Upload
others
View
6
Download
0
Embed Size (px)
Citation preview
Midlothian Independent School District REQUEST FOR PROPOSAL (RFP) No. 1819‐002
Data Center Compute, Storage and Network Electronics
Issued Date: September 28, 2018
Proposals shall be received by 2pm (CST) on October 25, 2018
Proposals shall be delivered to: Midlothian ISD
Attn: Purchasing Department 100 Walter Stephenson Rd.
Midlothian, TX 76065
Written by: Greg Violette Mike Indergard Russ Johnson
3408 HILLCREST DRIVE Waco, Texas 76708
512.451.5445 www.tncg.com
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 2
The Request for Proposal form shall be signed in ink and returned with proposal by the stated date and time to be considered for an award.
PROPOSAL SUBMITTED BY:
(Company Name)
(Address)
(State/Zip Code)
(Typed Name of Person Submitting the Proposal)
(Phone #) (Fax #)
(Date of Proposal Submission)
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 3
SCOPE AND SPECIFICATIONS OF THE PROPOSAL SCOPE:
THE DISTRICT PLANS TO PROCURE AN INTEGRATED DATA CENTER SOLUTION (COMPUTE,
STORAGE, AND VIRTUALIZATION) FOR ITS NEWLY CONSTRUCTED DATA CENTER TO SUPPORT A
CENTRALIZED, DISTRICT‐WIDE SYSTEM FOR MIDLOTHIAN ISD. SECONDARILY, THE DISTRICT
SEEKS TO PROPERLY BUILD‐OUT ITS DISASTER RECOVERY CENTER LOCATED AT A REMOTE
CAMPUS.
BUILDINGS INCLUDE:
Administration Building Data Center (“DC1”)
Heritage High School Disaster Recovery Site (“DC2”)
THE DISTRICT EXPECTS THIS PROJECT WILL BE A TURN‐KEY IMPLEMENTATION. “TURN‐KEY” IS
DEFINED TO INCLUDE: SHIPPING, DELIVERY AND PROVISION OF MATERIALS AND EQUIPMENT;
INSTALLATION; CONFIGURATION; TESTING; DOCUMENTATION; AND TRAINING THE DISTRICT TO
USE, MONITOR, AND MAKE MINOR ADJUSTMENTS TO SYSTEMS AS NEEDED.
The selected contractors shall provide additional system components typically and
reasonably required to make the system operational even though not specifically
indicated in drawings, appendices, or specifications, including but not limited to patch
cables, connectors, connecting accessories, power supplies, power cords, rack
mounting adapters and shelves, cover plates and related connector and termination
hardware required by but not supplied with the equipment.
THE SUCCESSFUL CONTRACTOR SHALL BE A COMPUTE/STORAGE SYSTEM/SERVICE PROVIDER
CAPABLE OF PROVIDING THE FOLLOWING (DETAILED SPECIFICATIONS ARE PROVIDED LATER IN
THIS RFP DOCUMENT):
Installing and configuring converged/hyperconverged computing systems.
Installing and configuring fabric and storage switches.
Installing and configuring storage and backup systems.
Installing and configuring server virtualization systems.
EXISTING INFRASTRUCTURE
Compute – The District’s existing platform consists of six (6) Dell PowerEdge servers.
Four (4) R510s each have Xeon 5650 2.67 GHz processors, 2 sockets, 6 physical cores
per socket, 132 GB RAM, 12 TB SATA drives, and six (6) 1Gb network adapters. Two (2)
R520s each have Xeon E5‐2430 2.2 GHz processors, 2 sockets, 6 cores per socket, 164
GB RAM, 12 TB SATA drives, and six (6) 1Gb network adapters.
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 4
Server OS – Most servers are Windows Server 2016. MISD has an Enterprise Agreement
with Microsoft.
Virtualization – All virtual servers are VMWare VSphere 5 Enterprise. The District uses
vCenter for management. There are approximately 50 guest VMs across 6 host servers.
Server Storage Capacity
Used Storage
IOPS Peak Disk Throughput
Read/Write Ratio
Peak Network
ESX1 391GB 57GB 61 at 95%
1.00MB/s 12% / 88% 1.47MB/s
ESX2 271GB 1GB 32 at 95%
3.60MB/s 41% / 59% 595.70KB/s
ESX3 271GB 1GB 1198 at 95%
100.90MB/s 96% / 4% 2.38MB/s
ESX4 829GB 4GB 102 at 95%
3.40MB/s 0% / 100% 10.99MB/s
ESX5 274GB 6GB 81 at 95%
1.70MB/s 38% / 62% 25.83MB/s
ESX6 2.80TB 2.54TB 67 at 95%
1.40MB/s 25% / 75% 1.90MB/s
Storage – The District has an EMC VNX5100 at the Administration Data Center
purchased in 2011. There are five (5) DAEs, 536 GB of space consists of 71 SAS drives
and another 96 GB consists of three (3) SSD drives. Approximately 10 TB is used.
Connectivity – Host‐to‐storage connectivity is Fiber Channel, FCoE, and iSCSI.
Performance Envelope – The current environment is described below only as a frame
of reference:
CPU Peak CPU Net CPU Cores
39.23GHz 168.00GHz 72
Memory Peak Memory Usage
Total Memory
559.34GB 831.86GB
Storage Used GB Free GB Total GB
8.65TB 7.85TB 16.50TB
Performance IOPS at 95% Peak Aggregate Network
Average Daily Write
1398 42MB/s 309.01GB
Backup – The District uses an EMC Data Domain DD2200 at Admin and at Heritage for
its primary backup, each purchased in 2015, each with 25 TB raw, and running version
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 5
5.5.1.4‐464376. Veeam Availability Suite Enterprise Edition licensed for 12 CPU sockets
for VM backup. The District does not currently use any offsite or cloud backup solution.
Major Applications – The District uses the following applications on‐premise: Powerschool, a Student Information Systems application powered by an Oracle database at about 1TB.
Skyward, a Business Information Systems application powered by a Progress database, at 600GB.
Destiny, a library management application powered by a SQL database, at 200 GB. Filewave, a mobile device management solution powered by a Linux database at 200 GB.
Nutrikids, a point‐of‐sale system with a SQL database, at 200 GB.
LAN/WAN – The District is a Cisco powered network with two (2) Catalyst 6880 WAN
aggregation switches at the Administration Data Center and at Heritage, configured as
a single virtual switch. The direct link between the two switches is 40Gbps. The WAN
is an optical DWDM network with nodes at Admin, Heritage, and two elementary school
campuses. Each campus is connected via two (2) 10Gb connections; one to each
nearest DWDM node, with expandability to 100Gbps.
Management – The District uses Solarwinds suite including the following:
Network Performance Monitor (unlimited nodes) Netflow Traffic Analyzer Network Configuration Manager (up to 100 nodes) Network Topology Mapper Server and Application Monitor (up to 300 nodes) IPAM (unlimited)
Cloud Applications – The District uses the following cloud applications:
Google Apps for Edu for staff Google Apps for Edu for students
Specialized applications for K12, such as transportation routing & planning, student lunch and school fees, and others.
UPS – At the Admin building, the District has an APC Symmetra LX 16kVA and a series
of APC Smart‐UPS powering each rack. At Heritage, there are a series of APC Smart‐
UPS’s powering each rack. No unit is over 60% load.
Cabling – The District standardizes on OM4 50‐micron horizontal plant cabling and fiber
patch cables and Panduit Category 6/6A for copper patch cables.
District size – Midlothian ISD is comprised of two (2) high schools, two (2) middle
schools, seven (7) elementary schools, and five (5) non‐instructional facilities. Student
enrollment is approximately 9,300. In the next three (3) years, district enrollment is
expected to increase by 30%.
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 6
Internet – The District has a 2Gb connection provided by Spectrum and a 1Gb
connection provided by AT&T, both located at the Admin building. The District is
protected by an enterprise‐grade next‐generation firewall pair and content filter
solution.
REFERENCE TO EXISTING EQUIPMENT AND BRANDS
Existing Manufacturers – The listing of existing brands, makes, and models of
equipment is for the sole purpose of describing the current environment in detail. All
comparable and compatible solutions where not specified that meet the required
specifications will be considered on the basis of the evaluation criteria set herein.
WARRANTY
Warranty – In all instances except where noted, please include five (5) years of
manufacturer’s maintenance and support. The terms except where noted, should be
8x5xNBD (Next Business Day).
Midlothian ISD reserves the right to modify the Scope and Specifications as
circumstances require, including but not limited to adding, changing, or deleting
proposed locations/devices.
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 7
RESPONDENT’S CHECKLIST
Proposers must provide the documents/information requested below. If documents are missing or incomplete, or information requested is not included with the proposal, Proposer(s) will receive commensurate point deductions during the evaluation process.
Item Respondent
Initials Administration
Review
Proposal Form and Unit Pricing
Proposal Bond
Conflict of Interest Questionnaire
Felony Conviction Notice
Contractor Criminal Background Certification
Statement of Debarment
Affidavit of Non‐Discriminatory Employment
Certificate of Residency
Statement of Non‐Collusion
Disclosure of Interested Parties
EDGAR certification
Certification & Verification Regarding Terrorist Organizations & Boycotting of Israel
Request for Taxpayer Identification Number & Certification (W‐9)
Authorized Installer Certifications from manufacturer(s)
IMPORTANT DATES:
RFP Issued: September 28, 2018
Optional Pre‐Proposal Meeting October 4, 2018 10:00 a.m. CST
Optional Site Visit October 4, 2018 10:30 a.m. CST
Questions Due By: October 16, 2018 5:00 p.m. CST
Last Addendum Issued: October 18, 2018
Due Date for Responses: October 25, 2018 2:00 p.m. CST
SUBSTANTIAL/FINAL COMPLETION: Project is expected to be completed during holiday break in December 2018, with a substantial completion date of January 4, 2019. Proposer shall submit a proposed project schedule with proposal.
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 8
SUBMITTAL REQUIREMENTS: One (1) original and three (3) complete hard copies including insurance, bonding, and all other documents of the Proposal shall be submitted to the following address:
Midlothian ISD Attn: Purchasing Department 100 Walter Stephenson Rd. Midlothian, TX 76065
Provide searchable, electronic copies in PDF (*.pdf) format with Microsoft Excel (*.xlsx) copies of all Bill of Materials, on four (4) separate USB flash drives.
The Proposal is to be signed only by an authorized signatory of the proposing firm.
PROPOSER’S SIGNATURE COMPANY NAME
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 9
TABLE OF CONTENTS SCOPE AND SPECIFICATIONS OF THE PROPOSAL .................................................................................. 3
RESPONDENT’S CHECKLIST ................................................................................................................... 7
TABLE OF CONTENTS ............................................................................................................................. 9
TERMS AND CONDITIONS ..................................................................................................................... 9
SUBMITTAL REQUIREMENTS AND PROPOSAL FORMAT ..................................................................... 12
PROPOSAL FORM AND COST DETAIL .................................................................................................. 16
CONFLICT OF INTEREST QUESTIONNAIRE ........................................................................................... 21
FELONY CONVICTION NOTICE ............................................................................................................. 22
CRIMINAL BACKGROUND CHECK CERTIFICATION FOR CONTRACTORS .............................................. 23
STATEMENT OF DEBARMENT ......................................................................................................... 26
AFFIDAVIT OF NON-DISCRIMINATORY EMPLOYMENT ................................................................... 27
CERTIFICATE OF RESIDENCY ............................................................................................................ 28
STATEMENT OF NON‐COLLUSION ................................................................................................... 29
DISCLOSURE OF INTERESTED PARTIES ............................................................................................ 30
EDGAR CERTIFICATIONS .................................................................................................................. 31
CERTIFICATION & VERIFICATION REGARDING TERRORIST ORGANIZATIONS & BOYCOTTING OF ISRAEL 37
TERMS AND CONDITIONS ............................................................................................................... 38
COST & BILL OF MATERIALS ............................................................................................................ 51
REFERENCES AND SUPPORT ............................................................................................................ 52
PROPOSAL/BID BOND FORM .......................................................................................................... 54
PERFORMANCE BOND FORM .......................................................................................................... 56
TECHNOLOGY SYSTEMS REQUIREMENTS ....................................................................................... 58
COST & BILL OF MATERIALS ............................................................................................................ 74
INSTALLATION METHODOLOGY AND DRAWINGS .......................................................................... 74
ACCEPTANCE TESTING .................................................................................................................... 74
RESPONDENT AND SUBCONTRACTOR QUALIFICATIONS, SUPPORT CAPABILITIES, AND REFERENCES ................................................................................................................................................ 75
PROJECT AND MAINTENANCE TEAM .............................................................................................. 76
EXCEPTIONS AND CLARIFICATIONS ................................................................................................. 76
VALUE‐ADD ..................................................................................................................................... 77
Appendix‐A: MISD board approved sample AIA A101 and A201 contract documentation. ...................... 78
TERMS AND CONDITIONS
IT SHALL BE THE VENDOR’S RESPONSIBILITY TO REVIEW AND COMPLY WITH THE TERMS AND CONDITIONS OF THIS PROPOSAL AS OUTLINED HEREAFTER
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 10
STATEMENT OF INCLUSION/APPLICABILITY
The Instructions to Proposers apply to all Proposal Invitations issued by the Midlothian
ISD, and by this inclusion, they become an integral part of any contract which is awarded
or purchase order which is issued in association with this Proposal Invitation.
PROPOSAL PREPARATION AND SUBMISSION PROCEDURES
Proposals will be received until 2:00 p.m. CST on October 25, 2018.
Each proposal must be submitted in a SEALED envelope. The outside of the envelope
(or other package or container) must bear the following information in clear and legible
form:
In the upper left‐hand corner: print the full name and address of the proposing entity, and the name and telephone number, including the area code, of the person to contact with questions about the proposal submission, and
In the lower left‐hand corner: “Proposal Enclosed,” the proposal name, proposal number, and submission deadline indicated on the Notice of Invitation to Proposal.
Proposals may be submitted by U. S. Mail, common carrier, or other courier or delivery
service, or by hand delivery. If forwarded by mail or other courier or delivery service,
the sealed envelope, identified as indicated above, should be enclosed in another
envelope addressed as specified below. Midlothian Independent School District will not
be responsible for proposals or related correspondence that are, undelivered,
misplaced, or received after the date and time stated.
Proposals may be mailed to or hand delivered to:
Midlothian Independent School District Attn: Purchasing Department 100 Walter Stephenson Rd. Midlothian, Texas 76065
Proposals, which are opened prior to the proposal opening because of failure to adhere
to the above addressing and identification criteria, will not be considered and will not
be returned. Proposals received after the deadline will not be accepted for
consideration and will be returned unopened. Proposals received in an unsealed
condition will not be considered and will not be returned. Faxed proposals or related
communications will not be accepted.
A representative of the proposing entity who is authorized to enter into contracts on
behalf of the proposing entity must manually sign the Proposal Certification Form in ink.
The person signing the proposal must indicate his/her title along with a signature.
Proposals received without a manual signature from an authorized representative will
not be considered.
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 11
Proposers must use the proposal forms provided and must submit with the proposal.
