYNE COUNTY REQUEST FOR PROPOSAL ERATE Funding Year NETWORK UPGRADE PROJECT

THE CITY OF SEATTLE CITY LIGHT DEPARTMENT 2012 REQUEST FOR PROPOSALS. Long-Term Renewable Resources And/or Renewable Energy Certificates

Request for Proposals School Year Project Lafayette County School District 100 Commodore Drive Oxford, MS 38655

Social Media Management System

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

FOR CONSULTING SERVICES FOR DISASTER RESPONSE, ENGINEERING, AND GRANT MANAGEMENT SUPPORT

Automated License Plate Reader (ALPR) System. City of Coquitlam. Request for Proposals RFP No Issue Date: January 25, 2017

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

REQUEST FOR PROPOSAL ERATE Funding Year NETWORK UPGRADE PROJECT

Request for Proposals (RFP) for Professional Design and Engineering Services

New England Telehealth Consortium

REQUEST FOR PROPOSAL ERATE Funding Year NETWORK UPGRADE PROJECT

Internet WAN RFP. Request for Proposal for Internet WAN. Colquitt County Schools. Issuance of RFP 02/25/2015

Request for Proposal: NETWORK FIREWALL

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

Digital Copier Equipment and Service Program

Huntingdon Area School District. REQUEST FOR PROPOSAL E Rate Network Equipment. Response Deadline: March 2nd, 2015 AT NOON E.S.T.

REQUEST FOR PROPOSAL for Wide Area Network Design, Configuration and Installation

CENTRAL BANK OF LESOTHO REQUEST FOR PROPOSAL

RE: Request for Proposals (RFP) for Internet Service Provision

Gladstone Area School District Request for Proposals. Classroom Wifi Project 2016

Request for Proposals. For RFP # 2011-OOC-KDA-00

City of Malibu Request for Proposal

Request for Proposal: Wireless Access Points

Request for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program

Request for Proposal George West Independent School District ERate

TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS. Issued August 1, 2017

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

Regional Greenhouse Gas Initiative, Inc. Request for Proposals #18-01 RGGI Auction Services Contractor. June 18, 2018

REQUEST FOR PROPOSAL (RFP) COVER PAGE

Request for Proposal PROFESSIONAL AUDIT SERVICES

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

Request for Proposal: Wireless Access Points

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

Request for Proposal

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

REQUEST FOR PROPOSALS. RFP Number: E-RATE PREPARED BY Firstline Schools 300 North Broad Street, Suite 207 NEW ORLEANS, LOUISIANA 70119

HEBER LIGHT & POWER COMPANY OPERATIONS DEPARTMENT REQUEST FOR PROPOSAL (RFP) Pole Testing and Pole Inventory

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

Request for Proposal

REQUEST FOR PROPOSALS RFP# CAFTB

Request for Proposal. Mobile Application for Customer Interface. October 6 th, 2017 Procurement Contact Holly Hussey

REQUEST FOR PROPOSAL. Colorado Telehealth Network. Healthcare Connect Fund Net Connect Project. Requested by

THE HOUSING AUTHORITY OF THE CITY OF DURHAM REQUEST FOR PROPOSALS SECURITY CAMERA AND MONITORED PANIC BUTTON SYSTEM INSTALLATION RFP #17-015

Wayne County Community College District District Office Building 801 W. Fort Street Fourth Floor Purchasing Conference Room Detroit, MI 48226

LIBRARY COOPERATIVE GRANT AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF STATE AND [Governing Body] for and on behalf of [grantee]

Request for Proposals Fiber Optic Upgrades To Support a 10 Gbps Backbone Introduction Instructions and Requirements for Vendors NOT

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

OWENS VALLEY CAREER DEVELOPMENT CENTER

REQUEST FOR PROPOSAL (RFP) Concession Operations for Concession Stand at JOHNSTON HIGH SCHOOL ATHLETIC COMPLEX

REQUEST FOR PROPOSALS COMMUNICATIONS CONSULTANT. The New Orleans City Council seeks proposals from marketing, public relations and/or

Request for Quotation (RFQ) Solicitation Overview

REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167

Automated Airport Parking Project

County of Alpena Website Design and Development RFP

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

TEXAS DEPARTMENT OF TRANSPORTATION INSPECT, SAMPLE, AND TEST FOR ASBESTOS CONTAINING MATERIAL AND MONITOR ABATEMENT PROJECTS PUBLICATION

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

PROGRAM OPPORTUNITY NOTICE EFFICIENCY MAINE TRUST CUSTOM INCENTIVE PROGRAM FOR DISTRIBUTED GENERATION PROJECTS PON EM

Request for Proposal Hydraulic Rescue Tools. Date Issued: September 28 th, 2016

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL

Transcription:

Request for Proposal Internal Connections IC-Y18 E-rate Funding Year 18 (2015-2016) Contact Information: Robert Logan, Director of Technology Livingston Parish Public Schools 13909 Florida Blvd, Livingston LA 70754 robert.logan@lpsb.org 225-686-4313

Table of Contents 1 General Information 3 1.1 Scope 3 1.2 Vendor Qualifications 3 1.3 Background Information 3 1.4 Category 2 Eligible Locations 5 2 Administrative Information 6 2.1 RFP Contact 6 2.2 RFP Availability 6 2.3 Proposer Inquiries 6 2.4 Calendar of Events 7 2.5 Definitions 7 3 Proposal Information 7 3.1 Proposal Submission 7 3.2 Proposal Format 8 3.3 RFP Addenda 10 3.4 Waiver of Informalities 10 3.5 Proposal Rejection 10 3.6 Withdrawal and Re-submission of Proposal 10 3.7 Cost of Preparing Proposals 10 3.8 Ownership of Proposal 10 3.9 Errors and Omissions in Proposal 10 3.10 RFP Solicitations 11 3.11 Confidentiality 11 4 Evaluation and Selection 11 4.1 Evaluation Team 11 4.2 Clarification of Proposals 11 4.3 Oral Presentations 11 4.4 Evaluation and Review 11 4.5 Evaluation Rubric 12 4.6 Right to Reject Proposals and Negotiate Contract Terms 12 4.7 Notification of Selection 12 Livingston Parish School Board RFP IC-Y18 revised 2-18-15 Page 1

