rfp pkms to spe - p16cdn4static.sharpschool.com

20
BLUE SPRINGS R4 SCHOOL DISTRICT Request for Proposal (RFP) PKMS to SPE Mandatory Meeting for All Bidders: Thursday July 1, 2021 at 11:00 AM CST 1801 NW Vesper St., Blue Springs, MO 64015 Bidders not able to attend in-person should contact Brandon Martin at [email protected] Subject: Fiber RFPfor a video link to the meeting. Only vendors who attend this meeting in-person or on-line will be able to bid. 1

Upload: others

Post on 21-Jun-2022

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: RFP PKMS to SPE - p16cdn4static.sharpschool.com

BLUE SPRINGS R4 SCHOOL DISTRICT

Request for Proposal (RFP) PKMS to SPE

Mandatory Meeting for All Bidders: Thursday July 1, 2021 at 11:00 AM CST

1801 NW Vesper St., Blue Springs, MO 64015

Bidders not able to attend in-person should contact Brandon Martin at [email protected] Subject: “Fiber RFP” for a video link to the meeting.

Only vendors who attend this meeting in-person or on-line will be able to bid.

1

Page 2: RFP PKMS to SPE - p16cdn4static.sharpschool.com

Table of Contents

Notice Calling for Proposals ……………………………………………………………………………………………..3 Information for Bidders ……………………………………………………………………………………………………4 Insurance Requirements of Bidder ……………………………………………………………………………………9

Project Overview General ……………………………………………………………………………………………………………….14

Fiber Cable ………………………………………………………………………………………………………….14 Outside Cabling Plant …………………………………………………………………………………….……15 Slack Loops ………………………………………………………………………………………………………….17

Labeling ……………………………………………………………………………………………………………….17

Testing, Warranty, and Documentation ………………………………………………………………18

Bid Form …………………………………………………………………………………………………………………………..10 Information Required of Bidder ………………………………………………………………………………..……..13

Projected Start and Completion Dates ………………………………………………………………..14 Scope of Work……………………………………………………………………………………………………..14

Warning Tape ……………………………………………………………………………………………………..17

Route Map …………………………………………………………………………………………………………..17

Exhibit A …………………………………………………………………………………………………………………………..19 Exhibit B …………………………………………………………………………………………………………………………… 20

*IF THE FOLLOWING ITEMS ARE NOT RETURNED AT THE TIME OF THE BID OPENING, THE BIDDER WILL BE DECLARED NONRESPONSIVE

2

Page 3: RFP PKMS to SPE - p16cdn4static.sharpschool.com

Notice Calling for Proposals

District: BLUE SPRINGS R4 SCHOOL DISTRICT

RFP: Fiber Install: PKMS to SPE

Bid Deadline: July 15, 2021

Place of Bid Receipt: Blue Springs R4 School District Attn: Brandon Martin 1801 NW Vesper Street Blue Springs, MO 64015

All vendors are responsible for addendums. No notification will be sent out when addendums are posted. Bids are to be sent to The Blue Springs School District Clerk no later than 11:00 AM CST local time, Thursday, July 15, 2021. Submit in a sealed envelope marked “Attn: Brandon Martin.” Bids will be opened at 11:00 AM CST immediately following to be reviewed. The Blue Springs School District reserves the right to accept or reject any or all bids and to waive any informality in bids. Late receipts, e-mails and facsimiles will not be accepted.

NOTICE IS HEREBY GIVEN that the Blue Springs R4 School District of Jackson County, Missouri, acting by and through its Governing Board, hereinafter referred to as "DISTRICT," will receive up to, but not later than, the above-stated bid deadline, sealed proposals at the place identified above.

Bid Documents are available at the Blue SpringsR4 School District Technology Department or on the district website at www.bssd.net

The DISTRICT reserves the right to reject any or all bids or to waive any irregularities or informalities in any bids or in the bidding process.

No bidder may withdraw any bid for a period of thirty (30) calendar days after the dateset for the opening of bids.

Any technical questions shall be e-mailed no later than July 8, 2021 at 11:00 AM CST directly to:

Dr. Brandon Martin Director of Technology Email: [email protected] Subject: Fiber RFP

3

Page 4: RFP PKMS to SPE - p16cdn4static.sharpschool.com

Information for Bidders

WARNING: READ THIS DOCUMENT CAREFULLY. DO NOT ASSUME THAT IT IS THE SAME AS OTHER SIMILAR DOCUMENTS YOU MAY HAVE SEEN, EVEN IF FROM THE SAME DISTRICT.