Any change made to any written response on any of the proposal documents must be
made in ink by marking through the original entry and clearly entering the new
information alongside the change. Changes must not be made with correction fluid. All
changes must be “initialed” by the person making the change, and the name of the
person who initialed the change must be noted in a footnote on the same page
containing the correction. Failure to return any document or information requested as
part of the proposal response may result in the rejection of the entire proposal.
Proposers or their authorized representatives are expected to fully inform themselves
as to the terms, conditions, requirements and specifications of this proposal invitation
before submitting proposals. Failure to do so will be at the Proposer’s own risk.
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 12
SUBMITTAL REQUIREMENTS AND PROPOSAL FORMAT
PROPOSAL CLARIFICATION QUESTIONS:
After reviewing all proposals received in response to this RFP, the District may develop
a list of clarification questions to be addressed by the Respondent. The District or its
agent shall send these questions to the Respondent for clarification. The Respondent
shall provide a response within three (3) business days following the inquiry.
PROPOSAL REQUIREMENTS:
Proposals shall be submitted by tab number as instructed below. The Respondent
agrees and shall comply with all provisions and specifications as stated in this RFP unless
otherwise stated in the Exceptions section of this RFP. Any additional costs or factors to
meet a specification or requirement must be noted in the Exceptions section. Failure to
respond to these requirements may result in the proposal being considered non‐
responsive.
TAB 1 ‐ Minimum Criteria 1 Proposal Bond 2 Cover Letter – with overall price, any special conditions, and signature
Proposal Form 3 A brief profile of the firm, including the following:
a A brief history of the business b Organizational structure of business, including principals and officers c The overall qualifications of the business to provide the services
requested. d Illustrate experience with projects of similar size and complexity
TAB 2 ‐ Required Documents 1 Proposal Form and Unit Pricing 2 Proposal Bond 3 Conflict of Interest Questionnaire 4 Felony Conviction Notice 5 Contractor Criminal Background Certification 6 Statement of Debarment 7 Affidavit of Non‐Discriminatory Employment 8 Certificate of Residency 9 Statement of Non‐Collusion 10 Disclosure of Interested Parties 11 EDGAR certification 12 Certification & Verification Regarding Terrorist Organizations & Boycotting
Of Israel 13 Request for Taxpayer Identification Number & Certification (W‐9) 14 Authorized Installer Certifications from manufacturer(s)
TAB 3 ‐ Executive Summary/Overview 1 Written summary of the understanding of the scope of work to be
performed (for every proposal/system being responded to).
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 13
2 Technical summary of the system proposed, including details about any “value add improvements” over and above the base requirements (for every proposal/system being responded to).
TAB 4 ‐ Project Team/Project Manager Resumes/ Individual Certifications TAB 5 ‐ Bill of Materials and Pricing Guarantee Letter TAB 6 ‐ Installation Methodology and proposed schedule TAB 7 ‐ Quality Control Plan
1 Proposer shall provide detailed company Quality Control procedures, examples of QC plans/results, and checklists, etc. for each system proposed (PA/Bell/Clock).
TAB 8 ‐ Support, Qualifications, and References 1 Proposer Qualifications 2 Support Capabilities 3 References 4 Contractor qualifications form (all systems being proposed) 5 Certifications and/or letter from manufacturer(s) that the firm is an
authorized installer and maintenance provider for each system proposed (PA/Bell/Clock).
TAB 9 ‐ Exceptions, Assumptions, and Clarifications Alternate Proposals:
In addition to the base proposal, Proposers who wish to submit an alternate proposal
may do so. Alternate proposals shall clearly describe the proposed changes and shall
include any price changes from the original base proposal.
SELECTION CRITERIA:
Proposals shall be evaluated based on, but not limited to, the following criteria:
Evaluation Criteria
Item Description Possible Points
1 Cost ‐ Base Price 30
2 Cost ‐ Unit Pricing 5
3 Proposer: Ability to execute and perform, length of time in business, number of active customers, and company structure.
15
4 Support: Number of overall full time, installers/technicians, certified technicians, remote and on‐site response time guarantee, dispatch distance, and maintenance capabilities.
15
5 Understanding of requirements: Scope of work, bill of materials 15
6 References (may include past experience with Midlothian ISD) 10
7 Quality of Proposal 10
Total Points 100
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 14
Cost – Base Price (30 points) – The price included in the RFP response shall be the price
evaluated. There SHALL NOT be an opportunity for a best and final offer.
Respondent is encouraged to include their best prices in their initial response. The
lowest cost proposal shall receive 30‐points. Other proposals shall receive a percentage
of points.
Cost – Unit Price (5 points) – The unit prices included in the RFP response shall be the
price evaluated. For evaluation purposes, the evaluation team shall use the detailed bill
of materials in the Proposer’s response.
Proposer (15 points) – Ability to meet the District’s technology configuration goals,
hardware/network configuration, feature functionality, systems management, and
compatibility with existing systems.
Support – (15 points) – Number of overall first‐party full‐time installers/technicians,
manufacturer certified technicians, dispatch distance, maintenance capabilities,
Installation methodology, project and maintenance teams experience and
certifications, long term product support, remote and on‐site response time guarantee.
Understanding of requirements – (15 points) – Proposer’s understanding of the Scope
of Work and completeness of Bill of Materials in proposal.
References – (10 points):
7‐10 points: All three references are favorable and all three are similar to the project and organization as specified in this RFP.
4‐6 points: All three references are favorable and one or two are not similar to the project and organization as specified in this RFP.
0‐3 points: Any reference provides unfavorable comments about the Proposer. Or all three references are favorable, but none are similar to the project and organization as specified in this RFP.
Positive or negative past experience with Midlothian ISD may result in additional points or reduction in points in this category.
Quality of proposal – Proposers will be awarded up to 10 points based on the quality of
the proposal including providing the correct quantity and all required and requested
information in a complete, neat and organized proposal.
EVALUATION COMMITTEE:
Proposals shall be evaluated by an Evaluation Committee established by Midlothian ISD
and True North Consulting Group. The Evaluation Committee will make award
recommendations to the Board of Trustees.
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 15
SUBMITTAL OF QUALIFICATIONS:
Proposers should submit experience and qualifications as described in the RFP.
Additional information may be submitted as appropriate to further describe proposer
and provide product capabilities.
DATA CENTER COMPUTE, STORAGE & NETWORK CONTRACTOR QUALIFICATIONS
This form shall be completed and delivered with proposal response. Response shall also include references and required certifications. Proposers not meeting these requirements may have their proposal rejected. In submitting this proposal and upon award of a contract, I hereby certify that (check all that apply). Proposers that are using a subcontractor for this scope shall have an authorized agent of the subcontracting company complete this form. • My company has the required Prior Project Experience: Installation of the proposed
compute and storage systems/products. My company can provide a minimum of three (3) project references that have/had a similar scope and each project equal at least 60% of the base proposal price for this project. o References must include contact name, phone number, brief description of project,
date of completion, and contract amount. • My company meets all the following minimum qualifications to be considered qualified
to perform this contract. Failure to meet these minimum requirements shall be grounds for disqualification of the Proposer. My company certifies that it: o Is a certified integrator for the proposed system(s) o Has no less than 2 manufacturer certified technicians/engineers on‐staff in Texas for
each hardware system proposed o Can respond on‐site to standard service calls within 8 hours (business hours) time. o Can respond on‐site to emergency service calls within 4 hours (business hours) time.
• I have provided documentation verifying the experience including, but not limited to; job description, point of contact, mailing address, telephone number, and references for each project. And, I understand that failure to provide this documentation will constitute grounds for rejection of response.
By signing this statement, I certify that the information provided above is accurate and will not change during the contract without prior, written approval from Midlothian ISD.
Name of Company:
Authorized Signature: Date:
Title:
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 16
PROPOSAL FORM AND COST DETAIL
PRICE SUMMARY
To: Midlothian Independent School District, Midlothian TX
We, , a (joint venture) (Corporation) (Partnership) (Individual)
[Cross out inapplicable]
Of
Street City County State Zip
Hereby agree to execute the proposed contract and to furnish a satisfactory Payment and Performance Surety Bond in the amount specified within ten (10) days of offering (proposal surety bond must accompany proposal) and to provide all labor and material required for the construction of the project designated above, for the prices hereinafter set forth, in strict accordance with the RFP issued on September 27, 2018.
The Proposer, in compliance with your invitation for proposals for the RFP and having examined the Owner’s Scope of Work, the site of the proposed work, and being familiar with all the conditions surrounding the proposed project, including availability of materials and labor, hereby proposes to furnish all labor, materials, supplies and disposal services, and to complete the project in accordance with the requirements herein, within the time set forth herein, and at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the Contract Documents.
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 17
ALL PROPOSALS – Proposer shall provide a complete bill of material (BOM) with all equipment unit pricing in a similar format to the table listed below for each campus/facility. This pricing shall be valid for a period of 2 months subsequent to project completion.
Base#1 – Hyperconverged Systems for DC1 and DC2 Hardware, software, licenses for the work in this section is:
_______________________________________ DOLLARS ($ )
Manufacturer’s maintenance and support for the work in this section is:
_______________________________________ DOLLARS ($ )
Professional services (installation, training, etc.) for the work in this section is:
_______________________________________ DOLLARS ($ )
ADDITIVE#1 – Cloud‐based Backup and Recovery System Hardware, software, licenses for the work in this section is:
_______________________________________ DOLLARS ($ )
Base#2 – Unstructured Data Compute/Storage Systems for DC1 and DC2 Hardware, software, licenses for the work in this section is:
_______________________________________ DOLLARS ($ )
Manufacturer’s maintenance and support for the work in this section is:
_______________________________________ DOLLARS ($ )
Professional services (installation, training, etc.) for the work in this section is:
_______________________________________ DOLLARS ($ )
Base#3 – Data Center Software Defined Networking Leaf and Spine for DC1 and DC2 Hardware, software, licenses for the work in this section is:
_______________________________________ DOLLARS ($ )
Manufacturer’s maintenance and support for the work in this section is:
_______________________________________ DOLLARS ($ )
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 18
Professional services (installation, training, etc.) for the work in this section is:
_______________________________________ DOLLARS ($ )
Base#4 – Wide Area Network (WAN) Aggregation for DC1 and DC2 Hardware, software, licenses for the work in this section is:
_______________________________________ DOLLARS ($ )
Manufacturer’s maintenance and support for the work in this section is:
_______________________________________ DOLLARS ($ )
Professional services (installation, training, etc.) for the work in this section is:
_______________________________________ DOLLARS ($ )
Base#5 – Solarwinds Management Add‐on Hardware, software, licenses for the work in this section is:
_______________________________________ DOLLARS ($ )
Manufacturer’s maintenance and support for the work in this section is:
_______________________________________ DOLLARS ($ )
Professional services (installation, training, etc.) for the work in this section is:
_______________________________________ DOLLARS ($ )
SPLIT AWARD
FOR EACH PROPOSAL/SYSTEM, THE DISTRICT RESERVES THE RIGHT TO SPLIT THE CAMPUSES
AND AWARD THEM TO MULTIPLE CONTRACTORS BASED ON THE PROPOSERS’ PRICING AND
ABILITY TO COMPLETE THE WORK IN A TIMELY MANNER.
COMMENCEMENT AND COMPLETION OF CONTRACT WORK
THE UNDERSIGNED AGREES, IF AWARDED THE CONTRACT, TO COMMENCE THE CONTRACT
WORK ON A DATE TO BE SPECIFIED IN A WRITTEN NOTICE TO PROCEED, AND TO COMPLETE
THE WORK WITHIN THE TIME DICTATED IN THE INSTRUCTIONS TO PROPOSERS.
ADDENDUM RECEIPT
WE ACKNOWLEDGE RECEIPT OF THE FOLLOWING ADDENDA:
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 19
We acknowledge receipt of the following Addenda:
Addendum No. Date
Addendum No. Date
Addendum No. Date
Addendum No. Date
Addendum No. Date
Addenda can be found at the following locations:
Midlothian ISD Purchasing Bid Page: http://www.misd.gs/Page/3149
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 20
SIGNATURE
By signing this proposal form, such action certifies that the Proposer has personal knowledge of the following:
That said Proposer has examined the drawings and specifications, carefully prepared
the proposal form, and checked the same in detail before submitting said proposal;
and that said Proposer, or the agents, officers, or employees thereof, have not, either
directly or indirectly, entered into any agreement, participated in any collusion, or
otherwise taken any action in restraint of free competitive proposal in connection
with this proposal.
That all said, work will be performed at the Proposer’s own proper cost and expense
and that the Proposer will furnish all necessary materials, labor, tools, machinery,
apparatus, and other means of construction in the manner provided in the applicable
specifications and at the time stated in the contract.
That said Proposer has followed the Federal Gift Rule and Lowest Corresponding Price
Rule as required by the Federal Communications Commission.
That said Proposer has examined and agrees to Midlothian ISD’s Terms and
Conditions.
(Firm Name)
(Firm Address)
(Phone Number)
(Seal, if proposal is submitted by a corporation) By:
(Signature of Proposer)
Date:
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 21
CONFLICT OF INTEREST QUESTIONNAIRE
CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Reg Session.
This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001(1‐a) with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor.
OFFICE USE ONLY
Date Received
1 Name of person who has a business relationship with local governmental entity.
2
Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.)
3 Name of local government officer with whom filer has employment or business relationship.
Name of Officer This section, (item 3 including subparts A, B, C & D) must be completed for each officer with whom the filer has an employment or other relationship as defined by Section 176.001(1‐a), Local Government Code. Attach additional pages to this Form CIQ as necessary.
A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the vendor?
Yes No
B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity?
Yes No
C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of one percent or more?
Yes No
D. Describe each employment or business relationship with the local government officer name in this section.
4
Signature of person doing business with the governmental entity Date
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 22
FELONY CONVICTION NOTICE
State of Texas Legislative Senate Bill No.1, Section 44.034, Notification of Criminal History, Subsection (a) states “a person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony.” Subsection (b) states “a school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract.” This notice is not required of a Publicly‐held Corporation. I, the undersigned agent for the firm named below, certify that the information concerning notification of felony convictions has been reviewed by me and the following information furnished is true to the best of my knowledge. Vendor’s Name: Authorized Company Official’s Name (printed): a. My firm is a publicly held corporation; therefore, this reporting requirement is not applicable: Signature of Company Official b. My firm is not owned nor operated by anyone who has been convicted of a felony. Signature of Company Official c. My firm is owned or operated by the following individual(s) who has/have been convicted of a felony: Name of Felon(s): Details of Conviction(s): Signature of Company Official:
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 23
CRIMINAL BACKGROUND CHECK CERTIFICATION FOR CONTRACTORS To Be Completed by MISD:
Introduction: Texas Education Code Chapter 22 requires service contractors to obtain criminal history record information on covered employees. Contractors must certify to the school district that they have done so. Covered employees with disqualifying convictions are prohibited from serving at a school district. For more information on how to obtain criminal histories for covered employees, contact the Texas Department of Public Safety’s Crime Records Service at (512) 424‐2474.