5 Technical Information 12 5.1 General Information 12 5.2 Functionally Equivalent Equipment 13 5.3 General Requirements 13 5.4 Technical Requirements Network Switches 13 5.5 Technical Requirements Wireless 15 5.6 Technical Requirements Wiring 18 5.7 Technical Requirements Additional Components 20 6 Installation 20 7 Maintenance and Support 25 8 Contract 25 8.1 Contract Negotiations 25 8.2 Contract Terms 26 8.3 Contract Requirements 26 9 Pricing 27 9.1 Pricing Information 27 9.2 Invoicing 28 9.3 Clarity of Proposal 28 9.4 Description of Goods and/or Services 28 9.5 Form 471 Item 21 Attachments 28 9.6 Equipment Trade-Ins 28 Livingston Parish School Board RFP IC-Y18 revised 2-18-15 Page 2

1 General Information 1.1 Scope This Request for Proposal (RFP) is being issued by the Livingston Parish School Board (LPSB) to invite qualified E-rate vendors to submit proposals for network components and/or services, including installation and support, in 47 instructional and support facilities. While components requested will vary by location, this RFP includes layer 2 and layer 3 switches, wireless access points, wireless controllers, racks, cabling, uninterruptible power supplies, connectors, licenses, software which will support components, and any other equipment as deemed necessary by the proposer to provide a robust wireless learning environment. Vendors must include in their proposals how the solution will meet and exceed the demands for capacity due to the increased use of digital resources, including streaming media, mobile learning, 1:1 initiatives, VDI, and online assessments. LPSB would prefer a turn-key solution where all equipment and associated services (installation and configuration of equipment, and any other goods and services necessary to accomplish the scope of the project) can be provided by the proposer. However, LPSB reserves the right to choose one or more vendors to provide the services and hardware listed in the RFP. LPSB further reserves the right to accept vendor proposals in whole or in part, therefore having the flexibility to select equipment and services that best meet the needs of the LPSB. If your proposal does not allow for selection of a subset of line items or minor variations in the quantities required, please clearly indicate these limitations. Vendors may respond to all or part of the RFP. Responses should be separated out with cost allocated in each section. A detailed description of eligible internal connections may be found on the School and Libraries Division Website at https://apps.fcc.gov/edocs_public/attachmatch/da-14-1556a1.pdf. 1.2 Vendor Qualifications In order to submit a proposal, the vendor: must be registered with the Schools and Libraries Division (SLD), have a Service Provider Identification Number (SPIN), have a current Service Provider Annual Certification Form (SPAC) on file with the SLD, and comply with all SLD service provider requirements. must be in good standing with the Federal Communications Commission (FCC) and the Universal Service Administrative Company (USAC), Schools and Libraries Division (SLD). Vendor must be a green light company and agree that should the status change to red light at any time during the RFP process or contract period that they immediately notify the LPSB in writing. must have highly qualified network engineers and technicians on staff who can diagnose problems quickly and recommend solutions. must possess all certifications and licenses from the manufacturer(s) to sell and provide service for all equipment and software included in this RFP. must possess and provide proof of any and all certifications or licenses required to perform the services offered in the State of Louisiana. 1.3 Background Information The Livingston Parish School District is a diverse community-based Pre K 12 public school system located in Livingston Parish, Louisiana. The district is comprised of 45 schools with approximately 26,000 students. Currently, the district owns over 13,000 devices; however, that number will be growing Livingston Parish School Board RFP IC-Y18 revised 2-18-15 Page 3

significantly this summer as a student device initiative begins. One-hundred percent of our classrooms have Internet Access but current wireless is coverage only. Currently, all school Local Area Networks (LANs) are connected to the LPSB Central Office with a 1Gbps fiber connection. Current Internet bandwidth is 500 Mbps. However, LPSB anticipates to dramatically increase local and Internet connectivity over the next 3 years as existing contracts expire. In 2014, LPSB locally funded a district-wide infrastructure upgrade utilizing over a decade s savings of E- rate BEAR reimbursements. This upgrade provided 10Gb layer 3 switching to all WAN link locations, replaced very old layer 2 switches with 10G models to ensure a minimum 1Gb connectivity, and created a wireless coverage model utilizing 2.4/5Ghz wireless N/AC access points. Detailed information regarding the needs of each location can be found in the appendices. Livingston Parish School Board RFP IC-Y18 revised 2-18-15 Page 4

1.4 Category 2 Eligible Locations School Physical Address City Zip Enroll ment Albany High School 29710 Mulberry Street Albany 70711 526 Albany Lower Elementary 30051 W. School Street Albany 70711 533 Albany Middle School 29675 Reeves Lane Albany 70711 594 Albany Upper Elementary 29779 Montpelier Drive Albany 70711 321 Denham Springs Elementary 306 N. Range Ave Denham Springs 70726 544 Denham Springs Freshman High 940 Range Ave N. E. Denham Springs 70726 656 Denham Springs High School 1000 N. Range Ave. Denham Springs 70726 1581 Denham Springs Junior High 401 Hatchell Lane Denham Springs 70726 888 Doyle Elementary School 29285 S. Range Road Livingston 70754 596 Doyle High School 19672 LA Hwy 42 Livingston 70755 667 Eastside Elementary 9735 Lockhart Rd. Denham Springs 70726 548 French Settlement Elementary School 15810 LA Hwy 16 French Settlement 70733 522 French Settlement High School 15875 LA Hwy 16 French Settlement 70733 405 Freshwater Elementary 1025 Cockerham Road Denham Springs 70726 385 Frost Elementary 19672 LA Hwy 42 Livingston 70754 356 Gray's Creek Elementary 11400 LA Hwy 16 Denham Springs 70726 492 Holden School 30120 Montpelier Drive Holden 70744 717 Juban Parc Elementary 12555 Brown Road Denham Springs 70726 507 Juban Parc Jr. High School 12470 Brown Road Denham Springs 70726 646 Levi Milton Elementary 31450 Walker N. Rd. Walker 70785 689 Lewis Vincent Elementary 7686 Vincent Rd Denham Springs 70726 424 Live Oak Elementary 35195 Old LA. Hwy 16 Watson 70786 682 Live Oak High School 36079 LA Hwy 16 Denham Springs 70706 1283 Live Oak Middle 8444 Cecil Drive Watson 70786 1001 Livingston Parish Technology Literacy Center 9261 Florida Blvd Walker 70785 190 LPPS Central Office 13909 Florida Blvd Livingston 70754 NIF Maurepas School 23923 Hwy. 22 Maurepas 70449 415 North Corbin Elementary 32645 North Corbin Road Walker 70785 620 North Corbin Jr High 32725 North Corbin Road Walker 70785 666 North Live Oak Elementary 36605 Outback Road Watson 70786 855 Northside Elementary 1090 Robbie St. Denham Springs 70726 455 Option 3 Adult Ed and Pupil Appraisal 13330 Burgess Ave Walker 70785 NIF Pine Ridge 30228 Travis Street Walker 70785 95 Proposed Live Oak Junior High School 35086 Old LA. Hwy 16 Watson 70786 700 Seventh Ward Elementary 24495 LA Hwy 16 Denham Springs 70726 298 South Fork Elementary 23300 Walker South Road Denham Springs 70726 459 South Live Oak Elementary 8400 Cecil Drive Watson 70786 567 South Walker Elementary 13745 Milton Lane Walker 70785 833 Southside Elementary School P O Box 907 Denham Springs 70726 547 Southside Jr. High 26535 LA. Hwy. 16 Denham Springs 70727 503 Springfield Elementary School 25190 Blood River Road Springfield 70462 577 Livingston Parish School Board RFP IC-Y18 revised 2-18-15 Page 5