1. Preparation of Bid Form. Bids shall be submitted on the prescribed Bid Form, completed in full. All bid items and statements shall be properly and legibly filled out. Numbers shall be stated both in words and in figures where so indicated, and where there is a conflict in the words and the figures, the words shall control over the numbers. The signatures of all persons shall be in longhand and in ink. Prices, wording, and notations must be in ink or typewritten.

2. Form and Delivery of Bids. The bid must conform and be responsive to all Project Documents and shall be made on the Bid Form provided, and the complete bid, together with all additional materials as required, shall be enclosed in a sealed envelope, addressed and hand delivered or mailed to Blue Springs R-IV School District, 1801 NW Vesper Street, Blue Springs MO 64015, Attn: Brandon Martinand must be received on or before the bid deadline. The envelope shall be plainlymarked in the upper left-hand corner with the bidder's name. It is the bidder's sole responsibility to ensure that its bid is received prior to the bid deadline. Any bid received after the scheduled closing time for receipt of bids shall be returned to the bidder unopened. At the time and place set forth for the opening of bids, the sealed bids will be opened and publicly read aloud.

3. Signature. Any signature required on Project Documents must be signed in the name of the bidder and must bear the signature of the person or persons duly authorized to sign these documents. Where indicated, if bidder is a corporation, the legal name of the corporation shall first be set forth, together with two signatures: one from among the chairman of the board, president, or vice president and one from among the secretary, chief financial officer, or treasurer. Alternatively, the signature of other authorized officers or agents may be affixed, if duly authorized by the corporation. Such documents shall include the title of such signatories below the signature and shall bear the corporate seal. Where indicated, if the bidder is a joint venture or partnership, there shall be submitted with the bid certifications signed byauthorized officers of each of the parties to the joint venture or partnership, naming the individual who shall sign all necessary documents for the joint venture or partnership and, should the joint venture or partnership be the successful bidder, who shall act in all matters relative to the Project for the joint venture or partnership. If bidder is an individual, his/her signature shall be placed on such documents.

4. Modifications. Changes in or additions to any of the bid documents, summaryof the work bid upon, alternative proposals, or any other modifications which are not specifically called for by the DISTRICT may result in the DISTRICT'S rejection of the bid as being nonresponsive. No oral, telephonic, facsimile, or electronic modification of any of the bid documents will be considered.

4

Page 5: RFP PKMS to SPE - p16cdn4static.sharpschool.com

5. Erasures, Inconsistent or Illegible Bids. The bid submitted must not contain any erasures, interlineations, or other corrections unless each such correction is authenticated byaffixing the initials of the person(s) signing the bid in the margin immediately adjacent to the correction. In the event of inconsistency between words and numbers in the bid, words shall control numbers. If DISTRICT determines that any bid is unintelligible, illegible, or ambiguous, the DISTRICT may reject such bid as beingnonresponsive.

6. Examination of Site and Project Documents. At its own expense and prior to submitting its bid, each bidder shall examine all documents; familiarize itself with all applicable federal, state, and local laws, ordinances, rules, regulations, and codes: determine the character, quality, and quantities of the supplies to be provided; and correlate its observations, investigations, and determinations with all requirements of the bid. The DISTRICT shall not be liable for any loss sustained by the successful bidder resulting from anyvariance between the actual conditions and data given in the bid document. Bidder agrees that the submission of a bid shall be incontrovertible evidence that the bidder has complied with all the requirements of this provision of the Information for Bidders.

7. Withdrawal of Bids. Any bid may be withdrawn, either personally or by written request signed by the bidder, at any time prior to the scheduled closing time for receipt of bids. The bid security for a bid withdrawn prior to the scheduled closing time for receipt of bids, in accordance with this paragraph, shall be returned. No bidder may withdraw any bid for a period of thirty (30) calendar days after the date set for the opening of bids.

8. Q&A, District Contact, Submission of Proposal. QUESTIONS/EMAIL LIST – Questions regarding this RFP may be submitted by email no later than July 8, 2021 by 11:00 AM CST to the following:

Brandon Martin, Director of Technology Blue Springs R-IV School District Email: [email protected] Subject: Fiber RFP

Responses to individual queries will be provided as soon as possible. A summary of all Q&A will be emailed to bidding vendors and posted to the District website as soon as possible after May 12, 2021. Vendors who wish to receive the summary Q&A and any updates or addenda to this RFP should email [email protected] to request placement on a distribution list. If there are discrepancies of any kind in the Project Documents, the interpretation of the DISTRICT shall prevail. SUBMITTAL OF A BID WITHOUT A REQUEST FOR CLARIFICATIONS SHALL BE INCONTROVERTIBLE EVIDENCE THAT THE BIDDER HAS DETERMINED THAT THE BID DOCUMENTS ARE ACCEPTABLE AND SUFFICIENT FOR BIDDING AND COMPLETING THE WORK; THAT BIDDER IS CAPABLE OF READING, FOLLOWING AND COMPLETING THE WORK IN ACCORDANCE WITH THE BID DOCUMENTS.