Definitions: Covered employee: Employee of a contractor who has or will have continuing duties related to the contracted services and has or will have direct contact with students. The school district will be the final arbiter of what constitutes direct contact with students. Continuing duties related to contracted services: Work duties that are performed pursuant to a contract to provide services to a school entity on a regular, repeated basis rather than infrequently or one‐time only. Direct contact with students: The contact that results from activities that provide substantial opportunity for verbal or physical interaction with students that is not supervised by a certified educator or other professional district employee. Contact with students that results from services that do not provide substantial opportunity for unsupervised interaction with a student or students, such as addressing an assembly, officiating a sports contest, or judging an extracurricular event, is not, by itself, direct contact with students. However, direct contact with students does result from any activity that provides substantial opportunity for unsupervised contact with students, which might include, without limitation, the provision of coaching, tutoring, or other services to students. If it is unclear whether you or your employees will have direct contact with students, contact the Midlothian Independent School District. Disqualifying conviction: One of the following offenses, if at the time of the offense, the victim was under 18 or enrolled in a public school: (a) a felony offense under Title 5, Texas Penal Code; (b) an offense for which a defendant is required to register as a sex offender under Chapter 62, Texas Code of Criminal Procedure; or (c) an equivalent offense under federal law or the laws of another state. Service Contractor: An entity, including a government entity and an individual independent contractor, that contracts or agrees with a school entity by written agreement or verbal understanding to provide services through individuals who receive compensation.
Campus/Department:
Contact Person:
Contact Number:
Name of Contactor/Company:
Term of Contract: to
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 24
To Be Completed by Contractor/Company:
Certification
On behalf of (“Contractor”), I, the undersigned authorized signatory for Contractor, certify to the Midlothian Independent School District (“District”) that [initial one]:
I have obtained all required criminal history record information regarding myself through the Texas Department of Public Safety’s Finger‐based Applicant Clearinghouse of Texas (“FACT”). I further certify to the District that I do not have a disqualifying criminal history. I agree to notify MISD in writing within 3 business days if I am arrested or adjudicated for a disqualifying reason during the contract term. I agree to provide MISD with the name and any other requested information of covered employees so that MISD may obtain my criminal history record information. I understand that MISD may terminate my services if at any time it determines, in its sole discretion, that my criminal history is not acceptable.
OR
Some or all of Contractor’s employees are covered employees. If this box is checked, I further certify that:
(1) Contractor has obtained all required criminal history information regarding its covered employees. None of the covered employees has a disqualifying criminal history.
(2) If contractor receives information that a covered employee subsequently has a reported criminal history, Contractor will immediately remove the covered employee from contract duties and notify the District within three (3) business days.
(3) Upon request, Contractor will provide the District with the name and any other requested information of covered employees so that the District may obtain criminal history record information on the covered employees. OR
None of the Contractor’s employees are covered employees, as defined above, because:
[either one or both must be checked – refer to definitions on front page]
[ ] Employees will not have “continuing duties related to the contracted services”
[ ] Employees will not have “direct contact with students”. If this box is checked, I further certify
that Contractor has taken precautions or imposed conditions to ensure that its employees will not
become covered employees. Contractor will maintain these precautions or conditions throughout the
time contracted services are provided.
Name of Contactor/Company:
Contact Person:
Contact Number:
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 25
Signature
Printed Name:
Title: Date:
THIS CERTIFICATION MUST BE COMPLETED AND RETURNED TO THE HUMAN RESOURCES OFFICE BEFORE A CONTRACTOR OR CONTRACTOR’S EMPLOYEES MAY PROVIDE SERVICES
FOR MISD.
NONCOMPLIANCE OR MISREPRESENTATION REGARDING THIS CERTIFICATION IS GROUNDS FOR CONTRACT TERMINATION WITHOUT PENALTY TO MISD.
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 26
STATEMENT OF DEBARMENT
I have read the conditions and specifications provided in the proposal document attached. I affirm, to the best of my knowledge, the company I represent has not been debarred or suspended from conducting business with any school districts in the State of Texas. This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 7 CFR Part 3017, Section 3017.510, Participants responsibilities.
The regulations were published as Part IV of the January 30, 1989, Federal Register (pages 4722‐4733). Copies of the regulation may be obtained by Contacting the Department of Agriculture Agency with which the transaction originated. NAME OF COMPANY:
MAILING ADDRESS CITY STATE ZIP CODE:
PREPARED BY:
SIGNATURE TITLE:
TELEPHONE NUMBER:
FAX NUMBER: DATE:
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 27
AFFIDAVIT OF NON-DISCRIMINATORY EMPLOYMENT
Affidavit of Non‐Discriminatory Employment STATE OF TEXAS COUNTY OF AFFIDAVIT Respondent agrees to refrain from discrimination in terms and conditions of employment or any other reason based on race, color, religion, sex. or national origin and agrees to take affirmative action as required by Federal Statutes and rules and regulations issued pursuant thereto in order to maintain and insure non‐discriminatory employment practices. I, do swear or affirm that the statements made are complete and correct to the best of my knowledge and belief.
Print name:
Attested: Sworn/affirmed and subscribed before me this day of , 20
Notary Public: ID#
Date of commission expiration:
Signature
Printed Name
Title
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 28
CERTIFICATE OF RESIDENCY
The State of Texas has passed a law concerning non‐resident contractors. This law can be found in Texas Government Code under Chapter 2252, Subchapter A. This law makes it necessary for the Midlothian Independent School District to determine the residency of its offerors. In part, this law reads as follows: Section: 2252.001
(3) ‘Non‐resident proposer’ refers to a person who is not a resident. (4) ‘Resident proposer’ refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state.
Section: 2252.002 A governmental entity may not award a governmental contract to a nonresident proposer unless the nonresident underbids the lowest proposal submitted by a responsible resident proposer by an amount that is not less than the amount by which a resident proposer would be required to underbid the nonresident proposer to obtain a comparable contract in the state in which the nonresident’s principal place of business is located.”
I certify that
(Name of Company) is, under Section: 2252.001 (3) and (4), a
Resident Proposer
Non‐resident Proposer
My or Our principal place of business under Section: 2252.001 (3) and (4), is in the city of
in the state of .
Signature of Authorized Company Representative
Print Name
Title Date
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 29
STATEMENT OF NON‐COLLUSION
The undersigned Proposer, by signing and executing this proposal, certifies and represents to the Midlothian Independent School District that Proposer has not offered, conferred or agreed to confer any pecuniary benefit, as defined by Section 1.07 (a)(6) of the Texas Penal Code, or any other thing of value, as consideration for the receipt of information or any special treatment or advantage relating to this proposal; The Proposer also certifies and represents that Proposer has not offered, conferred or agreed to confer any pecuniary benefit or other things of value as consideration for the recipient's decision, opinion, recommendation, vote or other exercise of discretion concerning this proposal; The Proposer certifies and represents that Proposer has neither coerced nor attempted to influence the exercise of discretion by any officer, trustee, agent or employee of the Midlothian Independent School District concerning this proposal on the basis of any consideration not authorized by law; The Proposer also certifies and represents that Proposer has not received any information not available to other proposers so as to give the undersigned an advantage with respect to this proposal; The Proposer further certifies and represents that Proposer has not violated any state, federal or local law, regulation or ordinance relating to bribery, improper influence, collusion or the like and that Proposer will not in the future, offer, confer, or agree to confer any pecuniary benefit or other thing of value of any officer, trustee, agent or employee of the Midlothian Independent School District in return for the person having exercised the person's official discretion, power or duty with respect to this proposal; The Proposer certifies and represents that it has not now and will not in the future offer, confer, or agree to confer a pecuniary benefit or other thing of value to any office, trustee, agent or employee of the Midlothian Independent School District in connection with information regarding this proposal, the submission of this proposal, the award of this proposal or the performance, delivery or sale pursuant to this proposal; The Proposer certifies that the Proposer has not prepared this proposal and will not prepare any future proposals arising from this Request for Proposal (RFP) in collusion with any other respondent, and that the content of any future proposals arising out of this RFP will not be communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business prior to the District’s selection of a contractor for this RFP. FIRM NAME
ADDRESS
CITY/STATE/ZIP
TYPED NAME OF REPRESENTATIVE(S)
SIGNATURE OF REPRESENTATIVE(S)
DATE
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 30
DISCLOSURE OF INTERESTED PARTIES
Any vendor that is to be awarded a contract with MISD that either (1) requires an action or vote by the school district before the contract may be signed, or (2) has a value of at least $1 million, must first file FORM 1295 with the Texas Ethics Commission as per Section 2295.908 Texas Government Code. Midlothian Independent School District will not issue a contract with the awarded vendor until this process has been completed and formally acknowledged by MISD Purchasing Department.
The vendor to be awarded the contract with MISD, upon notice from the District, will need to access the Texas Ethics Commission web site, https://www.ethics.state.tx.us. Instructions for accessing the required document from the Texas Ethics Commission website are as follows:
• Select “File Reports Electronically” from the far‐left hand column. • From the “File Reports Electronically” list, select “Form 1295 Certificate of Interested Parties
Filing” • Next, you will need to “Log In” to create/complete your certificate1. If you require assistance,
there are links to instructional videos and a list of Frequently Asked Questions (FAQ). • The first time you sign in to file, you will be required to set up User ID and Password. • When filling out the information to create the “Certificate of Interested Parties”, enter the RFP
number, followed by the vendor name, in the “Contract ID Number” field.
Upon completion of certificate, scan a copy, and e‐mail to [email protected]. Once the completed certificate has been received and verified, a Purchase Order will be issued.
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 31
EDGAR CERTIFICATIONS
ADDENDUM FOR AGREEMENT FUNDED BY U.S. FEDERAL GRANT TO WHOM IT MAY CONCERN:
MIDLOTHIAN ISD is in the process of ensuring that all policies and procedures involving the expenditure of federal funds are compliant with the new Education Department General Administrative Guidelines (“EDGAR”). Part of this process involves ensuring that all current vendors agree to comply with EDGAR. You must complete this form and return to MIDLOTHIAN ISD along with your proposal.
The following certifications and provisions are required and apply when MIDLOTHIAN ISD expends federal funds for any contract resulting from this procurement process. Pursuant to 2 C.F.R. § 200.326, all contracts, including small purchases, awarded by the District and the District’s subcontractors shall contain the procurement provisions of Appendix II to Part 200, as applicable.
REQUIRED CONTRACT PROVISIONS FOR NON‐FEDERAL ENTITY CONTRACTS UNDER FEDERAL AWARDS
APPENDIX II TO 2 CFR PART 200
(A) Contracts for more than the simplified acquisition threshold currently set at $150,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate.
Pursuant to Federal Rule (A) above, when MIDLOTHIAN ISD expends federal funds, MIDLOTHIAN ISD reserves all rights and privileges under the applicable laws and regulations with respect to this procurement in the event of breach of contract by either party.
Does Vendor agree? YES Initials of Authorized Representative of Vendor
(B) Termination for cause and for convenience by the grantee or subgrantee including the manner by which it will be affected and the basis for settlement. (All contracts in excess of $10,000).
Pursuant to Federal Rule (B) above, when MIDLOTHIAN ISD expends federal funds, MIDLOTHIAN ISD reserves the right to immediately terminate any agreement in excess of $10,000 resulting from this procurement process in the event of a breach or default of the agreement by Vendor in the event Vendor fails to: (1) meet schedules, deadlines, and/or delivery dates within the time specified in the procurement solicitation, contract, and/or a purchase order; (2) make any payments owed; or (3) otherwise perform in accordance with the contract and/or the procurement solicitation. MIDLOTHIAN ISD also reserves the right to terminate the contract immediately, with written notice to vendor, for convenience, if MIDLOTHIAN ISD believes, in its sole discretion that it is in the best interest of MIDLOTHIAN ISD to do so. Vendor will be compensated for work performed and accepted and goods accepted by MIDLOTHIAN ISD as of the termination date if the contract is terminated for convenience of MIDLOTHIAN ISD. Any award under this procurement process is not exclusive and MIDLOTHIAN ISD reserves the right to purchase goods and services from other vendors when it is in MIDLOTHIAN ISD’s best interest.
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 32
Does Vendor agree? YES Initials of Authorized Representative of Vendor
(C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of “federally assisted construction contract” in 41 CFR Part 60‐1.3 must include the equal opportunity clause provided under 41 CFR 60‐1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964‐1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.”
Pursuant to Federal Rule (C) above, when MIDLOTHIAN ISD expends federal funds on any federally assisted construction contract, the equal opportunity clause is incorporated by reference herein.
Does Vendor agree? YES Initials of Authorized Representative of Vendor
(D) Davis‐Bacon Act, as amended (40 U.S.C. 3141‐3148). When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non‐Federal entities must include a provision for compliance with the Davis‐Bacon Act (40 U.S.C. 3141‐3144, and 3146‐ 3148) as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non‐Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non‐ Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland “Anti‐Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non‐Federal entity must report all suspected or reported violations to the Federal awarding agency.
Pursuant to Federal Rule (D) above, when MIDLOTHIAN ISD expends federal funds during the term of an award for all contracts and subgrants for construction or repair, Vendor will be in compliance with all applicable Davis‐Bacon Act provisions.
Does Vendor agree? YES Initials of Authorized Representative of Vendor
(E) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701‐3708). Where applicable, all contracts awarded by the non‐Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 33
permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence.
Pursuant to Federal Rule (E) above, when MIDLOTHIAN ISD expends federal funds, Vendor certifies that Vendor will be in compliance with all applicable provisions of the Contract Work Hours and Safety Standards Act during the term of an award for all contracts by MIDLOTHIAN ISD resulting from this procurement process.
Does Vendor agree? YES Initials of Authorized Representative of Vendor
(F) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of “funding agreement” under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency.
Pursuant to Federal Rule (F) above, when federal funds are expended by MIDLOTHIAN ISD, the vendor certifies that during the term of an award for all contracts by MIDLOTHIAN ISD resulting from this procurement process, the vendor agrees to comply with all applicable requirements as referenced in Federal Rule (F) above.
Does Vendor agree? YES Initials of Authorized Representative of Vendor
(G) Clean Air Act (42 U.S.C. 7401‐7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251‐1387), as amended—Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non‐ Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401‐7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251‐ 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA).
Pursuant to Federal Rule (G) above, when federal funds are expended by MIDLOTHIAN ISD, the vendor certifies that during the term of an award for all contracts by MIDLOTHIAN ISD member resulting from this procurement process, the vendor agrees to comply with all applicable requirements as referenced in Federal Rule (G) above.
Does Vendor agree? YES Initials of Authorized Representative of Vendor
(H) Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p.
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 34
235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Pursuant to Federal Rule (H) above, when federal funds are expended by MIDLOTHIAN ISD, the vendor certifies that during the term of an award for all contracts by MIDLOTHIAN ISD resulting from this procurement process, the vendor certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation b any federal department or agency.
Does Vendor agree? YES Initials of Authorized Representative of Vendor
(I) Byrd Anti‐Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non‐Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non‐Federal award.