School Physical Address City Zip Enroll ment Springfield High School 27322 LA Hwy 42 Springfield 70462 361 Springfield Middle School 24145 Coates Road Springfield 70462 418 Walker Elementary 13327 Wildcat Drive Walker 70785 576 Walker Freshman High 13443 Burgess Avenue Walker 70785 491 Walker High School 12646 Burgess Avenue Walker 70785 1120 Westside Junior High 12615 Burgess Avenue Walker 70785 639 2 Administrative Information 2.1 RFP Contact The RFP is being issued on behalf of the LPSB by: Robert Logan Director of Technology Livingston Parish Public Schools PO Box 1130 Livingston, LA 70754 Email: robert.logan@lpsb.org Phone: 225-686-4313 Note: All prospective vendors should email robert.logan@lpsb.org stating the vendor s intent to submit a proposal. The words, INTENT TO SUBMIT IC-Y18 should be typed in the subject. 2.2 RFP Availability This RFP is available in electronic form on the Livingston Parish School Board s website, http://www.lpsb.org/community/business_department/purchasing_information, or in printed form, available for pickup, by submitting a written request to the RFP Contact. 2.3 Proposer Inquiries Requests for copies of the RFP and for questions regarding RFP requirements, vendor qualifications, and/or technical requirements must be submitted to the RFP Contact listed above. All questions must be submitted in writing. Email is the preferred method of contact. The words, INFORMATION REQUEST IC-Y18 must appear in the subject. All questions received and the corresponding answer will be posted on the Livingston Parish School Board s website, http://www.lpsb.org/community/business_department/purchasing_information. No verbal responses will be provided. It is the responsibility of the proposer to check the website for questions and corresponding answers. Check the Calendar of Events for deadlines regarding questions and answers. Livingston Parish School Board RFP IC-Y18 revised 2-18-15 Page 6

2.4 Calendar of Events Activity Date E-rate Form 470 Submitted on SLD Website Wednesday, February 18, 2015 School Wiring Model Walkthroughs February 23 rd 27 th, 2015 Gray s Creek, Seventh Ward, South Side Junior February 23 rd, 2015 8AM start at first school Denham Springs Elem., Denham Springs High February 24 th, 2015 8AM start at first school Denham Springs Freshman, Walker Elem., Doyle High February 25 th, 2015 8AM start at first school Holden High, Albany High February 26 th, 2015 8AM start at first school Reserved for Makeup February 27 th, 2015 Deadline for Questions Wednesday, March 4, 2015 at 4:00 PM Proposal Due Wednesday, March 18, 2015 at 12:00 PM Evaluation by District Team March 18 20, 2015 Vendor Oral Presentations (if needed) March 19 20, 2015 Notification of Selection By March 23, 2015 Contract Letter By March 23, 2015 Form 471 Submission Deadline March 26, 2015 Service Begins Upon receipt of Funding Commitment Decision Letter and/or Board Initiative Note: Upon proper notice, prior to the scheduled date of receipt of RFPs, Livingston Parish School Board reserves the right to amend/change the above schedule of RFP activities. 2.5 Definitions The words must, shall, or will used throughout this RFP indicate mandatory requirements. The words could, may, or should denote an advisory action and is not mandatory. 3 Proposal Information 3.1 Proposal Submission Five copies of a completed proposal (one original and 3 hardcopies, and one digital copy via email or cloud storage) must be received by the RFP Contact by 12 Noon on the due date as specified in the Calendar of Events. Failure to meet the proposal submission deadline will result in rejection of the proposal. Fax submissions are not acceptable. The LPSB is not responsible for any delays caused by the vendor s chosen means of proposal delivery. The proposal should be labeled as follows: 1. Proposal Name: Response to Internal Connections RFP for LPSB 2. Vendor Name: 3. RFP Number: IC-Y18 4. Proposal Submission Date: It is solely the responsibility of each proposer to assure that their proposal is delivered at the specified place and prior to the deadline for submission. Proposals, which for any reason are not so delivered, will neither be considered nor scored for purposes of this RFP. Livingston Parish School Board RFP IC-Y18 revised 2-18-15 Page 7