9. Bidders Interested in More Than One Bid. No person, firm or corporation shall be allowed to make, or file, or be interested in more than one bid for the same work unless alternate bids are specifically called for by the DISTRICT. A person, firm, or corporation that has submitted a sub proposal to a bidder, or that has quoted prices of materials to a bidder, is not thereby disqualified from submitting a proposal or quoting prices to other bidders or submitting a bid on the Project.

5

Page 6: RFP PKMS to SPE - p16cdn4static.sharpschool.com

10. Method of Award and Evaluation. Proposals will be deemed “Responsive” if they are received by July 15, 2021, 11:00 AM CST deadline and contain all the required information, and complete quotation sheets. Responsive proposals will be reviewed by a District panel and evaluated by the following criteria:

Price 50% Competency of Bidders (see 16 below) 20% Understanding of needs/Completeness of bid 20% Long term experience working with education 10%

Selection of the Service Provider will be based upon the best total point score when evaluated against the above criteria. To be considered Responsive, all quotations must be complete and meet the requirements specified herein. The District reserves the right to solicit additional information from qualified candidates and to add or delete location requirements within the scope of the RFP, in the final contract.

11. Guarantee/Warranty. Please provide company guarantee/warranty policy if agreement is not to our satisfaction.

12. Local Vendor Option. By policy, on bids less than $25,000, the School District has a local vendor option. This means that if a local vendor is not the low bidder on an item but is within 5% of the low bid, they will be given the option to match the low bid and if they choose to do so will be awarded the bid. A local vendor is defined as one whose business is located within the bounds of the Blue Springs RIV School District.

13. Immigration Law – Per Missouri Immigration Law HB1549, all bids and contracts greater than $5,000 will require companies doing business with government entities to attest to the fact that all their employees and/or any subcontractor’s employees are “lawfully present in the United States.”

14. No Contact with Board of Education – Respondents may not contact any member of the Blue Springs R-IV School District Board of Education regarding this RFP unless specifically invited to an interview conducted by the Board.

15. Term of Contract - If at any time during the Contract period, the Contractor reduces said prices to any other state and/or local government customers for the same or similar products, then the prices specified herein shall be changed to reflect the reduced prices effective as of the date said prices were offered to those other customers.

16. Competency of Bidders - Consideration will be given not only to the financial standing but also to the general competency of the bidder for the performance of the Project. By submitting a bid, each bidder agrees that the DISTRICT, in determining the successful bidder and its eligibility for the award, may consider the bidder’s experience and facilities, conduct and performance under other contracts, financial condition, reputation in the industry, and other factors which could affect the bidder’s performance of the Project. To this end, each bid shall be supported by a statement of the bidder’s experience on the form entitled “INFORMATION REQUIRED OFBIDDER.” The DISTRICT may also consider the qualifications and experience of the manufacturers who are to furnish the principal items of supplies proposed under the bid. Operating costs, maintenance considerations, performance data and guarantees of materials and equipment mayalso be considered by the DISTRICT. In this regard, the DISTRICT may conduct such investigations as the DISTRICT deems

6

Page 7: RFP PKMS to SPE - p16cdn4static.sharpschool.com

necessary to assist in the evaluation of any bid. The DISTRICT reserves the right to reject the bid of any bidder who does not pass any such evaluation to the satisfaction of the DISTRICT.

17. Licenses and Permits - Each bidder shall be required to have all valid licenses and permits at the time of the bid opening.

18. Hold Harmless and Indemnification - The successful bidder awarded the contract will be required to indemnify and hold harmless the DISTRICT, its Governing Board, officers, agents, and employees as set forth in the Agreement.

19. Delivery/Installation - No separate or additional delivery charges will be assessed to the District after award. Bidder must indicate all costs associated with the purchase delivery listed on Bid Form.

20. Prevailing Wage Rates – By responding to this proposal/bid offer, vendor warrants that it meets prevailing wage in its area as applicable by the State of Missouri, Division of Labor. Prevailing Wage Rates shall not apply to this construction project if the accepted bid for the total project is less than seventy-five thousand dollars.