Pursuant to Federal Rule (I) above, when federal funds are expended by MIDLOTHIAN ISD, the vendor certifies that during the term and after the awarded term of an award for all contracts by MIDLOTHIAN ISD resulting from this procurement process, the vendor certifies that it is in compliance with all applicable provisions of the Byrd Anti‐Lobbying Amendment (31 U.S.C.1352). The undersigned further certifies that:
(1) No Federal appropriated funds have been paid or will be paid for on behalf of the undersigned, to
any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with the awarding of a Federal contract, the making of a Federal grant, the making of a Federal loan, the entering into a cooperative agreement, and the extension, continuation, renewal, amendment, or modification of a Federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with this Federal grant or cooperative agreement, the undersigned shall complete and submit Standard Form‐LLL, “Disclosure Form to Report Lobbying”, in accordance with its instructions.
(3) The undersigned shall require that the language of this certification be included in the award
documents for all covered sub‐awards exceeding $100,000 in Federal funds at all appropriate tiers and that all sub recipients shall certify and disclose accordingly.
Does Vendor agree? YES Initials of Authorized Representative of Vendor
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 35
RECORD RETENTION REQUIREMENTS FOR CONTRACTS INVOLVING FEDERAL FUNDS
When federal funds are expended by MIDLOTHIAN ISD for any contract resulting from this procurement process, Vendor certifies that it will comply with the record retention requirements detailed in 2 CFR § 200.333. The Vendor further certifies that Vendor will retain all records as required by 2 CFR § 200.333 for a period of three years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed.
Does Vendor agree? YES Initials of Authorized Representative of Vendor
CERTIFICATION OF COMPLIANCE WITH THE ENERGY POLICY AND CONSERVATION ACT
When MIDLOTHIAN ISD expends federal funds for any contract resulting from this procurement process, Vendor certifies that it will comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6321 et seq.; 49 C.F.R. Part 18).
Does Vendor agree? YES Initials of Authorized Representative of Vendor
CERTIFICATION OF COMPLIANCE WITH BUY AMERICA PROVISIONS
Vendor certifies that Vendor is in compliance with all applicable provisions of the Buy America Act. Purchases made in accordance with the Buy America Act must still follow the applicable procurement rules calling for free and open competition.
Does Vendor agree? YES Initials of Authorized Representative of Vendor
CERTIFICATION OF ACCESS TO RECORDS – 2 C.F.R. § 200.336
Vendor agrees that the Inspector General of the District or any of their duly authorized representatives shall have access to any books, documents, papers and records of Vendor that are directly pertinent to Vendor’s discharge of its obligations under the Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to Vendor’s personnel for the purpose of interview and discussion relating to such documents.
Does Vendor agree? YES Initials of Authorized Representative of Vendor
CERTIFICATION OF APPLICABILITY TO SUBCONTRACTORS
Vendor agrees that all contracts it awards pursuant to the Contract shall be bound by the foregoing terms and conditions.
Does Vendor agree? YES Initials of Authorized Representative of Vendor
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 36
Vendor agrees to comply with all federal, state, and local laws, rules, regulations and ordinances, as applicable. It is further acknowledged that vendor certifies compliance with all provisions, laws, acts, regulations, etc. as specifically noted above.
Vendor Name:
Vendor Address:
Phone Number: _ Fax Number:
Email Address:
Printed Name and Title of Authorized Representative:
Signature of Authorized Representative:
Date:
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 37
CERTIFICATION & VERIFICATION REGARDING TERRORIST ORGANIZATIONS & BOYCOTTING OF ISRAEL
CERTIFICATIONS REQUIRED AS OF SEPTEMBER 1, 2017
CERTIFICATION & VERIFICATION REGARDING TERRORIST ORGANIZATIONS & BOYCOTTING OF ISRAEL
[Govt Code 808 (HB89) and Govt Code 2252 (SB252) Vendor hereby certifies that it is not a company identified on the Texas Comptroller’s list of companies known to have contracts with, or provide supplies or services to, a foreign organization designated as a Foreign Terrorist Organization by the U.S. Secretary of State.
Initials of Authorized Representative of Vendor Vendor further certifies and verifies that neither Vendor, nor any affiliate, subsidiary, or parent company of Vendor, if any (the “Vendor Companies”), boycotts Israel, and Vendor agrees that Vendor and Vendor Companies will not boycott Israel during the term of this Agreement. For purposes of this Agreement, the term “boycott” shall mean and include terminating business activities or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations with Israel, or with a person or entity doing business in Israel or in an Israeli‐controlled territory.
Initials of Authorized Representative of Vendor Vendor’s Name/Company Name:
Address, City, State, and Zip Code:
Phone Number: Fax Number:
Printed Name and Title of Authorized Representative:
Email Address:
Signature of Authorized Representative:
Date: Federal Tax ID #
MISD PURCHASING OFFICE (INTERNAL REVIEW): SB 2252 Certification
Comptroller List was reviewed and The Vendor (IS) (IS NOT) on the lists (Circle one).
Verified by
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 38
TERMS AND CONDITIONS MIDLOTHIAN INDEPENDENT SCHOOL DISTRICT General Proposal Terms and Conditions Contracts for Goods and Services The following Terms and Conditions represent our General Terms and Conditions and become a part of any terms of purchase or contract with the District for goods and/or services. According to Local Government Code, Chapter 176, a person or agent or a person who contracts, or seeks to contract, for the sale or purchase of property, goods, or services with the Midlothian Independent School District ("MISD" or "the District") must file a completed Conflict of Interest Questionnaire with the Purchasing Department. The forms must be completed whether or not a conflict exists. A conflict exists if the person or agent has a financial relationship with a Local Government Officer (LGO), or their immediate family, as defined by Chapter 176. A conflict also exists if the vendor has given a LGO, or a member of their family, a gift or gifts with a total annual value of $100, with the exception of food, accepted as a guest, or a political contribution as defined by Title 15, Texas Election Code. A list of Local Government Officer members may be found by accessing the Purchasing link on the MISD web page, http://www.misd.gs. Department. All proposal submittals become property of MISD and subject to all state and local laws pertaining to proposals. MISD does not accept email submissions. Submission of an email proposal or proposal will result in the vendor/submission being disqualified for consideration. Proposal must show the full name and address of the offeror if different than name and address shown on the offer. Failure to sign proposal may disqualify proposal. Person signing proposal should show title of authority to bind their firm to a contract. Proposals received LATE may be returned to the offeror. Proposal price MUST be F.O.B. Midlothian Independent School District. On annual purchase contracts, quantities are estimated based on past use experience and forecast of anticipated future needs. The District reserves the right to increase or decrease quantities. The Midlothian Independent School District reserves the right to negotiate, accept, or reject any or all proposals and to waive any or all formalities, or to accept any part of this proposal deemed to be most advantageous to the District. Negotiation may be a part of this process, therefore, the services/products provided and/or cost of services/products may be altered during the negotiation period. However, offerers are encouraged to submit their most competitive price initially. If the scope of services/products and all other requirements are met initially, there may not be any need for negotiation with any offeror. Due to the possibility of negotiations, offers must be good for a period of not less than 120 days. It is the policy of Midlothian Independent School District to purchase goods and/or services on the basis of best offer, not low price alone. Price, quality, service, past performance of vendor/ merchandise, long term cost to the District to acquire goods or service, probability of continuous availability and suitability to purpose being the controlling factors. It is understood that the purchaser reserves the right to arrive at such determination by whatever means deemed appropriate. This proposal is submitted subject to the existing written policies of the Board of Trustees of MISD, which form a part of the contract.
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 39
All proposal submittals become property of MISD and subject to all state and local laws pertaining to proposals. AIA A101/A201 CONTRACT DOCUMENTS: See attached Appendix‐A for MISD board approved sample AIA A101 and A201 contract documentation. Upon award, MISD and the successful contractor(s) will enter into an agreement utilizing these contract documents. By Responding to this RFP, the proposer accepts the general terms and conditions within the contract documents unless specifically expressed otherwise in the proposal response. MISD reserves the right to penalize proposals (within evaluation scoring criteria) or reject proposals that take exception to terms that MISD considers critical. PROHIBITIONS: It is express practice of the District that prospective respondents to this RFP refrain from initiating any direct or indirect contact or communication with District Staff or members of the District Board of Trustees regarding the selection process. Any inquiries must be directed to the Purchasing Agent. Any violation of this practice will be considered a basis for disqualification. GRATUITIES: The District may, by written notice to the proposer, cancel the agreement if it is found by the District that gratuities, in the form of entertainment, gifts or otherwise, were offered or given by the proposer, or any agent or representative of the proposer, to any officer or employee of the District with a view toward securing a contract or securing favorable treatment with respect to the performing of such contract. DELIVERY: Proposals must show the number of days required for delivery of items ordered after receipt of order. Failure to state the delivery time obligates the offeror to make delivery in 14 calendar days. Tailgate deliveries to school locations are not acceptable unless directed so by the Purchasing Department. Delivery shall be made during normal working hours unless prior approval has been obtained from the District. Deliveries under terms of the request for proposal will be in accordance with the dates indicated. If delays are foreseen, vendors should keep the District advised. Delivery of purchased items in good condition will be the vendor's responsibility and no delay in receipt of replacement items will be contingent upon claim adjustment by carrier. All goods are subject to inspection and return at the expense of the vendor if found to be inferior to those specified. The MISD is exempt from Federal Excise Tax, State Tax and Local Sales Tax. If it is determined that tax was included in the proposal, it will not be included in the tabulation or any awards. Any taxes charged will not be paid by the District. Tax exemption certificates will be furnished upon request. Vendors who rely on third parties for financing often request that the District's legal counsel render an opinion addressed either to the Vendor or its financier, stating, among other things, that the District is an existing political institution, its Board of School Trustees approved the contract, etc., and that the contract is a "valid and binding contract". The District's legal counsel will not issue any opinion addressed to either Vendor or its financier in connection with this transaction. Counsel will, however, assist in obtaining affidavits from District personnel having knowledge of the facts, which can then be submitted to legal counsel representing either the Vendor or it financier. SPECIAL NOTICE: The Purchasing Department of the Midlothian Independent School District is charged with the responsibility of creating a healthy and competitive atmosphere among a large number of vendors; however, vendors may be removed from the various bid/proposal lists due to:
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 40
1 Lack of response to bid/proposal invitations. 2 Non‐competitive proposing or proposing on only a few items. 3 Failure to adhere to terms and conditions of bid/proposal. 4 Substituting items without prior approval. 5 Failure to render quality service normally associated with the sale of goods or services; i.e. delivery
dates not met, shipment problems, return and replacement of damaged goods, provide a contact person associated with the contract, etc.
6 Illegal, inappropriate or unprofessional behavior. 7 Any other relevant factor that a private business entity would consider. BRAND: Unless stated otherwise, catalog, brand name, or manufacturers' reference used in the proposal request is descriptive ‐ not restrictive ‐ it is intended to indicate type and quality desired. Proposals on brands of like nature and quality will be considered. It is understood that in each case where a brand name and number is given that MISD may accept the item specified or an MISD approved equivalent. If proposing on other than reference specifications, proposer must specify manufacturer, brand, model, etc. of article offered. IF THE SPACE PROVIDED FOR SUCH IS LEFT BLANK, IT WILL BE EXPECTED THAT YOUR COMPANY WILL PROVIDE THE EXACT SPECIFIED ITEM AT YOUR PROPOSED PRICE SHOULD YOU RECEIVE THE AWARD. Where MISD has not indicated a specific brand name or model, the offeror shall indicate the brand name and model proposed in the space provided on the response sheet. IMPORTANT: Successful Contractor may request product substitution. When submitting alternates to stated pre‐qualified items, proof of equality is the sole responsibility of the Contractor. All alternates must be submitted for review and approved by MISD or the Consultant. All product must be new (not refurbished, etc.), unless otherwise specified. Latest model or newest technology should be proposed. Samples, if required, must be furnished free of expense to the School District on or before date specified; if not destroyed in examination, they will be returned to the offeror, if requested, at his expense. Each sample must be marked with offeror’s name and address. DO NOT ENCLOSE IN OR ATTACH SAMPLE TO PROPOSAL. Detailed specifications must be provided on any machine or equipment other than the make and model specified. The name, address, and telephone number of nearest repair facility must be given, as well as the length of warranty. Proposals may not be considered without this information. Warranty to be at least three (3) years on parts and labor. Vendor must demonstrate their ability to warranty the product throughout its useful life. Refer to individual specification sections for more information. The anticipated term of agreement for annual purchase contracts and catalog discounts shall be for a period of one year with the option to renew 2 additional 1‐year periods upon agreement by both parties, unless otherwise stated. Price changes will normally only be considered at the end of one agreement period and the beginning of another. Price change requests shall be supported by evidence of increased costs to the proposer. The District will not approve price increases that will merely increase the gross profitability of the proposer at the expense of the District. Price change requests shall be a factor in the agreement extension review process. The District shall determine whether the requested price increase or an alternate option is in the best interest of the District. Price increases in the extension year may not exceed CPI or 2%, whichever is lower.
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 41
MISD Purchasing personnel are the only employees allowed to authorize/place purchases for the School District. All buildings and property owned by MISD are deemed a "drug free zone". Therefore, no one may use, consume, carry, transport or exchange tobacco, cigarettes, e‐cigarettes, alcohol or illegal drugs while in or on School District property. The successful entity shall ensure that their employees are informed of this policy and shall ensure that it is adhered to. If selected, vendors may be required to certify information to MISD regarding the criminal background status of its employees, and/or otherwise comply with the requirements of Texas Education Code Chapter 22, Subchapter C, as applicable. Purchase Order number must be clearly noted on all shipping tickets and invoices and ONLY one number per invoice. No invoice shall be processed and paid which is not completed as stated. Send all invoices to: Midlothian Independent School District 100 Walter Stephenson Rd. Midlothian, Texas 76065 Asbestos: Nothing stated or implied in these specifications is to be interpreted as requiring or permitting the use of any asbestos containing material of any kind. Since some of Midlothian's schools contain asbestos, all contractor personnel working on‐site must either be Asbestos Certified or they must watch a video (approximately 1.5 hours in length) on asbestos awareness and sign a release form waiving MISD from all liability relating to possible asbestos exposure. Contract Status: A response to this RFP shall be considered as an offer to contract. Final negotiations on the best evaluated offer shall be conducted to resolve any minor differences and informalities. After final negotiations, the Midlothian Independent School District shall issue an acceptance of the proposal offer. Both parties prior to executing any changes must agree to all changes to the contract in writing. The resulting contract shall not be assigned, transferred, or sublet in whole or in part without the prior written approval of The Midlothian Independent School District. Debarment or Suspension: The Midlothian Independent School District is prohibited from spending federal funds with vendors who have been debarred or suspended. By responding to this Proposal document, you attest that your company is not debarred by the Federal Government.
DAMAGE AND CLEANUP
Existing floors, walls, ceilings, or any structural piece shall not be drilled or cut without
prior approval of the District. The Contractor shall be held responsible for and make
payment on any damage caused from the delivery and/or installation of its work.