Proposals shall be delivered to Robert Logan at the following address: Livingston Parish Public Schools (mail) PO Box 1130 (ship) 13909 Florida Blvd. Livingston, LA 70754 225-686-7044 3.2 Proposal Format Proposals submitted for consideration must follow the format and order of presentation described below. Vendors are cautioned that proposals which do not follow the format required by this RFP may be subject to rejection without review. Sections following the title page should be tabbed and clearly labeled. 1. Title Page which includes the following: Proposal Name: Response to Internal Connections RFP for Livingston Parish School Board Vendor Name: RFP Number: 1032 Proposal Submission Date: 2. Table of Contents Each proposal must be submitted with a table of contents that clearly identifies and denotes the location of each section and sub-section of the proposal. Each page of the response must be clearly and uniquely numbered. Additionally, the table of contents must clearly identify and denote the location of all enclosures and attachments to the proposal. 3. Cover Letter/Executive Summary (submitted on official business letterhead) which includes the following: A summary of the proposal including the vendor s qualifications (including qualifications outlined in Section 1.2), the ability to deliver the goods and/or services described in the RFP, and the benefits to the LPSB A history of your company, number of employees, strengths and stability, including years in business, years provided type of proposed goods and/or service, existing customer satisfaction, number of customers in Louisiana and areas covered in Louisiana A statement certifying that the vendor is submitting the lowest corresponding price (LCP) as per E- rate guidelines As an authorized representative of <insert company name>, I certify that I am submitting the lowest corresponding price as per E-rate guidelines for the goods and/or services being proposed to the Livingston Parish School Board." The name(s), title(s), address(es), e-mail address(es), and telephone number(s) of the individual(s) who will function as the main contact(s) The name, title, email address, and telephone number of the E-Rate knowledgeable individual who will serve as LPSB s single-point of contact in all matters related to E-Rate Signature of person(s) authorized to legally bind the vendor 4. Required Documents which includes the following: A copy of the Service Provider Identification Number (SPIN) filed with the Schools and Libraries Division(SLD) Livingston Parish School Board RFP IC-Y18 revised 2-18-15 Page 8

A copy of the Service Provider Annual Certification (SPAC) (Form 473) filed with the SLD A copy of the vendor s Federal Communications Commission(FCC) Registration Number A copy of the vendor s Louisiana State Contract Number, if applicable A copy of the document that states your company has proof of authority to do business in the State of Louisiana (Secretary of State) A copy of the relevant, industry standard certification for any/all service work to be performed At least five (3) references for which your company provided goods and/or services of a similar nature. A minimum of two (2) references should be from schools/school districts in Louisiana. Provide the company/school district name, contact name, title, email address, and phone number of the individual at each reference site whom we can contact for information. Inform your references that we may be contacting them to discuss your performance. A list or organizational chart of the management, sales, and local service support 5. Technical Response Provide a response regarding how the proposer will meet each requirement in Part 5 of this RFP. Responses should be formatted in a table with answers following each question/statement. Provide brochures, product cut sheets and/or specification sheets that provide technical specifications as well as specific descriptions of goods and services and systems referenced in this RFP. If the literature, photographs or drawings differ in any manner from the systems and equipment being proposed, such differences MUST be explained in detail. 6. Installation Response Provide a response regarding how the proposer will meet each requirement in the space provided as outlined in Part 6 of this RFP. 7. Maintenance and Support Response Provide a response regarding how the proposer will meet each requirement in the space provided as outlined in Part 7 of this RPF. 8. Contract Response Provide a response regarding how the proposer will meet each requirement in the space provided as outlined in Part 8 of this RFP. A copy of a contract that LPSB would be asked to sign must be included in this section. 9. Pricing Response Include a thorough description of the goods and/or services being proposed using the Item 21 Description of Services spreadsheet. This information must be submitted on a per location basis. Include a hard copy and a digital copy (email or cloud storage) of all spreadsheets in this section of the proposal. The Item 21 Description of Services Spreadsheet can be downloaded from the LPSB E-rate page, http://www.lpsb.org/community/business_department/purchasing_information, 10. Innovative Concepts/Supporting Documentation Present any innovative concepts /supporting documentation, if any, not discussed above for consideration. Livingston Parish School Board RFP IC-Y18 revised 2-18-15 Page 9

3.3 RFP Addenda The Livingston Parish School Board reserves the right to change the schedule of events or revise any part of the RFP by issuing an addendum to the RFP no later than 48 hours prior to the scheduled date of receipt of the RFP. Addenda, attachments, and responses to vendor submitted questions, if any, will be posted at http://www.lpsb.org/community/business_department/purchasing_information. It is the responsibility of the proposer to check the website for addenda to the RFP. If revisions to the RPF are made and are of such a magnitude to warrant, in Livingston Parish School Board s opinion, the postponement of the date for receipt of proposals, an addendum will be issued announcing the new date. 3.4 Waiver of Informalities The Livingston Parish School Board may, at its sole discretion, reject any or all proposals received or waive minor defects, irregularities, or informalities therein. 3.5 Proposal Rejection Issuance of this RFP in no way constitutes a commitment by the LPSB to select a vendor and/or award a contract. The LPSB reserves the right to accept or reject, in whole or part, any or all proposals submitted and/or cancel this RFP if it is determined to be in the LPSB s best interest. A proposal, which is in any way incomplete, irregular, or conditional, will not be accepted unless approved in advance by the Livingston Parish School Board. By submitting a proposal, vendor agrees that any significant inaccuracy in information given by the vendor to the Livingston Parish School Board will constitute good and sufficient cause for rejection of the proposal or rejection of the service at the time of delivery. Engaging into any formal agreements is contingent upon the appropriation of funds by the LPSB and the Schools and Libraries Division (SLD), and approval by the Livingston Parish School Board. 3.6 Withdrawal and Re-submission of Proposal Once submitted, a proposal may be modified or withdrawn only by appropriate notice to Livingston Parish School Board. Such notice will be in writing over the signature of the proposer. A withdrawn proposal may be resubmitted up to the time designated for the receipt of proposals provided it then fully conforms to the general terms and conditions. 3.7 Cost of Preparing Proposals The LPSB is not liable for any costs incurred by vendors in responding to this RFP. Costs associated with developing the proposal, preparing for oral presentations, and any other expenses incurred by the proposer in responding to this RFP remains the responsibility of the proposer. 3.8 Ownership of Proposal All materials submitted in response to this request become the property of the Livingston Parish School Board. Selection or rejection of a proposal does not affect this right. 3.9 Errors and Omissions in Proposal The LPSB will not be liable for any errors in proposals. The LPSB reserves the right to make corrections or amendments due to errors identified in proposals by the LPSB or by the vendor. The LPSB, at its option, has the right to request clarification or additional information from the vendor. Livingston Parish School Board RFP IC-Y18 revised 2-18-15 Page 10