21. BID and Performance Bonds – Not applicable to this project. 22. State of Missouri Requirements – This contract shall be subject to the laws of the State of Missouri and

the City of Blue Springs. 23. Contractor Verification Prior to Award - Contractor’s financial solvency may be verified

through financial background checks via Dun & Bradstreet or other means prior to contract award. The Blue Springs School District reserves the right to reject Bids/RFP’s based on information obtained through these background checks if it is deemed to be in the best interest of the District.

24. Other – • All work shall conform to the applicable codes and standards of the following agencies:

NEC, NFPA, NEMA, EIA/TIA, ANSI, IEEE, FCC, UL, OSHA, and all Local Electrical Codes and Ordinances.

• Site protection/cleanup: Contractor is responsible for the proper handling of materials to include discard of debris and keeping the work site clean. Any cutting of sidewalks or parking areas must be patched accordingly. Contractor is responsible for restoring any ground or landscaping disruption due to construction of this project.

• All Contractors performing work are required to have a Contractor’s License for the state of Missouri and/or the City of Blue Springs. All Licenses for any contractors must be current on the day of bidding and throughout the length of the project.

• Contractor shall be responsible for securing all permits and fees associated with the completion of this project. The School District will assist the contractor in obtaining the needed permits and/or agreements for crossing or boring existing roadways, easements or right of way.

• Rejection of bids/proposals: The Blue Springs School District reserves the right to accept or reject any or all bids/proposals and to waive any information in bids/proposals.

• Contractors are responsible for all measurements. • Taxes: The Blue Springs School District and its departments are exempt from payment of all

federal tax and Missouri State and local taxes on its purchases. Copies of the District’s tax exemption certificates can be obtained by contacting the Blue Springs School District Purchasing Department at 816-874-3200.

7

Page 8: RFP PKMS to SPE - p16cdn4static.sharpschool.com

Insurance Requirements of Bidder

Hold Harmless Vendor hereby agrees to release, indemnify, defend and hold harmless The Blue Springs School District, their officials, officers, employees and agents from and against all judgments, damages, penalties, losses, costs, claims, expenses, suits, demands, debts, actions and/or causes of action of any type or nature whatsoever, including actual and reasonable attorney fees, which may be sustained or to which they may be exposed, directly or indirectly, by reason of personal injury, death, property damage, or other liability, alleged or proven, resulting from or arising out of the performance under this agreement by contractor, its officers, officials, employees, agent or assigns. The Blue Springs School District does not waive, and specifically reserves, it is right to assert all affirmative defenses and limitations of liability as specifically set forth in Missouri State Statutes.

Insurance Requirements Vendor, Contractor, Tenant, Provider, Organization or other (will be referred as Outside Contractor) shall provide and maintain at its own expense during the term of their agreement, the following insurance policies covering its operations hereunder are minimum requirements. Such insurance shall be provided on a primary basis by insurer(s) financially solvent and authorized to conduct business in the State of Missouri. The Outside Contractor shall not commence work under this contract until all insurance required under this paragraph is obtained and such insurance has been approved by a School District representative, nor shall any Outside Contractor allow subcontractors to commence work on their subcontract until all similar insurance requirements have been obtained and approved by a School District representative. Notwithstanding any provisions of this section, and for purposes of this agreement, contractor acknowledges that its potential liability is not limited to the amounts of insurance coverage it maintains nor to the limits required herein. (1) Worker's Compensation Insurance and Employers Liability. State Statutory workers’ compensation Limits Employer Liability, $100,000 each accident.

(2) Comprehensive General Liability (Occurrence Form). Independent Contractors/Protective Limits of Insurance $1,000,000 per occurrence $1,000,000 aggregate (3) Business Automobile Liability. Business Automobile Liability covering all owned, hired, and non-owned vehicles. Limits of Insurance $1,000,000 per occurrence for bodily injury and property damage. (4) Excess/Umbrella Liability. Limit of Insurance $1,000,000 per occurrence

Additional Insured The Outside Contractor agrees that the Comprehensive General Liability and Business

8

Page 9: RFP PKMS to SPE - p16cdn4static.sharpschool.com

Automobile Liability insurance policies shall be endorsed to name The Blue Springs School District as additional insureds with respects to: liability arising out of activities performed by or on behalf of the vendor/contactor: products and completed operations of vendor/contractor; premises owned, occupied, or used by vendor; or automobiles owned, leased, hired, or borrowed by vendor. The coverage shall contain no special limitations on the scope of protection to the School District.