The Contractor shall keep the premises clean from debris and rubbish. After each
workday, the Contractor will be required to properly dispose of any refuse or packing
materials by their own means and at their expense. Trash receptacles located on the
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 42
District’s property shall not be used to dispose of the refuse or packing materials. If
Contractor is found to be using District trash receptacles, Contractor will be charged the
current contracted price to have the receptacle picked up and replaced with an empty
one.
PROJECT MANAGER
The Contractor shall appoint a Project Manager who shall be the main point of contact
regarding the project for the District. The Project Manager is responsible for the
following:
Ensuring the contract is completed successfully in a timely manner. Guaranteeing the work and performance of all employees that have been hired by the Contractor.
Completing and submitting all required submittals and documentation. Attending all project coordination and/or construction meetings as required by the District, plus chairing a weekly project status meeting throughout the duration of the project.
Maintaining the project status meeting minutes and distributing them to all participants within two days following the meeting.
Providing written status reports to the District Project Manager monthly. Informing the District of all unexpected conditions and problems that may result in delay or expense. The Contractor must report issues immediately upon discovery and must provide the District with the option(s) for resolving them.
The Contractor and/or District may require changes during the project(s). Any changes must be accompanied by a formal Change Order Request form that will be provided by the District. Change Order Request forms will be submitted to the Consultant, True North Consulting Group, for initial review and approval.
Once approved, the Change Order will be submitted to the District by the Consultant for review and approval. Once approved, the fully executed Change Order will be sent to the Contractor. Any deviations from this process will not constitute an approved contract change.
If the Contractor seeks to change the Project Manager during the project, such change
is subject to prior written approval from the District.
The District reserves the right to request a new Project Manager during the project if
the Project Manager does not perform to the District’s satisfaction.
DEFINITIONS
The following terms may be used within this document:
Documents: The complete package of Proposal and Contract Requirements, related
sections, drawings, schedules, and addenda that make up this Proposal.
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 43
Work: The provision of products and/or services to meet the requirements specified in
these documents.
Owner: Refers to Midlothian ISD.
Consultant: Refers to True North Consulting Group.
Proposer/Respondent: The entity submitting a proposal in response to this RFP.
Contractor: Person or entity that will be contracted by the Owner to perform or deliver
the work as described by this RFP Package.
Subcontractor: Person or entity that is contracted by the Contractor to perform or
deliver work to the Contractor for any part of these project requirements
Addenda: Written or graphic instruction issued by Owner and or Consultant prior to
execution of Contract which modify or interpret Proposal Documents by additions,
deletions, clarifications or corrections.
Proposal Response: Complete and properly filled in and signed proposal form,
proposing to do Work for sum stipulated therein and submitted in accordance with RFP
Package.
Notice to Proceed: Written notice provided to the Contractor by Midlothian ISD
authorizing the Contractor to proceed with the Work and establishing the date for
completion of the Work.
MDF or MER: Main Distribution Frame, also known as Main Equipment Room, MER, or
head‐end. The primary location in a building for network systems and the point of
interconnection for all technology rooms.
IDF or TR: Intermediate Distribution Frame or Technology Room – a dedicated room for
network and telecommunications infrastructure supporting a specific area of a building.
Request for Proposal (RFP): A procurement method by which a governmental entity
may request proposals and pricing information based on the scope of work provided,
rank the offerors, negotiate a contract, and then award the project to the contractor
that offers the best value and most advantageous proposal.
PROPOSER’S REPRESENTATION
The Proposer, by presenting a Proposal, represents that:
The Proposer has read and understands the RFP Package and that the presented proposal is made in accordance therewith.
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 44
The Proposal submitted is based upon the Scope of Work, materials, equipment, systems, and training required by RFP Package and other Construction Documents without exception.
EXAMINATION OF SITE AND DOCUMENTS
Proposers shall examine all documents, shall visit the site(s) and record their own
investigations, and shall inform themselves of all conditions under which the Work is to
be performed at the site(s) of the Work, the structure of the ground, the obstacles that
may be encountered, all conditions of the documents including superintendence of the
Work, the requirements of temporary environmental controls, the time of completion,
the list of subcontractors, and all other relevant matters that may affect the Work or
the proposal process.
Failure to make the examination shall not result in any change order requests.
Proposers shall base their proposal on materials complying with the plans and
specifications and shall list all materials where the proposal form requires.
PROPOSAL/BID BOND
A bond shall be required for any proposal of products and services in which the District
will retain ownership upon successful completion of the project.
Each proposal shall be accompanied by a cashier's check of certified funds or acceptable
proposal bond made payable to Owner in the sum of not less than 5% of the total
proposal amount, conditioned upon the Proposer entering into a contract with Owner
in accordance with the terms of their proposal. Any bonding company used must be
licensed in the State of Texas.
Proposal Bond, and attorney‐in‐fact who executes bond on behalf of surety, shall affix
to bond a certified and current copy of power of attorney.
It is agreed that the proposal/proposal security will constitute liquidated damages, and
not a penalty, for the failure or refusal of the successful Proposer to execute and deliver
the contractual documents, in a correct form, within ten (10) days after receipt of the
contractual documents.
This proposal/proposal security shall be returned within 30 days after the proposal
opening or, in the event of a successful proposal, return shall be made after the
completion of work or after the proper posting of a performance bond.
INTERPRETATIONS AND CHANGES BY ADDENDA
If any Proposer is in doubt as to the meaning of any part of the Plans or Specifications,
s/he may submit a written request to Midlothian ISD for an interpretation of that part.
It shall be the responsibility of the Proposer to gain a clear and comprehensive
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 45
understanding of the proposal documents requirements. It shall be the responsibility of
the Proposer to obtain interpretations or clarifications before submitting a proposal.
Any interpretation or change will be made only by addendum numbered, dated, and
issued to each Proposer on record of receiving a set of proposal documents. Neither
True North Consulting Group nor Owner shall be responsible for any other explanations
or interpretations of the documents.
All questions shall be submitted via email to [email protected]
SUBSTITUTIONS AND/OR “EQUIVALENT”
For system components, when any article, device, or material is designated by the name
of the manufacturer or proposer or by any proprietary or trade name and such name is
followed by the words "or approved equal", "or equivalent", or preceded by the words
"similar and equal to", the standard products of manufacturers other than those
specified will be accepted when, prior to award of contract, it is proven to the
satisfaction of MISD that they are equal in design, flexibility, serviceability,
compatibility, scalability, durability, usefulness and convenience for the purpose
intended.
Only MISD’s Consultant or designated Representative shall have the right to determine
which items may be considered “or equivalent”.
INCURRING COSTS
Owner is not liable for any costs incurred with replying to this proposal.
CONSIDERATION OF PROPOSALS
Owner reserves the right to accept or reject any or all proposals or parts of proposals
and to waive informalities therein.
Notice is hereby given that the Board of Trustees of MISD has delegated to the
Superintendent of Schools and his designee(s) its authority to evaluate and rank
proposals, negotiate with ranking proposers, and to make a recommendation to the
Board of Trustees for award of the construction contract.
EXCEPTIONS
Proposers who stipulate in their proposal any condition not contained in these
specifications and other documents and drawings shall provide written justification for
their stipulation on the Exceptions page of the proposal response.
Provide detailed information on any exceptions or clarifications to this RFP that the
respondent is taking. If no exceptions or clarifications are specifically listed, then the
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 46
respondent explicitly and knowingly accepts all terms, conditions, and requirements set
forth in this RFP.
WITHDRAWAL OF PROPOSALS
Proposers may withdraw their proposal at any time before the time set for the opening
of proposals, and a proposal may be withdrawn sixty (60) days after the scheduled
closing time for the receipt of proposals if Owner has not acted thereon.
PROPOSAL ACCEPTANCE
Owner reserves the right to accept or reject any or all proposals and waive formalities
or irregularities in the process. A proposal once submitted shall be deemed final and
binding on the Proposer and shall constitute an option with Owner to enter into a
contract upon the terms set forth in the proposal. All proposal prices must be valid for
sixty (60) days from proposal due date.
PROPOSAL AWARD
Owner reserves the right to award the proposal in whole or in part, by item, and/or by
group of items where such actions serve the best interests of Owner. Owner reserves
the right to award alternates in any order that serves the best interests of Owner.
The award of contract will be made on the basis of the listed criteria, providing the cost
does not exceed the amount of funds estimated by the Owner as available to finance
the Contract(s).
Alternates and unit prices will be considered in establishing the low Proposer to ensure
that the proper system is being proposed.
CONTRACT NEGOTIATIONS
Section Not Used.
COMMENCEMENT AND COMPLETION
The successful Proposer must agree to coordinate the work schedule with the Owner;
to commence the work on or before a date to be specified in a written “Notice to
Proceed”; and to fully complete all the work per the schedule outlined in Section(s)
270000. Completion time will be converted to a specific date at the time the “Notice to
Proceed” is issued. Refer also to General Conditions, the article titled “Time for
Completion of the Project.”
INSURANCE REQUIREMENTS
The successful Proposer shall purchase and maintain such insurance as will protect it
from claims set forth below that may arise out of or result from their operations under
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 47
the contract, whether the operations be by them, by a subcontractor, or by anyone
employed by them.
The successful Proposer agrees to indemnify and hold the Owner harmless from any
and all claims, demands, damages, actions, or causes of action arising or to arise against
the Owner by reason of the successful Proposer’s performance of the contract.
The company providing insurance for the successful Proposer and their subcontractors
must be licensed to do business in the State of Texas and be acceptable to the Owner.
The successful Proposer shall be responsible for all losses that fall under any deductibles
on required insurance coverage.
If subcontractors are employed, the prime contractor shall procure and maintain bodily
injury and property damage liability insurance for and on behalf of the Proposer for
claims and damages arising out of acts of subcontractors in the same amounts as
required for claims and damages arising out of acts of the selected Proposer.
General public liability insurance covering all duties, services, or work to be performed
under the contract; $1,000,000/Occurrence including Personal and Advertising Injury
and $2,000,000 Products/Completed Operations and General Aggregate.
Required automobile liability insurance $1,000,000 Combined Single Limits.
The vendor must also maintain Worker’s Compensation insurance providing the
statutory benefits for the State of Texas and employer’s liability in the amount of
$500,000 for each person, $500,000 in the aggregate and $500,000 for each person for
occupational disease. Midlothian Independent School District shall have no
responsibility of liability for such insurance coverage.
Vendors must provide proof of insurability with the response. Acceptable proof of
insurability will be a certificate of insurance or a letter from the insurance carrier (not
the insurance agent). The awarded vendor must provide a certificate of insurance
compliance within 15 calendar days after notification of the award.
Each policy of required insurance shall provide for 30 days’ notice of cancellation to
Midlothian Independent School District and shall name its Board of Trustees as
additional insured and include the following provision:
“It is a condition of the policy that the insurance carrier shall furnish written notice to the MISD Purchasing Department, 100 Walter Stephenson Rd., Midlothian, Texas 76065, 30 days in advance of the effective date of any reduction in, or cancellation of, this policy.”
PERFORMANCE AND PAYMENT BOND REQUIREMENTS
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 48
A bond shall be required for any proposal of products and services in which the District
will retain ownership upon successful completion of the project
The successful Proposer will be required to produce a performance bond in the amount
of 100 percent of the award proposal. This bond must be furnished within 10 days of
award.
The successful Proposer will be required to produce a material payment bond in the
amount of 100 percent of the award proposal. This bond must be furnished within 10
days of award.
Bond cost shall be included in Proposal amount.
If Owner requires that bonds be secured from other than Proposer's usual sources,
changes in cost will be adjusted as provided in Contract Documents.
The Owner will accept no sureties that are in default or delinquent on any bonds or that
are involved in any litigation against Owner.
Not less than one corporate surety authorized to do business in State of Texas shall
execute bonds.
Each bond shall be executed by Proposer and the Owner.
Should any Surety on Contract be determined unsatisfactory at any time by Owner,
notice will be given to Contractor to that effect, and Contractor shall immediately
provide new Surety at no additional cost and satisfactory to Owner. Contract shall not
be operative, nor will any payments be due or paid until approval of bonds has been
made by Owner.
Bonding Company shall be qualified as required by Article 11.4 of AIA 201 General
Conditions of the Contract and by any Supplementary Conditions.
Bonds shall be executed on the provided Bond forms found in Section 12 or other
acceptable bond documents as agreed to by the Owner.
COMPLIANCE WITH LAWS/STANDARDS
The successful Proposer shall comply with all Federal, State, and local laws, statutes,
ordinances, rules, and regulations now in effect or hereinafter adopted pertaining to
this contract or to the facilities, programs, and staff for which the successful Proposer
is responsible.
INDEMNIFICATION
All claims that arise or may arise against the successful Proposer or its agents, servants,
or employees as a consequence of any act or omission on the part of the successful
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 49
Proposer or its agents, servants, or employees while engaged in the performance of the
contract shall in no way be the obligation or responsibility of the Owner.
The successful Proposer shall indemnify, hold harmless, and defend the Owner and its
officers and employees against any and all liability, loss, costs, damages, expenses,
claims, or actions, including attorney’s fees that the Owner, its officers, or its employees
may hereafter sustain, incur, or be required to pay, arising out of or by reason of any
act or omission of the successful Proposer, its agents, servants, or employees, in the
execution, performance, or failure to adequately perform the successful Proposer’s
obligations pursuant to this contract.
The Owner shall also be indemnified for any attorney’s fees it incurs in enforcing this
indemnification provision or any other indemnification provision in the contract.
DEFAULT
Force Majeure: Neither party shall be held responsible for delay or failure to perform
when such delay or failure is due to any of the following, unless the act or occurrence
could have been foreseen and reasonable action could have been taken to prevent the
delay or failure: fire, flood, epidemic, strikes, wars, acts of God, unusually severe
weather, acts of public authorities, or delays or defaults caused by public carriers,
provided the defaulting party gives notice as soon as possible to the other party of the
inability to perform.
Inability to Perform: The successful Proposer shall make every reasonable effort to
maintain staff, facilities, and equipment to deliver the services to be purchased by the
Owner. The successful Proposer shall immediately notify the Owner in writing
whenever it is unable to (or reasonably believes it is going to be unable to) provide the
agreed upon quality and quantity of services. Upon such notification, the Owner shall
determine whether such inability requires a modification or cancellation of this
contract.
Duties to Mitigate: Both parties shall use their best efforts to mitigate any damages that
might be suffered by reason of any event‐giving rise to a remedy hereunder.
AMERICANS WITH DISABILITIES ACT OF 1990
The successful Proposer shall have thorough and complete knowledge of the Americans
with Disabilities Act of 1990. The successful Proposer also agrees to provide complete
capabilities to meet or exceed all requirements of this Act for this project with regard
to the products and services to be supplied by the Proposer.
NON‐DISCRIMINATION
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 50
During the performance of this contract, the successful Proposer shall not unlawfully
discriminate against any employee or applicant for employment because of race, color,
creed, religion, sex, national origin, disability, age, marital status, or public assistance
status. The successful Proposer will take affirmative action to ensure that applicants are
employed and that employees are treated during employment without unlawful
discrimination because of their race, color, creed, religion, sex, national origin,
disability, age, marital status, or public assistance status.