3.10 RFP Solicitations This procurement is a request for proposal (RFP) pursuant to La. R.S. 38:2237. 3.11 Confidentiality Proposals submitted to the Livingston Parish School Board for consideration will be held in confidence and not made available to other vendors for review or comparison. However, as per the E-rate Modernization Order, the successful proposer s pricing will become public information when LPSB submits the 471 application. The vendor may designate the portions of the proposal that are proprietary in nature, and Livingston Parish School Board agrees not to disclose those portions except for the purpose of evaluating the proposal. 4 Evaluation and Selection 4.1 Evaluation Team The evaluation of proposals will be accomplished by an evaluation team to be designated by the LPSB. This team will select the proposal that best meets the interest of the LPSB, taking into consideration price and other evaluation factors as set forth in this RFP. 4.2 Clarification of Proposals The LPSB has the right to request clarifications or additional information from the vendor. 4.3 Oral Presentations Written and/or oral discussions/presentations for further clarification may be required of some or all proposers. Commitments made by the proposer at the oral presentation, if any, will be documented and considered binding. LPSB may adjust scoring as a result of the discussion/clarifications provided during the oral presentations. 4.4 Evaluation and Review Proposals will be objectively evaluated as to compliance by a qualified team. Proposals that do not comply may be subject to disqualification without further consideration. Final scoring will be based on a predefined method and the proposal with the highest score will be selected, pending contract negotiations. Price has the highest point value (per SLD rules for evaluating RFPs for e-rate funding), but will not be the sole criteria when selecting the vendor. Engaging into any formal purchasing agreement is contingent upon the appropriation of funds by the LPSB and the Schools and Libraries Division (SLD), and approval by the Livingston Parish School Board. Livingston Parish School Board RFP IC-Y18 revised 2-18-15 Page 11

4.5 Evaluation Rubric Criteria Maximum Points Per Criteria Price for Eligible Services 30 Technical Merit 25 Maintenance & Support 15 Installation 10 LPSB Experience with Vendor/Reference 10 Cost of Ineligible Services 5 Vendor Proximity to LPSB 5 TOTAL 100 4.6 Right to Reject Proposals and Negotiate Contract Terms LPSB reserves the right to reject any and all proposals submitted in response to this RFP, or to cancel this RFP if it is in the best interest of the LPSB to do so. The LPSB may negotiate the terms of the contract, including the award amount, with the selected proposer. If contract negotiations cannot be concluded successfully with the highest scoring proposer, LPSB may negotiate a contract with the next highest scoring proposer, or terminate the entire acquisition process. (La. R.S. 38:2237(9)). 4.7 Notification of Selection The Livingston Parish School Board will notify all vendors in writing via email when a vendor has been selected. Contract negotiations with the selected vendor will begin immediately after selection. 5.1 General Information LPSB wishes to obtain proposals which are: 5 Technical Information a. reliable and cost effective b. aligned with the district s service requirements, educational direction, and continuing goals for high-levels of student achievement c. research-based and proven in a K-12 educational setting d. easily upgradable/expandable to meet future needs e. partnership oriented Vendors are encouraged to learn about the district s current network configuration, requirements, and initiatives. More than one proposal may be submitted offering different network designs and pricing. Use the table format to respond to the technical requirements outlined in sections 5.3 5.6. Livingston Parish School Board RFP IC-Y18 revised 2-18-15 Page 12

LPSB s goal is to implement a robust wired and wireless network which will meet and exceed the demands for capacity due to increased use of digital resources, including but not limited to, cloud connectivity, streaming media, mobile learning, 1:1 initiatives, VDI, and online testing simultaneously for all users. 5.2 Functionally Equivalent Equipment Any reference to a manufacturer s name and model number in the technical requirements is intended merely to establish a standard. Any hardware being proposed that is functionally equivalent will be considered equally acceptable provided that the equipment, so proposed, is, in the opinion of the LPSB, of equal substance and function. Functional equivalence must be proven through documentation provided by the vendor. Substitute items may be rejected at the discretion of the LPSB. During the evaluation phase, LPSB may seek additional information or require demonstrations of compatibility and/or equivalency from vendors who offer functionally equivalent solutions to this RFP. 5.3 General Requirements Provide a response to each question/statement in your proposal. 5.3.1 5.3.2 5.3.3 5.3.4 Provide an overview of your technical experience, qualifications, and background in providing and maintaining proposed hardware and/or service for similarly sized customers. Indicate the prior experience of your company that you consider relevant to this project. Include sufficient detail to demonstrate the relevance of such experience. List and describe the certifications and manufacturer authorizations maintained by your company for the goods and/or services being proposed. LPSB defines a value-added partnership as a collaborative relationship based on mutual trust, equal independence, common goals, and benefits for both parties. LPSB is seeking a vendor who meets that definition. Provide specific examples of how your product and your company will add value to our partnership. All purchased equipment and materials shall be new, non-gray market items. All purchased equipment and materials shall be the latest models and versions of all hardware/software/firmware as approved by LPSB, and shall conform to the highest current applicable industry standards. Defective or damaged equipment and materials shall be replaced or repaired with minimal response time and in a manner which meets the approval of LPSB and at no additional cost to LPSB. 5.3.5 Any model upgrades occurring between receipt of vendor proposal and time for purchasing must be included at the same price as what is being proposed. If necessary, vendor will facilitate the service substitution process. The vendor is responsible to ensure that the equipment being proposed not only meets the performance specifications of the manufacturer but also the technical requirements as outlined in this RFP. Vendor will be responsible for all malfunctions and/or defects in equipment and/or any errors in proposed network design affecting performance. 5.4 Technical Requirements Network Switches Proposals must be accompanied by brochures, product cut sheets and/or specification sheets providing technical specifications as well as specific descriptions of goods and services and systems referenced in this RFP. If the literature, photographs or drawings differ in any manner from the systems and equipment being proposed, such differences MUST be explained in detail. Livingston Parish School Board RFP IC-Y18 revised 2-18-15 Page 13