Subcontractor Subcontractors of the Outside Contractor shall also be in compliance with these requirements, including but not limited to, the submittal of a Certificate of Insurance that meet the same requirement outlined for the Outside Contractor.

Wavier of Subrogation Insurers shall waive all subrogation rights against The Blue Springs School District on all policies required under this requirement.

Cancellation Notice The Blue Springs School District will be given 30 days’ notice in advance of cancellation, non-renewal, or material change in coverage.

Proof of Insurance A valid Certificate of Insurance shall be issued to “The Blue Springs School District” prior to commencement of work and meeting the requirements listed to avoid any interruption of normal business services and transactions. Certificates must bear the signature of the insurer’s authorized representative. The insurance certificate must be issued by companies licensed to do business in the State of Missouri or signed by an agent by the State of Missouri. The certificates of insurance shall include a provision prohibiting cancellation of said policies except upon 30 days prior written notice to the School District. The certificates of insurance shall include reference to the contract name or RFP number in the description section of the certificate. The certificate of insurance will be delivered to The Blue Springs School District prior to the execution of the contract.

9

Page 10: RFP PKMS to SPE - p16cdn4static.sharpschool.com

Bid Form

Enter Name of Bidder To: BLUE SPRINGS R4 School District, acting by and through its Governing Board, herein called the

"DISTRICT." 1. The undersigned Bidder, having become familiarized with all the following documents including

but not limited to the Notice Calling for Proposals, Information for Bidders, Bid Form, Information Required of Bidder, Project Overview, all Exhibits, hereby proposes and agrees to be bound by all the terms and conditions of the Bid Documents and agrees to provide and furnish materials in connection with the following:

2. It is understood that the DISTRICT reserves the right to reject any or all bids or to waive any irregularities or informalities in any bids or in the bidding process. Bidder agrees that this bid shall remain open and not be withdrawn for the period specified in the Information for Bidders.

3. It is understood and agreed that if written notice of the award of a contract is mailed, emailed, or delivered to the bidder, the bidder will execute and deliver to the DISTRICT the Agreement and will also furnish and deliver to the DISTRICT certificates and endorsements of insurance, the Workers’ Compensation Certificate, Drug-Free Workplace Certification within five (5) working days of the notice of award of the contract.

4. Communications conveying notice of award of the contract, requests for additional information or other correspondence should be addressed to the bidder at the address stated below.

5. The name(s) of all persons interested in the bid as principals are as follows:

6. The Information Required of Bidder form has been fully completed and is attached hereto.

Bid Document Components: List each bullet as a separate line item.

A. Total Project Cost: (Includes all equipment, labor, and vendor supplied materials)

B. Guarantee/warranty:

C. Lead time/Estimated completion time:

D. Any permit costs: It is the responsibility of the vendor to obtain permits and not the district unless there is a case where only the district is legally able to obtain the permit.

10

Page 11: RFP PKMS to SPE - p16cdn4static.sharpschool.com

E. Labor costs at prevailing wage.

F. Special considerations: i.e., hitting rock. The district does not want bids to include the cost of the vendors anticipation for hitting rock into the completed bid. The district would like to know the cost per foot for chunk and solid rock. The district will anticipate rock costing an additional 15% of the bid with a 75/25 chunk to solid rock split. This formula will be considered into the pricing weight of the bid.

The undersigned hereby declares that all representations of this bid are made under penalty of perjury under the laws of the State of Missouri.

Individual Name

Enter Signature

Enter Date

Enter Business Address

Enter Telephone

Enter Partnership Name

Enter Signature

Enter Typed Name

Enter Date

Enter Business Address

Enter Business Telephone

Enter Corporation Name (a ______Corporaton1) 11

Page 12: RFP PKMS to SPE - p16cdn4static.sharpschool.com

Enter Corporation Address

Enter Corporation Telephone

Enter Signature of President Enter Date President Signed Document

Type President’s Name

Enter Signature of Secretary Enter Date Secretary Signed Document

Type Secretary’s Name

12

Page 13: RFP PKMS to SPE - p16cdn4static.sharpschool.com

I I I I

I I I I I I

Information Required of Bidder

The Bidder shall furnish all the following information. Bidder shall carefully read and answer all questions to ensure completeness and accuracy. Failure to comply with this requirement maycause rejection of the bid. Additional sheets may be attached if necessary. "You" or "your" as used herein refers to the bidder and any of its owners, officers, directors, shareholders, principals, responsible managing officer (RMO) or responsible managing employee (RME). DISTRICT has discretion to request additional information depending on the Project.