Such action shall include but not be limited to the following: employment; upgrading,
demotion, or transfer; recruitment or recruitment advertising; layoff or termination;
rates of pay or other forms of compensation; and selection for training, including
apprenticeship. The successful Proposer agrees to post in conspicuous places, available
to employees and applicants for employment, notices that set forth the provisions of
this nondiscrimination clause.
The successful Proposer will, in all solicitations or advertisements for employees placed
by or on behalf of the successful Proposer, state that all qualified applicants will receive
consideration for employment without regard to race, creed, color, religion, sex,
national origin, disability, marital status, or public assistance status.
The successful Proposer shall comply with any applicable federal or state law regarding
non‐discrimination. The following list includes, but is not meant to limit, laws that may
be applicable:
State statute, as amended, which generally prohibits discrimination because of race, color, creed, religion, national origin, sex, marital status, status with regard to public assistance, disability, or age. The Equal Employment Opportunity Act of 1972, as amended, 42 U.S.C. 2000e et seq., which prohibits discrimination in employment because of race, color, religion, sex, or national origin. The Rehabilitation Act of 1973, as amended, 29 U.S.C. 701 et seq. and 45 C.F.R. 84.3 (I) and (K) implementing Sec. 504 of the Act, which prohibits discrimination against qualified handicapped persons in the access to or participation in federally‐funded services or employment. The Age Discrimination in Employment Act of 1967, as amended, which generally prohibits discrimination because of age. The Equal Pay Act of 1963, as amended, 29 U.S.C. 206, which provides that an employer may not discriminate on the basis of sex by paying employees of different sexes differently for the same work. The Job Training Partnership Act of 1982, as amended, and JTPA regulations, which prohibit discrimination under any program funded in whole or in part with JTPA funds because of race, color, religion, sex, national origin, age, handicap, or political
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 51
affiliation or beliefs. Although certain restrictions apply, generally, persons cannot be denied participation in a JTPA program simply because of their citizenship.
STATE EXCISE AND USE TAX
Section 151.311, Tax Code, as amended effective October 1, 1993, permits the purchase
free of state sales and use taxes of tangible personal property to be incorporated into
realty in the performance of a contract for an improvement to realty for certain exempt
entities. The section further permits the purchase tax‐free of tangible personal property
(other than machinery or equipment and its accessories and repair and replacement
parts) for use in the performance of such a contract if the property is "necessary and
essential for the performance of the contract" and "completely consumed at the job
site." In addition, the section permits the purchase tax‐free of a tangible service for use
in the performance of such a contract if the service is performed at the job site and if
"the contract expressly requires the specific service to be provided or purchased by the
person performing the contract" or "the service is integral to the performance of the
contract."
In submitting the proposal, the Proposer is understood to have included in the price any
applicable State or Federal sales, excise, or use tax on all materials, supplies, and
equipment that are to be used in the project.
COST & BILL OF MATERIALS
PROVIDE BILL OF MATERIALS (BOM) SHOWING MODEL NUMBER/DESCRIPTION, AND
QUANTITY, FOR ALL COMPONENTS PROPOSED PER SCHOOL. RESPONDENT SHALL PROVIDE THIS
BOM IN A MS EXCEL FORMAT (.XLSX). SUCCESSFUL CONTRACTOR(S) SHALL PROVIDE DETAILED
UNIT PRICING AND EXTENDED PRICING. FAILURE TO INCLUDE THIS INFORMATION MAY RESULT
IN THE PROPOSAL BEING DISQUALIFIED ON THE BASIS OF BEING NON‐RESPONSIVE
BASE PRICES REQUESTED IN PROPOSAL FORM AND COST DETAIL SHALL BE ALL INCLUSIVE
OF ALL SPECIFIED COMPONENTS. RESPONDENT SHALL NOT INCLUDE OPTIONAL ITEMS IN BASE
PRICES. PROVIDE OPTIONAL PRICING AS SEPARATE LINE ITEMS OUTSIDE OF TOTALS.
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 52
REFERENCES AND SUPPORT References must demonstrate that the Respondent has extensive knowledge of all equipment proposed and has at least five (5) years of experience with the same system(s). References will be contacted – please verify information before submitting. Use the format below for all references. All references will be called. Please inform your contacts that a 10 to 15‐minute call may be anticipated. Hyperconverged System Reference 1:
Organization Name
Address
Contact Person/Title
Telephone/Email
Date of Installation
Description of System
Number of Nodes & Virtual Machines
Size of Storage Solution
Hyperconverged System Reference 2:
Organization Name
Address
Contact Person/Title
Telephone/Email
Date of Installation
Description of System
Number of Nodes & Virtual Machines
Size of Storage Solution
Hyperconverged System Reference 3:
Organization Name
Address
Contact Person/Title
Telephone/Email
Date of Installation
Description of System
Number of Nodes & Virtual Machines
Size of Storage Solution
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 53
SUBCONTRACTORS
The use of subcontractors is permitted. The respondent is responsible for
understanding the full scope of the project and determining its ability to perform under
all requirements set herein.
Please acknowledge full understanding of the systems and scope of project specified
herein.
SERVICE AFTER INSTALLATION
How many service personnel trained in maintaining the proposed systems does
Respondent employ in the District’s area? Please indicate location closest to the
District.
Trained Service Personnel:
Location:
Provide the address of Respondent’s service center(s) closest to the District:
Company:
Address:
Telephone Number:
PROJECT TEAM
Resumes of key members of the team, including Project Manager, that will be assigned
to the project (include previous projects, certifications, and number of years employed).
Provide proof of manufacturer’s certification/specialization for the company. All
certifications must be current and valid.
Provide proof of manufacturer’s certification for individuals listed above. All
certifications must be current and valid.
Midlothian ISD 1819‐002 Data Center Compute, Storage & Network RFP
September 28, 2018 Copyright 2018
Page 54
PROPOSAL/BID BOND FORM THE STATE OF TEXAS COUNTY OF . KNOW ALL MEN BY THESE
PRESENTS:
THAT we, as Principal, and as Surety, are held and firmly bound unto the Midlothian ISD. / Owner, hereinafter called the OBLIGEE, in the penal sum of Dollars ( ), (equivalent to 5% of total lump sum proposal with alternates) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying Proposal, dated , 2018, being for the supply and installation of systems described by Midlothian ISD, Data Center Compute, Storage & Network Electronics RFP #1819‐002 with appurtenances thereto, the kind and extent of work involved being set forth in detail in the proposed Contract Documents cited herein. NOW, THEREFORE if the Obligee shall notify the Principal of the acceptance of the Proposal of the Principal within 30 days of the date of the submittal of the Proposal and if the Principal shall within 10 days of receipt of such notification enter into a contract with the Obligee in accordance with the proposing or Contract Documents, including furnishing acceptable Performance and Payment Bonds each in the amount of one hundred percent (100%) of the total contract sum, or in the event of failure of the Principal to enter into such contract and submit such bonds within the specified time, if the Principal shall pay to the Obligee the difference between the aggregate amount specified in said proposal and the aggregate amount for which the Obligee may in good faith enter into contract for the same work with another proposer, then the above obligation shall be void and of no effect, otherwise to remain in full force and effect.
September 28, 2018 Copyright 2018
Midlothian ISD DC Storage, Compute & Network
Page 55
IN WITNESS WHEREOF, the above bounded parties have executed this instrument under their several seals this day of 2018, the name and Corporate Seal of each corporate party being hereto affixed, and these presents duly signed by its undersigned representatives, pursuant to authority of its governing body.
(Business Address) (Individual Principal)
(Business Address) (Corporate Principal)
ATTEST: BY:
(Secretary) (President)
(Surety Business Address) (Corporate Surety)
ATTEST: BY:
September 28, 2018 Copyright 2018
Midlothian ISD DC Storage, Compute & Network
Page 56
PERFORMANCE BOND FORM THE STATE OF TEXAS
COUNTY OF ) THAT we, _ As Principal, and
as Surety, are hereby held and firmly bound unto Midlothian ISD/Owner, hereafter called Obligee, in the penal sum of $ which is the full amount of Principal's contract with the named Obligee, for the payment of which sum the said Principal and Surety bind themselves, their heirs, executors, administrators and successors, jointly and severally firmly by these presents. WHEREAS, the principal has entered into a written contract dated with Obligee named, to do and perform certain construction work as provided in said contract and the related plans, specifications, general conditions and other contract documents, all of which are by reference made a part hereof. NOW, THEREFORE, the conditions of this Obligation is such that if the Principal shall faithfully perform all of the work in accordance with the plans, specifications general conditions and contract documents, and shall faithfully perform each, every and all other obligations incumbent upon him under the terms of said written contract referred to, and shall fully indemnify and save harmless the Obligee from all costs, expense and damage which it may suffer or incur because of Principal's default, or failure so to do, then this obligation shall be void, otherwise it shall remain in full force and effect. In the event Principal shall default in the faithful performance of the work called for by said written contract, plans, specifications and contract documents, the Surety shall within 15 days of the determination of default (determined as provided in said contract, general conditions and contract documents) take over and assume completion of said contract, or within such 15‐day period make other arrangements satisfactory with the Obligee for completion of the contract, and said Surety shall become entitled thereupon to the payment or benefit of the balance of the contract price as the same matures according to its terms. The Surety, for the protection of the Obligee herein, waives notice of, and hereby consents to any subsequent modification or alteration both in the work to be performed by the Principal, and the consequent price or sums to be paid by the Obligee, as well as any other change, or amendment, addition or deletion in the contract documents during the progress of the work, including but not limited to all extensions of time or other indulgences permitted the Principal. Notwithstanding any other provision, the liability of the Surety on this bond shall never exceed the penal sum stated in first paragraph. This Performance Bond is given in compliance with the terms and provisions of the Civil Statutes of the State of Texas, and this bond and all of the provisions herein contained shall be solely for the protection of the named Obligee, which has awarded the contract referred to. The undersigned, corporate Surety, does by the execution of this Bond solemnly warrant and represent that it is duly authorized to do business in Texas.
September 28, 2018 Copyright 2018
Midlothian ISD DC Storage, Compute & Network
Page 57
Executed this day of , 2018.
(Business Address) (Individual Principal)
(Business Address) (Corporate Principal)
ATTEST: BY:
(Secretary) (President)
(Surety Business Address) (Corporate Surety)
NOTE: 1. This bond must be payable to the awarding authority,
Midlothian ISD/Owner, as the named obligee, and it must be approved as to form by such awarding authority.
2. This bond must be furnished before any work is commenced. 3. Surety must be a corporate surety duly authorized to do business in Texas. 4. This PERFORMANCE BOND must be in the full amount of the contract, which it
secures. 5. Attach Power of Attorney from Corporate Surety to this Performance Bond.
END OF SECTION
September 28, 2018 Copyright 2018
Midlothian ISD DC Storage, Compute & Network
Page 58
TECHNOLOGY SYSTEMS REQUIREMENTS
PROPOSAL RESPONSE
Respondents shall respond to all portions of this RFP.
Technical specifications (data sheets/cut sheets) for all proposed items (including
software) are to be included in response.
Individual components and line item pricing are to be included in Bills of Materials.
Software version numbers must be included. Responses that fail to include Bills of
Materials and technical specifications may be disqualified.
PROVIDED BY OTHERS (NOT IN CONTRACT)
High voltage (110v/208v) electrical power outlets.
Uninterruptible power supplies (UPS)
Backbone and premise cabling within buildings.
Racks and patch panels.
SCOPE OF TECHNOLOGY SYSTEMS CONTRACT
The vendor to whom the District awards this contract must provide the following within
10 days of contract execution:
Required insurance certificates Required Performance and Payment bonds The name and contact information for the Contractor’s assigned Project Manager A project schedule showing milestones for equipment ordering, equipment delivery, installation at each site, and testing.
A testing plan outlining the tasks that will be accomplished during testing and the amount of involvement required from the Owner
PATCH CABLES/CORDS SPECIFICATIONS – REQUIRED ELEMENT
Single Mode Patch Cords
Provide sufficient quantity to connect all ports as required in this RFP. Patch cord connectors shall be measured for insertion loss with the following values for each connector: typical of 0.3 dB and maximum of 0.5 dB and guaranteed reflectance of ≤ ‐55 dB for UPC.
Manufacturer shall be ISO 9001 and TL 9000 registered. Manufacturer shall manufacture both cable and connectors used to manufacture the patch cords.
Connector ferrule material shall be ceramic.
September 28, 2018 Copyright 2018
Midlothian ISD DC Storage, Compute & Network
Page 59
Optical fiber cable type shall be zipcord construction suitable for use in indoor spaces.
Patch cord shall be constructed with reverse‐pair positioning as per TIA TSB‐125. Patch cord shall contain single‐mode fibers compliant with TIA/EIA 568B.3 and applicable TIA/EIA‐604 document.
Patch cord jacket color shall be yellow. Length of patch cord should be appropriate to be properly routed and cable managed, if not specified in this RFP.
Multimode Fiber Patch Cords (50 micron)
Provide multimode fiber patch cords in sufficient quantity to connect all ports as specified in this RFP.
Patch cord shall contain 50‐micron 850 nm laser‐optimized multimode fiber and shall comply with TIA/EIA‐568B.3 and applicable TIA/EIA‐604 document.
Optical fiber cable types shall be suitable for use in indoor spaces and be listed as OFNR or OFNP.
Patch cord connectors shall be measured for insertion loss with the following values for each connector: typical of 0.3 dB and maximum of 0.5 dB. Connector reflectance shall be ≤ ‐55 dB.
Manufacturer shall manufacture both cable and connectors used to manufacture patch cord.
Multimode patch cord jacket shall be aqua for 10Gb. Manufacturer shall be ISO 9001 and TL 9000 registered. Length of patch cord should be appropriate to be properly routed and cable managed, if not specified in this RFP.
EQUIPMENT GENERAL REQUIREMENTS
Each proposed system shall fully integrate and interoperate with all other systems
outlined in each section. If Respondent is not proposing one or more sections, the
District encourages the Respondent to partner with another company to deliver a turn‐
key solution. Respondent to any section shall take full ownership of interoperability,
compatibility, and system completeness with all sections. Submission of the
Respondents proposal is an acknowledgement to this and all other requirements
contained herein.
RESPONSE:
All provided systems must be new and be an active product (no end of sale, end of life,
or end of support announcements for proposed equipment).
RESPONSE:
Proposal pricing shall include shipping, delivery, configuration, installation within the
site, testing, and documentation (including all labor).
RESPONSE:
September 28, 2018 Copyright 2018
Midlothian ISD DC Storage, Compute & Network
Page 60
All equipment must be warranted by the manufacturer for 12 months, including but not
limited to technical support, hardware replacement, and software updates. Further,
installation services must be warranted by the Contractor for 12 months. If this requires
purchase of a maintenance program, then cost for such must be included in the base
proposal. The Contractor shall not substitute manufacturer’s warranty or maintenance
programs with their own warranty.
RESPONSE:
All equipment must be rack mounted (19” racks and cabinets provided by Owner),
including UPS devices. All equipment must have the maximum number of screws
installed in a manner so that the equipment does not sag.