Note: All schools have multimode fiber connectivity between the MDFs and IDFs. For each of the requirements below, indicate the level of compliance with: Acknowledge. The Vendor has read and understood the information provided; however, no action is required of the Vendor. Comply. Vendor meets the specifications. Partially comply. Vendor meets part of the specification; always explain how, or the deviation. Comply with clarification. Vendor meets the specification; however, the manner in which it is accomplished may be different from that specified by the Livingston Parish School Board. Always provide clarifying information. Exception. Vendor does not meet the specification. Please provide an alternative when possible. Note: Any exception to terms, conditions, or other requirements in any part of this RFP MUST be clearly stated in the vendor s proposal. Otherwise, the LPSB will consider all statements/items offered to be in strict compliance with this RFP, and the successful proposer will be responsible for compliance. In addition to stating the level of compliance, include additional information, as necessary, to support your proposal. 5.4.1 IDF Layer 2 Ethernet Switch: Quantity will vary, depending on location (see attachments) Functionally equivalent to CISCO Catalyst WS-C2960X-48LPD-L The purpose of this switch is to aggregate data from hosts (both wired and wireless) and to provide a vertical connection to a Layer 3 switch on the LAN. 5.4.1.1 Must provide 48 copper Ethernet ports capable of auto-negotiating 10/100/1000 Mbs and at least 2 sfp+ uplink ports capable of 1.0/10 Gbs. 5.4.1.2 Must provide stacking capabilities to tie at least 5 switches together (see attachments for number of switches that need to be stacked at each location). 5.4.1.3 Must provide stacking cables and any modules and/or connectors as needed (see attachments). 5.4.1.4 Must support multiple VLANs. 5.4.1.5 Must support a VLAN configuration protocol (such as VTP), IP snooping, loop detection, and LLDP. 5.4.1.6 Must support POE+ with a minimum of a 370 Watts. Livingston Parish School Board RFP IC-Y18 revised 2-18-15 Page 14

5.4.1.7 Must operate using 110-volt AC power. 5.4.2 Data Center Switch: One (1) modular core switch for WAN aggregation at the Livingston IDF Parish Central Office (NIF). Functionally equivalent to: 1 C6807-XL with 2 C6800-32P10G fiber sfp+ blades and 1 WS-X6848-TX-2T copper RJ- 45 *Note: LPSB plans to migrate 2 existing VS-S2T-10G supervisors into the new enclosure but will entertain other competitive offers. 5.4.2.1 Must provide a minimum of 54 sfp+ ports for WAN aggregation 1/10 Gbs connectivity. 5.4.2.2 Must provide a minimum of 48 copper RJ-45 ports for 10/100/1000 connectivity. 5.4.2.3 Must contain at least 7 bays/slots for anticipated WAN growth. 5.4.2.4 Must be scalable to high density 40 Gbs. 5.4.2.5 Must support 100 to 240 VAC. Our intent is to power the unit using 208 VAC single phase. 5.4.2.6 Must include adequate power supplies to fully power a full chassis. 5.5 Technical Requirements Wireless LPSB s goal is to provide dense wireless connectivity to mobile devices simultaneously connected in classrooms, libraries, cafeterias, commons areas, and gyms and auditoriums where applicable. Proposals must be accompanied by brochures, product cut sheets and/or specification sheets providing technical specifications as well as specific descriptions of goods and services and systems referenced in this RFP. If the literature, photographs or drawings differ in any manner from the systems and equipment being proposed, such differences MUST be explained in detail. For each of the requirements below, indicate the level of compliance with: Acknowledge. The Vendor has read and understood the information provided; however, no action is required of the Vendor. Comply. Vendor meets the specifications. Partially comply. Vendor meets part of the specification; always explain how, or the deviation. Livingston Parish School Board RFP IC-Y18 revised 2-18-15 Page 15

Comply with clarification. Vendor meets the specification; however, the manner in which it is accomplished may be different from that specified by the Livingston Parish School Board. Always provide clarifying information. Exception. Vendor does not meet the specification. Please provide an alternative when possible. Note: Any exception to terms, conditions, or other requirements in any part of this RFP MUST be clearly stated in the vendor s proposal. Otherwise, the LPSB will consider all statements/items offered to be in strict compliance with this RFP, and the successful proposer will be responsible for compliance. In addition to stating the level of compliance, include additional information, as necessary, to support your proposal. 5.5.1 Access Points: Access Points (APs) must be able to provide connectivity for up to 35 devices (35:1 ratio) simultaneously. Functionally equivalent to AIR-CAP2702I-x-K9 5.5.1.1 Must be based on 802.11ac radio technology and support a minimum of 3x3 MIMO with three spatial streams. APs must also be backwards compatible to support 802.11 a/g/n and include beamforming. 5.5.1.2 Must include radios for both 2.4 GHz and 5 GHz. 5.5.1.3 Must support 40MHz-wide channels in 5GHz for 802.11n and 80MHz-wide channels for 802.11ac. 5.5.1.4 Must support the CAPWAP protocol for centralize wireless architectures 5.5.1.5 Must support hardware-based spectrum analysis capability to combat performance problems due to wireless interference. 5.5.1.6 Must support robust QoS capabilities. 5.5.1.7 Must support radio resource management (RRM) technology to automatically configuring RF settings such as dynamic channel assignment and transmit power. 5.5.1.8 Must support technology that optimizes overall network capacity in mixed-client environments by helping ensure that 802.11a/g/n and 802.11ac clients operate at the best possible rates, especially when they are near cell boundaries. Ideally, we would like this technology to offer optimizations in both the upstream and downstream direction. Livingston Parish School Board RFP IC-Y18 revised 2-18-15 Page 16

5.5.1.9 Must support technology to steer dual-band-capable clients from 2.4 GHz to 5 GHz. 5.5.1.10 Must support technology that optimizes multicast video over a wireless network. 5.5.1.11 Must support the ability to serve clients and monitor the RF environment concurrently. 5.5.1.12 Must support Hardware-based DTLS encryption on CAPWAP Standard. 5.5.1.13 Must support a distributed encryption/decryption model. 5.5.1.14 Must support 16 WLANs per AP for SSID deployment flexibility. 5.5.1.15 Must be able to be mounted to either drop tile ceilings or to masonry walls. 5.5.2 Controller(s): A central controller solution is required for the management of access points. Functional Equivalent: AIR-CT8510-X-K9 5.5.2.1 Must be able to manage existing LPSB access points as well as any proposed above. (Current models: 2602i 227, 3502i 190, 3602i 89, and 3702i 333 for a total of 839 APs) 5.5.2.2 Must be fully licensed to manage the District s current AP count of 839 as well as all additional APs provided through this RFP. 5.5.2.3 Must be able to be paired with another controller in high availability mode. LPSB would prefer a controller bundle that offers a fully-licensed main controller paired with one that is in active standby. 5.5.2.4 Must provide the capability of a user moving from one AP to another without noticeable loss of connectivity. 5.5.2.5 Must support rogue access point detection. 5.5.2.6 Must support Application Visibility Control or Layer 7 control. Livingston Parish School Board RFP IC-Y18 revised 2-18-15 Page 17