(1) Enter bidder name and address (Post Office Box Number not sufficient):

(2) Telephone: Fax No.:

E-Mail (3) Check one: Individual Partnership Corporation (4) Names and titles of all your owners, officers, principals, responsible managing officers and responsible managing employees: Name (i): Title (i):

Name (ii): Title (ii):

Name (iii): Title(iii):

I certify and declare under penalty of perjury under the laws of the State of Missouri that the foregoing responses to the Information Required of Bidder are true and correct.

Signature

Print Name

Enter Title

Enter Date

13

Page 14: RFP PKMS to SPE - p16cdn4static.sharpschool.com

Project Overview

General The Blue Springs School District is requesting bids to install buried fiber optic cable between the following district buildings: Paul Kinder Middle School (PKMS), 3930 NW RD Mize Rd., Blue Springs, MO 64015 Sunny Pointe Elementary (SPE), 3920 NW RD Mize Rd., Blue Springs, MO 64015

Projected Start and Completion Dates It is anticipated that this project will start mid-August 2021. Project must be completed within 180 days of start date or the end of April 2022.

Scope of work • Bidders are to include a scope of work outlying the installation process and practices to

be used including materials and all type of work which is to be performed to complete the project.

• The fiber optic cable will be installed in the existing public Right of Way. The fiber will need to be bored and/or trenched along the route. The fiber will be placed in plastic duct along the route with appropriate pull boxes as required.

• Building penetration at each site would need to be made and ran above the drop ceiling into the communications closet. The fiber will need to transition to a plenum air space for approximately one hundred (100) feet before terminating in the MDF room.

• Detectable warning tape is to be buried above the conduit where practical. • Fiber Optic Cable and Installation Requirements • Any proposals that include possible fiber partnerships or aerial runs should be prepared

as an alternate bid. The district reserves the right to reject alternate bids for any reason. Any alternate bid requiring an agreement with another party is dependent upon the district and party agreeing to terms. It is highly suggested bidders do not only submit an alternate bid. It is highly recommended bidding parties submit a response meeting the requirements of this document and if so choose to submit an additional bid as an alternate. An alternate should outline specific details for the district to understand cost savings and benefits of the proposed changes for the district.

Fiber Cable Seventy Two (72) Strand Single Mode Corning ALTOS Armored Cable with Corning SMF-28e+ optical fiber will be utilized on this project. If an equivalent substitute product is specified by the bidder, then it must meet all the specifications of the preferred product and the bidder must provide documentation to prove equivalency. The optical fiber must meet or exceed the major optical fiber industry standards including ITU-T G.652.A, B, C, and D; IEC60793-2-50 (type B1.3); TIA/EIA-492CAAB. The optical fiber must have low attenuation throughout the 1285 nm to 1625 nm wavelength range and comprehensive environmental specifications to provide full-spectrum capability. The optical fiber must enable

14

Page 15: RFP PKMS to SPE - p16cdn4static.sharpschool.com

flexible network design such that it is fully capable of supporting the current 10 GB Ethernet and TDM applications, but can also evolve to support emerging wavelength division multiplexing systems increasingly being used for high-bandwidth, multiple services, or multi-protocol applications. The cable should utilize a loose tube and dry cable water blocking design providing stable performance over a wide temperature range. The cable should incorporate corrugated steel tape armor to provide rodent resistance. The cable must be jacketed with Medium Density Polyethylene (MDPE) that is free from blisters, cracks, holes, and other deformities. The jacket shall be marked with the cable manufacturer’s name, fiber type, date of manufacture, designation of “FIBER OPTIC CABLE”, and cable length markings.

Each reel of fiber optic cable shall be accompanied by the manufacturer's test data (Birth Certificate) showing compliance with the manufacturer’s recommended practices and specifications and shall also indicate compliance with the requirements herein. This test data shall be attached to each reel via a weather resistant tag. All fiber optic cable test data shall be provided to the School District Technology Department for review and approval prior to its installation.

The shipping, handling, & storage of the fiber optic cable must be in accordance with the manufacturer’s recommended procedures. Contractor will be responsible for all ordering, receiving, and storage of all materials utilized in this project.

The fiber optic cable shall be installed in accordance with the manufacturer’s latest version of the cable installation procedures and the installation standards, codes and practices as specified in this RFP. If the fiber optic manufacturer recommends more stringent installation procedures than the requirements specified herein, Contractor shall follow the more stringent manufacturer recommendations and procedures, unless otherwise approved by the School District.