RESPONSE:
Proposal must include all software updates and upgrades for twelve (12) months after
completion. Any cost for such must be included in the base proposal (not including
labor).
RESPONSE:
All hardware components must be “UL” approved and FCC certified, as applicable.
RESPONSE:
Equipment that has been announced but is not yet shipping will be considered,
providing the following:
That the announced delivery date is on or before the installation dates of this project, and
That the Contractor allows a 60‐day test period to ensure that equipment performs according to specifications.
RESPONSE:
Requirements for all HARDWARE:
All hardware shall be installed with the most current software version, unless otherwise requested by District.
All hardware shall have Identical software images loaded for equipment of the same type (e.g., all access switches must have the same software load.)
Any existing equipment being integrated into the new system that is of the same make and model shall be upgraded, as necessary, to also be on the same software images as the new equipment. District assumes the responsibility for entitlement.
RESPONSE:
HYPERCONVERGED SYSTEMS FOR DC1 AND DC2
September 28, 2018 Copyright 2018
Midlothian ISD DC Storage, Compute & Network
Page 61
Purpose of Hyperconverged System
To replace existing systems with a more simplified, agile, and scalable compute and storage environment for District applications.
To provide two properly sized hyperconverged systems at each of the District’s two data centers (one system in each) in an active‐active deployment.
The District can provide dedicated fiber connectivity for cluster‐to‐cluster communication, load orchestration, and other processes. The Respondent shall include all necessary hardware, software, licenses, and cables for connectivity as a part of the WAN aggregation and Data Center SDN sections.
To ensure proper review and evaluation, Respondents are encouraged to include network diagrams, rack elevations, and any other supporting information to demonstrate a clear understanding of the requirements, the specifications for the proposed system, and that the proposed system is a complete turn‐key system.
Given the critical nature of the data center systems, the District prefers Tier 1 systems with a proven track record specifically in medium‐sized Texas school districts, such as VxRail, Hyperflex, or SimpliVity. The District will consider any solution that meets the technical requirements set herein. The Respondent shall provide documentation, diagrams, and narratives clearly indicating compliance to all requirements of this RFP.
RESPONSE:
Respondent shall use the specifications from existing systems as outlined above to
properly size the proposed solution. In addition, the system shall meet all requirements
as indicated below.
RESPONSE:
The system shall provide redundancy across all major components and be able to meet
current capacity requirements in a degraded state. This shall include failures from
system components (power supplies, fans, network connections, hard drives, etc.) to
complete node failures.
RESPONSE:
System shall be easy to use, setup, provision, and manage, utilizing a single, graphical
interface for all day‐to‐day tasks.
RESPONSE:
System shall quickly and easily extend a VMware environment.
RESPONSE:
System shall come from the factory with the hypervisor preloaded to minimize launch
times.
September 28, 2018 Copyright 2018
Midlothian ISD DC Storage, Compute & Network
Page 62
RESPONSE:
System shall have storage virtualization management integrated with the management
of virtual servers and not a separate console.
RESPONSE:
System shall seamlessly integrate into VMware software experience, including the
vSphere ecosystem of supported configurations, partner solutions, and reference
architectures.
RESPONSE:
System shall deliver software updates non‐disruptively and in a single payload.
RESPONSE:
System shall be able to handle expected and unexpected growth easily, cost‐effectively,
and with minimal disruption to business activities by adding nodes and drives without
taking the cluster offline.
RESPONSE:
System shall be able to start small and scale on‐demand non‐disruptively from 40 VMs
up to 3,200 VMs, and up to 64 nodes.
RESPONSE:
System shall provide quality of service (QoS) on a per‐VM (Object) basis, meaning IOPS
threshold limits can be set as a part of the VM level policies that can be dynamically
changed.
RESPONSE:
System shall provide deduplication & compression as inline processes with minimal
impact to the write latency.
RESPONSE:
System shall support up to 4 GPUs per node.
RESPONSE:
System shall include the following storage services: replication, backup, public cloud
hierarchical storage management.
RESPONSE:
September 28, 2018 Copyright 2018
Midlothian ISD DC Storage, Compute & Network
Page 63
System shall provide active‐active data center, synchronous and asynchronous
replication solutions, including zero RPO replication options.
RESPONSE:
System shall have the capacity to replicate virtual machines to an external system based
on the same hypervisor. The external system may or may not be hyper‐converged,
made by the same manufacturer or a third party.
RESPONSE:
System shall have integrated backup solution that provides backup and recovery at VM
and file level.
RESPONSE:
System shall have integrated backup solution that can back up sensitive information
from applications such as SQL, Exchange and SharePoint to ensure consistent backups
and granular recovery.
RESPONSE:
System shall be able to tier to the cloud, beyond just a back‐up strategy, and must be
able to allow tiering and extend in‐house hierarchical storage to external cloud storage
services with support for all major public and private cloud providers such as: Amazon,
Google, Microsoft Azure, OpenStack, and others.
RESPONSE:
System shall be able to deduplicate and compress the data that will be propagated via
WAN in the storage tier when using an external tiering function tier to external storage,
including a public cloud.
RESPONSE:
System shall be constituted as a single product consisting of hyper‐converged nodes,
hardware virtualization, storage virtualization, network connectivity, management
system, and support must be delivered in a unified way with a single support contract
authorized to take support calls for both the hardware and software on the appliance.
RESPONSE:
System shall be supported by the manufacturer to provide a single point of contact and
issue resolution service, which must assist with all issues associated with network,
hardware, storage and virtualization components.
RESPONSE:
September 28, 2018 Copyright 2018
Midlothian ISD DC Storage, Compute & Network
Page 64
System shall have predictive failure analytics with proactive alert notifications.
RESPONSE:
System shall offer a “call home” or similar support application to proactively monitor
the hardware and software components of the system.
RESPONSE:
System shall support multiple generations of server hardware in the same cluster to
provide for future growth for the system.
RESPONSE:
Respondent shall include all necessary (net new) enterprise edition software licenses, include hypervisors, with support for five (5) years. Respondents shall not use any
existing licensing that the District has.
RESPONSE:
Respondent shall include additional Veeam licensing with five (5) years of software
assurance for the proposed systems and extend existing licenses to co‐terminate with
new licenses. Respondent may propose alternate backup software; must outline in
Exceptions & Clarifications section of proposal.
RESPONSE:
System shall include manufacturer‐branded 24x7x365 telephone technical support with
8x5xNBD hardware replacement for a period of five (5) years. Support shall not
commence until all equipment has been put into production.
RESPONSE:
Respondent shall provide installation and configuration services to install all hardware, software, including but not limited to hypervisors, firmware, tools, and management
applications, and any other components necessary to make the system production‐
ready.
RESPONSE:
Respondent shall migrate all existing virtual machines from the existing environment to
the new environment.
RESPONSE:
Respondent shall include the following information as a part of this section:
September 28, 2018 Copyright 2018
Midlothian ISD DC Storage, Compute & Network
Page 65
System connectivity – provide a detailed physical drawing with all wired connections indicated between system components, such as nodes, network switches, fabrics, etc. Please indicate the type and speed of connection (e.g., 10GB SR SFP+ Fiber, 10GB T SFP+ Copper)
Rack space required for each major component Power required – receptacle type and quantity, voltage, and amperage Blade enclosure connectivity – provide a drawing with every physical connection as required to meet the specifications as well as any additional connections, whether between components in the system or external.
Detailed Scope of work for implementation, including existing VM migration Detailed test and acceptance plan
RESPONSE:
ADDITIVE1: Include an optional price to provide a cloud‐based backup and recovery solution compatible with the proposed system.
RESPONSE:
Provide general details on the offering, including pricing structure, service levels, recovery procedures and options available, and any other pertinent information.
UNSTRUCTURED/MIXED WORKLOAD DATA COMPUTE/STORAGE FOR DC1 AND DC2
Purpose of Unstructured Data Compute/Storage
To provide inexpensive compute and storage resources for unstructured data, test environments, manual backups, and general‐purpose compute and storage.
To provide two properly sized compute and storage systems at each of the District’s two data centers (one system in each) in an active‐active deployment.
The District can provide dedicated fiber connectivity for cluster‐to‐cluster communication, load orchestration, and other processes. The Respondent shall include all necessary hardware, software, licenses, and cables for connectivity as a part of the WAN aggregation and Data Center SDN sections.
To ensure proper review and evaluation, Respondents are encouraged to include network diagrams, rack elevations, and any other supporting information to demonstrate a clear understanding of the requirements, the specifications for the proposed system, and that the proposed system is a complete turn‐key system.
RESPONSE:
All‐in‐one, blade, or traditional systems will be considered. As such, Respondent shall
propose a solution that is properly sized and balances functionality and system cost.
RESPONSE:
System shall provide a minimum of the following specifications for compute resources:
September 28, 2018 Copyright 2018
Midlothian ISD DC Storage, Compute & Network
Page 66
Dual 12 core Intel Xeon processors 256GB memory 4 x 10GE network connectivity 4 x 10GE iSCSI connectivity RAID controller Local storage for hypervisor booting, SSD preferred Redundant power supplies (N+1) Redundant fans (N+1) Out of band remote management for console access
RESPONSE:
System shall provide a minimum of the following specifications for storage resources:
Managed through same application as hyperconverged environment (see above) with a preference of integration into the hyperconverged system
Supports all standard drives, SAS, SATA, SSD with a capacity of 15 drives expandable to 150
Supports no less than 500GB of NVMe SSD or equivalent for caching Redundant storage controllers Supports up to 1000 LUNs Supports file, block, and virtual volume storage protocols Supports file and block tiering Supports thin provisioning Supports CIFS, NFS, and iSCSI Supports compressions and deduplication 20TB of initial usable space Supports of up 2PB of RAW capacity through the addition of drives and enclosures 4 x 10GE network connectivity Fully compatible with all major hypervisors Supports typical storage data applications – replication, snapshots, backup, vm recovery points
Redundant power supplies (N+1) Redundant fans (N+1) Out of band remote management for console access
RESPONSE:
System shall connect to the network using resource ports from the data center
spine/leaf SDN environment.
RESPONSE:
Respondent shall include all necessary (net new) enterprise edition software licenses,
include hypervisors, with support for five (5) years. Respondents shall not use any
existing licensing that the District has.
RESPONSE:
September 28, 2018 Copyright 2018
Midlothian ISD DC Storage, Compute & Network
Page 67
Respondent shall include additional Veeam licensing with five (5) years of software
assurance for the proposed systems and extend existing licenses to co‐terminate with
new licenses. Respondent may propose alternate backup software; must outline in
Exceptions & Clarifications section of proposal.
RESPONSE:
System shall include manufacturer‐branded 24x7x365 telephone technical support with
8x5xNBD hardware replacement for a period of five (5) years. Support shall not
commence until all equipment has been put into production.
RESPONSE:
Respondent shall provide installation and configuration services to install all hardware,
software, including but not limited to hypervisors, firmware, tools, and management
applications, and any other components necessary to make the system production‐
ready.
RESPONSE:
Respondent shall migrate all existing virtual machines from the existing environment to
the new environment.
RESPONSE:
Respondent shall include the following information as a part of this section:
System connectivity – provide a detailed physical drawing with all wired connections indicated between system components, such as nodes, network switches, fabrics, etc. Please indicate the type and speed of connection (e.g., 10GB SR SFP+ Fiber, 10GB T SFP+ Copper)
Rack space required for each major component Power required – receptacle type and quantity, voltage, and amperage Blade enclosure connectivity – provide a drawing with every physical connection as required to meet the specifications as well as any additional connections, whether between components in the system or external.
Detailed Scope of work for implementation, including existing VM migration Detailed test and acceptance plan
RESPONSE:
DATA CENTER SOFTWARE DEFINED NETWORKING FOR DC1 AND DC2
Purpose of Data Center SDN for DC1 and DC2
To replace existing Cisco networking systems with a more simplified, agile, and scalable data center networking environment with programmatically efficient network provisioning and enhanced capacity, functionality, and security.
September 28, 2018 Copyright 2018
Midlothian ISD DC Storage, Compute & Network
Page 68
To interconnect the two data centers into a single SDN fabric provide active‐active services for all centralized resources.
To ensure proper review and evaluation, respondents are encouraged to include
network diagrams, rack elevations, and any other supporting information to
demonstrate a clear understanding of the requirements, the specifications for the
proposed system, and that the proposed system is a complete turn‐key system.
RESPONSE:
Given the critical nature of the data center systems, the district prefers tier 1 systems
with a proven track record specifically in medium‐sized Texas school districts, such as
CISCO ACI and VMWare NSX. The district will consider any solution that meets the
technical requirements set herein. The respondent shall provide documentation,
diagrams, and narratives clearly indicating compliance to all requirements of this RFP.
RESPONSE:
Respondent shall use the specifications from existing systems as outlined above to
properly size the proposed solution. In addition, the system shall meet all requirements
as indicated below.
RESPONSE:
The system shall provide redundancy across all major components and be able to meet
current capacity requirements in a degraded state. This shall include failures from
system components (power supplies, fans, network connections, optics, etc.) To
complete switch failures.
RESPONSE:
System shall be easy to use, setup, provision, and manage, utilizing a single, graphical
interface for all day‐to‐day tasks.
RESPONSE:
The SDN data center network shall consist of uplink ports that provide connectivity to
other data center (leaf) switches and to WAN aggregation switches. All uplink
connections shall be fully redundant and support link, optic, or switch failure with no
degradation in service.
Respondent shall determine the appropriate number of uplink ports required using the information contained within this RFP.
Respondent shall include all switches, optics, licenses, cables, and other components to ensure a complete system.
September 28, 2018 Copyright 2018
Midlothian ISD DC Storage, Compute & Network
Page 69
Uplink connections shall be physically redundant between each connected switch providing connectivity to resources and devices.
Uplink connections shall be physically redundant between each connected switch providing connectivity to WAN aggregation connections.
All uplink connections shall be no less than 40GE each.
RESPONSE:
The SDN data center network shall consist of resource or device ports that provide low
latency (less 2 microseconds), wire‐speed switching across all ports.
Respondent shall determine the appropriate number of resource ports required using the information contained within this RFP (hyperconverged system, unstructured compute and storage system, management ports). Include an additional 48 ports of 1/10GE (fully licensed) for growth of devices in the data center.
Respondent shall include all switches, optics, licenses, cables, and other components to ensure a complete system.
Resource and device connections shall be physically redundant between each connected switch providing connectivity to resources and devices.
All resource and device connections shall be no less than 10GE each.
RESPONSE:
The SDN fabric shall meet or exceed the following requirements:
Fully meshed, fully redundant system providing a single interface for provisioning, monitoring, managing, and reporting.
2. All connections shall be fully redundant and support link, optic, or switch failure
with no degradation in service. 3. Respondent shall include all switches, optics, licenses, cables, and other
components to ensure a complete system. 4. Latency of 1 to 2 microseconds with up to 1.28 Tbps of bandwidth. 5. Hot‐swappable, redundant power supplies and fan trays increase availability. 6. Support a minimum of 40Gb ethernet speeds. Each spine switch shall be fully non‐
blocking as configured. Further, each line card must support full wire‐speed switching on all ports simultaneously.