5.5.2.7 Must have the ability to scale up the number of AP's should the school district wish to expand the network in the future. (a minimum of 4000 Access Points and 30000 connected devices) 5.5.2.8 Must provide authentication through Active Directory. 5.5.2.9 Must provide a guest portal to allow unauthenticated user access to the Internet, yet still utilize the district s web filter. Must offer the ability to manage all AP s as one wireless network via a single management 5.5.2.10 platform. (LPSB s current management solution is Cisco Prime Infrastructure.) 5.6 Technical Requirements Wiring LPSB utilizes a wiring standard in all new construction and building renovation. This standard is entitled Livingston Parish Public Schools Communication Specifications (ComSpec). A full copy of the ComSpec is located at http://www.lpsb.org/community/business_department/purchasing_information. Any product specific references are for functional equivalence only. Proposals must be accompanied by brochures, product cut sheets and/or specification sheets providing technical specifications as well as specific descriptions of goods and services and systems referenced in this RFP. If the literature, photographs or drawings differ in any manner from the systems and equipment being proposed, such differences MUST be explained in detail. For each of the requirements below, indicate the level of compliance with: Acknowledge. The Vendor has read and understood the information provided; however, no action is required of the Vendor. Comply. Vendor meets the specifications. Partially comply. Vendor meets part of the specification; always explain how, or the deviation. Comply with clarification. Vendor meets the specification; however, the manner in which it is accomplished may be different from that specified by the Livingston Parish School Board. Always provide clarifying information. Exception. Vendor does not meet the specification. Please provide an alternative when possible. Note: Any exception to terms, conditions, or other requirements in any part of this RFP MUST be clearly stated in the vendor s proposal. Otherwise, the LPSB will consider all statements/items offered to be in strict compliance with this RFP, and the successful proposer will be responsible for compliance. In addition to stating the level of compliance, include additional information, as necessary, to support your proposal. Livingston Parish School Board RFP IC-Y18 revised 2-18-15 Page 18

5.6.1 Vendor (or proposed subcontractor) must have all applicable state licensing and be able to provide any additional statutory requirements (such as bonds or permits) as applicable for installing wired telecommunication services. Provide the name and license number of the company providing the wiring. 5.6.2 The contractor must be certified to install and terminate both copper and fiber. 5.6.3 Wireless Access cables shall be Category 6A compliant with ANSI/TIA/EIA-568-C.2-1, 100 ohms, four-pair, 24 gauge copper, plenum or riser-rated where specified, unshielded twisted pair cables. The outer jacket of the cable shall be YELLOW in color. (ComSpec 2.4) Functional Equivalent: Genspeed 10,000 6A CMR 7133822, Genspeed 10,000 6A CMP 7131822 5.6.4 Wireless access cables shall be terminated at the patch panel with a Cat6A black data jack, and wired T568B. Cat6A jack shall be adorned with a YELLOW icon. (ComSpec 2.9A) Functional Equivalent: Part Numbers: Cat6A Black Jack CJ6X88TGBL and Yellow Icon CIDYL-C). 5.6.5 WAP shall be terminated at the device end with a Panduit Cat6A Ivory data jack, and wired T568B with a 10ft service loop. Cat6A jack shall be adorned with a YELLOW icon. Cat6A jack shall be extended 3 below the ceiling grid at the approved WAP mounting location. Functional Equivalent: Cat6A Ivory Jack CJ6X88TGEI, Yellow Icon CIDYL-C 5.6.6 Cabling for the access points should be pulled to the closest data rack, where applicable. 5.6.7 All data drops must be tested and certified. Testing shall conform to the ANSI/TIA/EIA-568- C.2-1 standard. Testing shall be accomplished using Level III or higher field testers. (ComSpec 3.9) 5.6.8 Vendor must supply cables of appropriate length and type to connect from patch panel to POE switch. One foot (1 ) is preferred and should work for the majority of connections, however 3 lengths may be needed in some IDFs. (ComSpec 3.10) Livingston Parish School Board RFP IC-Y18 revised 2-18-15 Page 19

5.7 Technical Requirements Additional Components 5.7.1 Proposers should provide a percentage off catalog discount to cover essential items that may not have been proposed but required to deliver the solution. 5.7.2 Vendors should propose uninterruptable power supplies for the areas listed below. LPSB may eliminate these items if it is determined that the existing UPSs are adequate for the proposed networking equipment. 44 UPSs for IDFs: 1000VA Must support 800 Watts of output capacity Must provide 120 volt output Must have at least 6 NEMA 5-15R outlets Must accept 120 Volt input Must be 1U rack mountable with mounting brackets Must be less than 18 in depth. 1 UPS for Core: Functionally equivalent to APC Smart-UPS SRT 8000VA RM 208V 6U Must support 8000 Watts of output capacity Must provide 220, 240 volt output Must have at least 4 NEMA L6-20R outlets & 2 NEMA L6-30R Must accept 208 Volt input Must be rack mountable 6 Installation Provide a response regarding how the proposer will meet each requirement in the space provided. For each of the requirements below, indicate the level of compliance with: Acknowledge. The Vendor has read and understood the information provided; however, no action is required of the Vendor. Comply. Vendor meets the specifications. Partially comply. Vendor meets part of the specification; always explain how, or the deviation. Comply with clarification. Vendor meets the specification; however, the manner in which it is accomplished may be different from that specified by the Livingston Parish School Board. Always provide clarifying information. Exception. Vendor does not meet the specification. Please provide an alternative when possible. Note: Any exception to terms, conditions, or other requirements in any part of this RFP MUST be clearly stated in the vendor s proposal. Otherwise, the LPSB will consider all statements/items offered to be in strict compliance with this RFP, and the successful proposer will be responsible for compliance. Livingston Parish School Board RFP IC-Y18 revised 2-18-15 Page 20