Outside Cabling Plant A. Outside cabling plant shall consist of one (1) direct buried 1-1/4” flexible conduit consisting of a High-Density Polyethylene (HDPE) material smooth in/smooth out with a minimum strength dimension ratio of 11 (SDR 11) manufactured in accordance with ASTM D3350 and which meets all other ASTM, NEMA, & Industry Standards for this application. Bidder must assure that conduit is brand new and that it has not been stored outside for long periods of time such that UV rays have weakened or degraded the quality of the material. Installation by plowing shall be performed wherever possible; however, directional boring and trenching will be permitted as conditions necessitate. Directional boring will be required under paved streets and driveways, instead of cutting pavement. In all cases contractor will be responsible for returning the right of way to its original condition. Contractor will also be responsible for ensuring all environmental regulations are followed, especially as relates to erosion and runoff. Contractor shall locate the direct buried duct and fiber optic cable at locations that are least likely to be disturbed and

15

Page 16: RFP PKMS to SPE - p16cdn4static.sharpschool.com

having the least number of obstructions. The depth of the conduit system shall be at a minimum depth of 36” or as required by local code, whichever is greater. All conduits shall be buried at a minimum of 36” depth from surface. Contractor must prevent the presence of water, dirt, sand, and other foreign material from entering the conduit system before, during and after construction. All conduits are to have a pull string installed. Use only approved methods when coupling or connecting inner ducts and or conduit.

B. All pull boxes shall be a Hubbell/Quazite brand (part#PG2436BB36) base with an Extra Heavy-Duty cover (part#PG2436HH00). This set up is rated for a design load of 22,500 lbs. Equivalents are acceptable if they meet the specifications of the Hubbell/Quazite products. All pull boxes shall be placed at flush grade level located approximately at the designated locations. It is important that installation crews properly fill below and around it (compacting in 12” layers) to make sure there are no wall failures before any truck traffic goes over it.

C. Fiber cable shall be installed in conduit. An “underground rated” locate wire suitable for direct burial shall be installed along the entire conduit route. Any splices in the locate wire are to be mechanical crimp and waterproof. A 20’ service loop of the locate wire shall be coiled in each pull box location. Locate wire to be terminated at above ground level in appropriate access box outside each building entrance point and be clearly labeled “Fiber Locate”. Locate wire is to be tested to ensure end to end continuity for electronically locating the conduit system.

D. Four pairs should be terminated at each location. Fiber optic cable entering facilities can be terminated using either a pigtail splicing technique or via direct installation of fiber optic connectors in the field. Regardless of the method used, all terminations shall be in accordance with manufacturer’s recommendations and requirements. All terminations must provide fiber termination panels and/or cabinets that provide ease of fiber management and maintenance. Termination panels must provide LC-compatible connectors for connection of School District equipment. All terminations must be documented and labeled for clear identification. Pigtail Splicing, if used, shall be fusion spliced using factory connectorized pigtails at the fiber termination panel. Pigtails shall consist of jacketed, single fiber cables with one end available for splicing to the fiber optic backbone cable and the other end equipped with a LC-compatible connector. Each pigtail shall be constructed with single-mode fiber having the same optical characteristics as the fiber optic backbone cable.

LC connectors shall be factory-fabricated and installed. All connectors and associated components shall be reviewed and approved by the School District. All connector terminations shall be in accordance with manufacturer’s recommendations and requirements. Factory testing of all connectors shall be validated prior to the pigtails being shipped. Connectors shall meet all the requirements of the latest issue of TIA / EIA - 568-A.

16

Page 17: RFP PKMS to SPE - p16cdn4static.sharpschool.com

Field Connectorization, if used, must employ techniques to ensure that termination quality is equal to or better than that achieved via factory terminated connectors. Contractor must ensure that persons performing the termination are properly trained and that all terminations are made in accordance with manufacturer’s recommendations and requirements.

E. Splicing of fiber optic cable shall meet or exceed the cable manufacturer’s specifications. The process shall be consistent with the manufacturer’s recommendations. All splicing equipment shall be cleaned and calibrated according to manufacturer’s instructions prior to each splicing session at each location. All splices shall use the fusion technique. Each splice shall introduce no more than 0.10 dB of attenuation. Splices with measured losses exceeding 0.10 dB shall be removed, re-spliced, and re-tested at Contractor’s expense. When the final OTDR testing is performed, a hard copy of each trace will be put into a binder and presented to the School. District as evidence of all fibers spliced, their losses, and that testing has been satisfactorily performed.

Slack Loops The fiber optic cable must have slack loops placed at building entrances and pull boxes. It is required that the slack loops be a minimum of 50' of slack cable coiled in each pull box and at every building entrance location to facilitate future interconnection, splicing, and maintenance needs.