7. The solution shall provide policy driven automation through an integrated underlay and overlay, is hypervisor agnostic, and extends policy automation to any workload, including virtual machines, physical bare‐metal servers, and containers.
8. The solution shall support a stretched data center model across DC1 and DC2, constituting one fault domain.
9. The solution shall provide for network virtualization, policy enforcement, centralized fabric management, and support current data center technologies such as VXLAN.
September 28, 2018 Copyright 2018
Midlothian ISD DC Storage, Compute & Network
Page 70
10. Each appliance shall be licensed for and fully support SDN. All SDN appliances needed to support over 1000 nodes and provide redundancy shall be included in base proposal.
11. Each appliance shall support in‐service software upgrades and patching without operation interruption.
12. Respondent shall provide professional services for a turn‐key installation based on specifications and requirements contained in this RFP and shall not be limited by any omission of reasonable configuration or installation requirements for similar systems. respondent shall include a thorough scope of work with proposal.
13. Provide five (5) year hardware maintenance with next business day (NBD) parts replacement options for appliances.
RESPONSE:
WIDE AREA NETWORK (WAN) AGGREGATION FOR DC1 AND DC2
Purpose of the WAN aggregation switches for DC1 and DC2
To provide high‐speed termination points at both DC1 and DC2 for the District campuses over the optical DWDM WAN.
To interconnect the spine switches at DC1 and DC2 to the layer 3 network.
Technical Specifications
Each WAN aggregation switch shall include the following: Up to 1.6Tbps switching capacity with up to 1 Bpps of forwarding performance Forty‐eight (48) nonblocking 1/10/25 gigabit ethernet SFP28 ports Four (4) QSFP/QSFP+ 40/100 gigabit ethernet uplink ports Support for 4000 VLANs and SVI interfaces Support for 32,000 multicast and IP routes Dual, redundant ac power supplies; 650w ac config 4 power supply front to back
cooling Up to 512,000 flexible Netflow (FNF) entries in hardware Support for common enterprise switching and routing feature sets:
i Policy based routing ii Layer 2 multicast switching (PIM) iii First‐hop redundancy protocols (VRRP, HSRP, GLBP)
Up to 36 mb of unified buffer per ASIC Up to 212,000 routing entries (IPv4/IPv6) for high‐end campus core and
aggregation deployments IPv6 support in hardware, providing wire‐rate forwarding for IPv6 networks IEEE 802.1ba AV bridging (AVB) built in to provide a better av experience
through improved time synchronization and QoS Dual‐stack support for IPv4/IPv6 and dynamic hardware forwarding table allocations, for ease of IPv4‐to‐IPv6 migration
Support for both static and dynamic NAT and port address translation (PAT) Scalable routing (IPv4, IPv6, and multicast) tables and layer 2 tables
September 28, 2018 Copyright 2018
Midlothian ISD DC Storage, Compute & Network
Page 71
Support for AES‐256 with the powerful MACsec 256‐bit encryption algorithm available on all models
Stackwise virtual technology, or functionally equivalent, that increases operational efficiency and boosts nonstop communications and scaled system bandwidth
Four (4) QSFP40g BiDi short‐reach transceivers Include licensing to enable SDN capability as an option
The contractor shall mount, install, power, configure, test, and cutover to the new system as required.
RESPONSE:
SOLARWINDS MANAGEMENT ADD‐ON
Purpose of Solarwinds Management Add‐on
To provide additional licensing for the District’s existing Solarwinds application suite in order to monitor and manage the newly installed system.
Contractor shall provide additional licensing for the Solarwinds applications listed in
section 1.05 that covers all components and equipment proposed.
Licenses shall for be a 5‐year term.
Contractor shall apply the licenses, import the proposed equipment into the existing
system, and configure appropriately for alerts and notifications as required by the
district.
CERTIFICATION TRAINING FOR TWO (2) PERSONS ‐ REQUIRED ELEMENT
This training would result in manufacturer’s certification for two (2) persons specified
by Owner for the systems proposed for this RFP.
Attach a list of recommended courses based on included hardware and software
systems. Provide locations and dates offered in the response.
Provide pricing for each class, learning credits, or vouchers.
Training should be offered within 60 miles of District.
Travel expenses are not to be included in proposed pricing.
INFORMAL TRAINING – REQUIRED ELEMENT
The Contractor shall provide sixteen (16) hours of training on the compute and storage
systems for any members of the District’s technology team or its representatives. This
shall take place at the Owner’s site(s). To include but not limited to:
September 28, 2018 Copyright 2018
Midlothian ISD DC Storage, Compute & Network
Page 72
Familiarization with features of all components provided Specifics of equipment features in proposed products Configuration details of equipment How to reinstall and reconfigure in case of failure Explanation of where and how to obtain support Explanation of most effective methods to test and maintain components Training in basic use of the operating system software Description of warranty and servicing procedures for all components provided
The District will specify all of the topics to be covered in the training classes.
Training should include each major element outlined in this RFP.
PHYSICAL INSTALLATION – REQUIRED ELEMENT
All devices are to be labeled on the side facing outwards with hostname and IP address
assigned. Labeling/naming scheme must be discussed with and pre‐approved by Owner
prior to beginning labeling procedures.
All ports (physical and logical) capable of having descriptions configured within the
system must have a clear identification of that connection. This applies to all elements
including but not limited to switch uplinks, compute components, and storage
components. If a question of whether a device should be labeled, it is the sole
responsibility of the Contractor to seek clarification. Scheme must be discussed with
and pre‐approved by Owner prior to beginning configuration procedures.
When “hot” cutovers from existing systems to new systems are required, Contractor
shall schedule each cutover with the District at least two weeks prior to occurrence.
Existing racks or cabinets in the data center and DRC are to be utilized. If there appears
to be insufficient space in any rack or cabinet, the Contractor must notify the District’s
Project Manager immediately and wait for a decision before proceeding with
installation at that location.
For installation of patch cables – NEATNESS COUNTS. The finished installations must be
tidy and the cabling well supported. No plastic tie wraps may be used. Hook and loop
type material (e.g., Velcro) ties may be used to bundle cables. Patch cables may not be
twisted, bent or otherwise deformed beyond standard allowable bend radius.
When cutover is completed, existing equipment is to be removed from
racks/cabinets/shelves by the Contractor and provided to the District’s Project Manager
for disposition, or if required by trade‐in policy, packed up and shipped as necessary.
All rubbish, debris, and dirt resulting from the Contractor's work shall be cleaned up
and removed from the building daily. The premises shall at all times be kept in a clean,
safe, and professional manner.
September 28, 2018 Copyright 2018
Midlothian ISD DC Storage, Compute & Network
Page 73
To facilitate routine in‐house maintenance of the system after acceptance, up to two
District personnel are to be observers during and assist with all facets of the installation
process. The Contractor shall allow for the training/assistance of these people during
installation.
Work shall be performed during normal hours of operation for the building where the
work is taking place. Any deviations must be discussed with and approved by the
District’s Project Manager or agent prior to work occurring.
DOCUMENTATION: WHEN INSTALLATION IS COMPLETE, THE CONTRACTOR SHALL
FURNISH THE DISTRICT WITH TWO COMPLETE SETS (IN THREE‐RING BINDERS, EACH WITH AN
ACCOMPANYING ELECTRONIC COPY) OF PROJECT DOCUMENTATION. CONTRACTOR SHALL
PROVIDE DOCUMENTATION AS FOLLOWS:
Logical diagrams showing all installed equipment, including locations (data center or
DRC). Diagrams must be submitted in MS Visio 2010 or later. Equipment stencils must
accurately represent the equipment installed.
Rack elevations for the Data Center to include all existing as well as newly implemented
components. Diagrams must be submitted in MS Visio 2010 or later. Equipment
stencils must accurately represent the equipment installed.
Hostnames, model numbers, serial numbers, asset tag identification numbers, login
credentials, and IP addresses assigned to all equipment shall be noted both on diagrams
and on a separate table/spreadsheet. Spreadsheet must be submitted in MS Excel 2010
or later.
SNMP configurations, community strings, and passwords for all devices.
Switch configurations shall be provided on hard copy and electronic copy.
Configuration files should be provided in a plain text format and should include the
running configuration, the VLAN database, the software version, and any neighbor
connections via protocols such as CDP. One configuration of each type of switch shall
have commented, detailed explanations of what each different line of the configuration
file means. At the interface level, only unique elements of the configuration file needs
to be explained.
Description of warranty and servicing procedures for all components.
Technical data sheets/cut sheets for all equipment provided. If data sheets are publicly
available, the Contractor may provide hyperlinks in a MS Word format to data sheets
for all equipment supplied. Links must be tested prior to submittal of documentation.
Finalized configuration details as determined in the kick‐off meeting.
September 28, 2018 Copyright 2018
Midlothian ISD DC Storage, Compute & Network
Page 74
COST & BILL OF MATERIALS
PROVIDE ALL COSTS REQUESTED IN EXHIBIT A: PROPOSAL FORM AND COST DETAIL OF
THE RFP. INSERT A HARD COPY OF THE COMPLETED FORM IN THIS SECTION OF THE RESPONSE
AND A SOFT COPY IN PDF FORMAT WITH THE ORIGINAL COPY OF THE RESPONSE.
PROVIDE BILL OF MATERIALS SHOWING MODEL NUMBER/DESCRIPTION, LIST PRICE,
DISCOUNTED UNIT COST, QUANTITY, AND EXTENDED DISCOUNTED COST FOR ALL COMPONENTS
PROPOSED. RESPONDENT MAY USE EXHIBIT B: BILL OF MATERIALS TEMPLATE OR CREATE
ANOTHER, BUT MUST INCLUDE THE INFORMATION AS REQUESTED.
PROVIDE OPTIONAL PRICING OUTSIDE OF TOTALS.
INCLUDE A DETAILED SCOPE OF WORK FOR EACH ASSOCIATED PRICE FOR INSTALLATION
AND CONFIGURATION. RESPONDENTS ARE ENCOURAGED TO BE AS THOROUGH AS POSSIBLE.
PROVIDE A COMPLETE LIST OF ANY EQUIPMENT THAT THE DISTRICT WILL NEED TO
PROVIDE, SUCH AS HARDWARE, SOFTWARE, AND POWER RECEPTACLES TO SUPPORT THE
PROPOSED EQUIPMENT.
THE CONTRACTOR MUST PROVIDE ALL EQUIPMENT, INCLUDING BUT NOT LIMITED TO
HARDWARE, SOFTWARE, SERVERS, AND LABOR REQUIRED TO SUPPORT AND INSTALL THE
PROPOSED SYSTEMS AND ALL OPTIONAL EQUIPMENT/APPLICATIONS PROPOSED, UNLESS IT HAS
BEEN IDENTIFIED IN THIS SECTION.
PROVIDE DETAILS OF ANY OTHER ASSUMPTIONS TAKEN IN PREPARING YOUR RESPONSE
TO THE RFP.
INSTALLATION METHODOLOGY AND DRAWINGS
INSTALLATION METHODOLOGY
Provide a detailed description with diagrams of how the proposed systems would be
deployed. Include the following:
Detailed Scope of Work clearly outlining the steps involved in deploying the systems Timeline of implementation with the number of resources that would be assigned to the project
Resumes of key members of the team, including Project Manager, that will be assigned to the project (include previous projects, certifications, and number of years employed)
Sample training agenda from previous projects Quality control methodology and systems used Project management methodology and systems used
ACCEPTANCE TESTING
September 28, 2018 Copyright 2018
Midlothian ISD DC Storage, Compute & Network
Page 75
PROVIDE THE RECOMMENDED ACCEPTANCE TEST PLAN FOR ALL PROPOSED PRODUCTS
AND APPLICATIONS.
RESPONDENT AND SUBCONTRACTOR QUALIFICATIONS, SUPPORT CAPABILITIES, AND REFERENCES
INFORMATION ABOUT THE RESPONDENT
Company name
Legal name (if different)
Years in business
Number of years selling systems similar to this Proposal
Contact person
Full mailing address
Telephone number
Fax number
E‐mail address
Name and phone number of bonding company
Number of full‐time employees
Number of technical/installation personnel (minimum of two dedicated to this project)
Names and titles of personnel who would be providing the training for the equipment
in this project (Attach listing of experience with similar projects.)
Name of person who would be project manager for this project (Attach listing of
experience with similar projects.)
Dunn and Bradstreet Number
EXPERIENCE AND EXISTING CUSTOMERS – HOW MANY SIMILAR SYSTEMS HAS THE
RESPONDENT SOLD/INSTALLED?
In the area (within 60 miles of MISD): _____
Statewide: _____
Nationwide: _______
September 28, 2018 Copyright 2018
Midlothian ISD DC Storage, Compute & Network
Page 76
SUBCONTRACTORS
The use of subcontractors is not permitted. The respondent is responsible for understanding the full scope of the project and determining its ability to perform under all requirements set herein.
Please acknowledge full understanding of the systems and scope of project specified herein.
SERVICE AFTER INSTALLATION
How many service personnel trained in maintaining the proposed systems does
Respondent employ in the District’s area? Please indicate location closest to the
District.
Trained Service Personnel: ________ Location: _____________
Provide the address of Respondent’s service center closest to the District:
Company ________________________________________ Address _________________________________________ Telephone Number ________________________________
BELOW, PLEASE ACKNOWLEDGE RECEIPT OF ANY ADDENDA WITH THE NUMBER AND
DATE ON THE ADDENDUM DOCUMENT:
__________________________________________________________________
__________________________________________________________________
____________________________________________________________
FINANCIAL STATEMENTS – PROVIDE FINANCIAL STATEMENTS INCLUSIVE OF CASH FLOW
SHEET, INCOME SHEET, BALANCE SHEET, AND ASSET LIABILITY STATEMENT FOR THE LAST THREE
(3) YEARS.
PROJECT AND MAINTENANCE TEAM
PROVIDE NAMES, TITLES, RESUMES, AND TRAINING CERTIFICATES OF INSTALLATION
PROJECT TEAM MEMBERS.
PROVIDE NAMES, JOB TITLES, AND CERTIFICATES OF CERTIFICATION FOR SERVICE
PERSONNEL WHO SHALL BE ASSIGNED TO THE DISTRICT AFTER INSTALLATION.
EXCEPTIONS AND CLARIFICATIONS
September 28, 2018 Copyright 2018
Midlothian ISD DC Storage, Compute & Network
Page 77
PLEASE PROVIDE DETAILED INFORMATION ON ANY EXCEPTIONS OR CLARIFICATIONS TO
THIS RFP THAT THE RESPONDENT IS TAKING. IF NO EXCEPTIONS OR CLARIFICATIONS ARE
SPECIFICALLY LISTED, THEN IT THE RESPONDENT EXPLICITLY AND KNOWINGLY ACCEPTS ALL
TERMS, CONDITIONS, AND REQUIREMENTS SET FORTH IN THIS RFP.
VALUE‐ADD
PLEASE PROVIDE A DETAILED DESCRIPTION OF ANY VALUE‐ADDED SERVICES THE
RESPONDENT IS PROVIDING AS A PART OF THIS RFP.