In addition to stating the level of compliance, include additional information, as necessary, to support your proposal. 6.1 Installation Plan: Describe how your company manages the installation and testing process, including the roles of key project personnel. Provide your standard installation time frames. In the event LPSB decides it is the best interest of the district and elects to award different areas of the proposal to different vendors, each vendor will be required meet the guidelines listed in Section 6. LPSB prefers that all equipment is warehoused and managed offsite and will not be responsible for the delivery of equipment to schools. Please indicate your ability to do so. Installation Staff: Identify the make-up of the technical staff who will be assigned to install 6.2 the goods and/or services being proposed. Outline their experience/certifications with the proposed goods and/or services. Subcontractors: Vendors may enter into subcontractor arrangements; however, they should 6.3 acknowledge in the proposal total responsibility for the entire project. The use of any subcontractor(s) will not relieve the vendor from total responsibility for design, engineering, order, delivery, installation, cutover, maintenance and support services of all hardware, software, equipment and materials proposed. Any subcontractor performing work on the project or services on behalf of the vendor shall be bound by the conditions and provisions of the contract/agreement. Nothing contained in any vendor/lpsb contract/agreement shall create any contractual or liability between the subcontractor and the LPSB. If the vendor intends to subcontract for portions of the work, the vendor must identify any subcontractor relationships and include specific designations of the tasks to be performed by the subcontractor. For each proposed subcontractor, include company name and address, license numbers, management contact person, subcontractor's qualifications to perform such work, a written statement from the subcontractor verifying their capability and commitment to perform the services indicated, and a minimum of three (3) customer references (with contact names, email addresses, and telephone numbers) from past subcontractor projects with a similar scope work. Vendor shall provide LPSB notice and a copy of any agreement for which vendor subcontracts all or part of the services to be provided herein. Project Management: Vendor must guarantee that all work will be managed by a qualified 6.4 and designated project manager, who shall: 1) attend all scheduled project status meetings (including responsibility for generating and distributing meeting minutes), 2) be available to LPSB at all reasonable times, 3) be responsive to LPSB s questions, problems and/or concerns, 4) be on-site at scheduled times to inspect work progress, and 5) be on-site during critical phases of work, including network systems testing, cutover and first day in service. The designated project manager whose name and phone numbers shall be provided to LPSB prior to initiation of any on-site work under any contractual agreement, shall: 1) be the Livingston Parish School Board RFP IC-Y18 revised 2-18-15 Page 21

vendor s single point of contact with LPSB, 2) have overall responsibility for all work until final project acceptance, and 3) have the authority to make necessary decisions and enlist necessary resources to ensure successful completion of all work in the required timeframes. LPSB reserves the right to accept or not accept the vendor s proposed project manager. Any change in the vendor s selected and approved project team members must be approved in advance, in writing, by LPSB. This is to assure that persons with vital experience and skill are not arbitrarily removed from the project by the vendor. Personnel changes not approved by LPSB may be cause for LPSB to terminate the contract. Vendor project manager will be responsible for knowledge-transfer prior to and during cutover. Project manager will also be responsible for turning over all necessary documentation on the installation. This documentation includes but is not limited to product materials, configurations, and network diagrams. Work Performance and Standards: Vendor warrants and represents to the LPSB that the 6.5 installation of all contracted services and systems shall be completed in a professional manner and in accordance with the highest standards of the industry. Liaison and Coordination: Vendor must provide a liaison to coordinate functions and 6.6 activities, in a timely and professional manner with any other involved contractors, subcontractors, and vendors on behalf of the LPSB during the entire implementation period. Safety: Vendor shall be solely and completely responsible for the public safety and 6.7 convenience of all persons and property where work related to this RFP is being performed, during all phases of the work. This requirement shall apply continuously during the term of the contract period and shall not be limited to normal working hours. Work Area: Throughout the progress of the work, vendor shall keep the working areas free 6.8 from debris. Vendor must remove from the premises, in a manner reasonably acceptable to LPSB, all refuse resulting from any work being done. At the completion of the project, vendor shall leave the premises in a clean and finished condition to the satisfaction of the LPSB. Building Damages: Vendor shall take precautions to protect LPSB property. Vendor shall be 6.9 liable and responsible for building damages caused by reasons of its work. Repairs of any kind required will be made and charged to the vendor. No cutting, drilling, or altering of any kind shall be done to LPSB property without first obtaining written permission from LPSB. Livingston Parish School Board RFP IC-Y18 revised 2-18-15 Page 22

6.10 Inspections: LPSB and/or its representative shall have the right to inspect work at any time. In the event of questionable work, LPSB s reasonable decisions with respect to necessary corrective action shall be final. A joint inspection shall be made of the systems or service by LPSB and vendor representatives before acceptance. The inspection shall be of such character and extent as to disclose any unsatisfactory condition of apparatus, equipment, or service. Upon discovery and validation of the existence of any unacceptable conditions, vendor shall act to rectify such conditions as quickly as possible so as not to negatively impact the project implementation schedule. LPSB shall be notified in writing of the correction of all unacceptable conditions as soon as they are completed. LPSB reserves the right to re-inspect corrected work. Liability: Vendor shall be fully liable for the actions of its employees, partners, etc. and shall 6.11 fully indemnify and hold harmless the LPSB from suits, actions, damages, and costs of every name and description relating to personal injury and damage to real or personal tangible property caused by the vendor, its employees, partners, etc. during the installation process. Each proposer must submit the following with the proposal: a. Certificate of Insurance showing Workman s Compensation b. Certificate of Insurance for Liability Equipment Installation: All equipment must be installed with the latest software/firmware 6.12 releases unless LPSB determines that it is not in its best interest to do so. While LPSB prefers a turn-key installation, the following specifics should be carried out in either case: 1. Hardware Vendor will mount, install, configure, and tag all hardware. a. Switches: stacking modules, stack config, switch config and management system registration. b. UPSs: mounting, connecting, verifying operation (equipment only responses may be entertained from distributors pending unit price) c. Access Points: flexible config for managed and standalone modes, connection to the controller, mounting on ceiling, verifying end-to-end connectivity, and management system registration. d. Core: as Switches and UPSs above including full WAN connectivity verification. 2. Wiring Vendor will run, terminate, test all circuits end-to-end, provide documentation of testing, and adhere to ComSpec guidelines. a. 6A Yellow Patch cables will be required for all APs, one will connect to the AP and one will connect to the patch panel/switch. (equipment only responses may be entertained from distributors pending unit price) Facility Coordination: The vendor must be responsible for coordinating facility installations 6.13 with LPSB Technology Department Staff. The vendor and its representatives must follow all applicable school district regulations while on Livingston Parish School Board property, including policies addressing no smoking, no weapons, and drug-free zone. No work shall interfere with school activities or environment unless permission is given by the appropriate authority. All vendor personnel must be identified by the use of identification badges and Livingston Parish School Board RFP IC-Y18 revised 2-18-15 Page 23