Warning Tape Fiber optic warning tape will be installed directly above fiber optic cable. The tape shall be metal detectable polyester material with subsurface graphics to seal the legend from acids, alkalis, and other soil substances. Tape shall be easily identified by printed legend on APWA color-coded background and meeting OSHA regulation 1926.956 covering location of underground utility lines. Tape shall be buried 4"-6" below the grade surface.

Labeling Each fiber optic strand shall be labeled with a unique identifier at the LC coupler in the fiber termination enclosure. Each fiber shall also be labeled where it enters the back of the coupler panels. The identifier shall be in the format BSSD-Strand-number.

Route Maps: Suggested route. Bidders may suggest other routes without being considered an alternate bid. Please provide exact routes as part of the bid.

17

Page 18: RFP PKMS to SPE - p16cdn4static.sharpschool.com

Testing, Warranty and Documentation The first phase of testing shall consist of bi-directional end-to-end attenuation testing to measure the link loss and continuity of fibers and, in addition, to verify that no fibers have crossed in any of the splice or termination points. The second phase shall consist of an OTDR test to locate fiber events and measure the losses attributable to cable, connectors, splices, and other components. Optical fibers in the cable shall be tested from termination panel to termination panel for attenuation characteristics in accordance with these specifications during both phases. All OTDR testing shall comply with EIA/TIA-455-61. All OTDR traces shall be provided to the School District on CD-ROM. All cable test results shall be provided to the School District for review and approval. Any rejected cable shall be removed and replaced at Contractor’s expense. Contractor shall conduct the test again, at its expense, on any cable segment that is replaced.

Site drawings must be provided before any payment will be approved by the District. Contractor must provide District a professional set of as-built drawings showing the following:

• Cable routing. • Depth of buried cable. • Location of pull boxes or manholes. • Separation distances of other utilities within five feet of buried fiber.

Paper or digital As-builts must be suitable for submission to Missouri One Call mapping system or Contractor may provide at his discretion Missouri One Call IMAP submission.

Contractor must provide a one-year warranty from the date of final acceptance on all materials and services provided under this RFP.

18

Page 19: RFP PKMS to SPE - p16cdn4static.sharpschool.com

I I I I

Exhibit A

Agency Name IRS Employer Identification Number:

Address City, State Zip

Phone/Fax Email Address

Contact Name Title

Agency Status Check One: Private Non-Profit Private For-Profit Public Agency Other(specify)

Assurances and Certification I, (We), the undersigned, as the duly authorized representative(s) of the respondent agency, affirm that the information and statements contained in this proposal, to the best of my (our) knowledge, are truthful and accurate, and further, that I (we) am (are) duly authorized to submit this proposal from the respondent agency to deliver telecommunication services.

Signature Signature (second representative)

Enter Name Enter Name (second representative)

Date Signed Date Signed (second representative)

19

Page 20: RFP PKMS to SPE - p16cdn4static.sharpschool.com

Exhibit B

Please attach responses to the questions below and label as “Exhibit B Responses”

A. Organizational Structure – Qualifications – General Information

Describe your organization. Include history, purpose, management structure, scope of products and services offered, years of operation, number of staff.

1. Describe your organization’s recent experience in providingthe proposed equipmentforother Districts. Provide a minimum of three (3) references from K-12 School Districts for whom you have recently provided similar services and equipment (type and size) over the last three (3) years. Include for each reference, the agency name, address, contact, phone number, type of project, type of equipment and services provided and contract amount. Include at least one reference from a District of comparable size within 150 miles travel distance. All references provided must be willing to entertain both telephonereferencechecks and site visits.

2. Any proposer found to be in Federal Communication Commission (FCC) “Red-Light Status” will be disqualified from participation in the process.

3. Provide the following information:

4. The Service Provider selected must utilize authorized manufacturers’ components and distribution channels in provisioning this project.

B. Financial Considerations

1. Provide evidence of financial stability by submitting financial reports acceptable to the District.

2. Provide the names and addresses of all clients who have made claims against you within the last three years alleging a breach of contract or negligence in the performance of services similar in nature to those being solicited through this RFP. Describe the nature and status of the claims. Claims shall be disclosed regardless of whether they involved litigation, arbitration, or another formal dispute resolution process. The disclosures required under this provision also apply to any principals and key employees of the proposer and affiliates of the proposer who will be assigned to provide services to the Blue Springs R4 School District.

3. Are you in “Red-Light Status”? Check one: Yes No

20