Request for Proposal for New Data Infrastructure and Equipment for Valley View Community Unit School District 365U, Romeoville,

Submitted on February 8, 2019

The Valley View Community Unit School District 365U with its district office located at 801 W. Normantown Rd., Romeoville, IL 60446, 815-886-2700, is seeking proposals in conjunction with the Federal Universal Services E-rate Program for new Category 2 data infrastructure to be installed throughout its listed school sites.

The Valley View Community Unit School District 365U presently has older data infrastructure equipment that needs to be replaced in order to access the Internet and to exchange information between/among its locations.

The Valley View Community Unit School District 365U participates in the E-rate program and is reimbursed in the 80% discount level overall. We are seeking firm, cost proposals from qualified Enterprise Level vendors offering mainstream equipment that is proven and operable in ample numbers of schools in the immediate local area.

Implementation of the following equipment list is fully dependent on E-rate approval and the Valley View Community Unit School District 365U Board of Education approval. Vendors must provide the Lowest Corresponding Price, or LCP, for all of their service and equipment offerings per E-rate rules.

E-rate is in the fifth year of its modernization of the program to include Internal Connections and data infrastructure called Category 2, or C2, equipment. C2 equipment is available for all eligible schools, libraries, school districts and library systems.

The Valley View Community Unit School District 365U is seeking proposals for the purchase, installation and maintenance of eligible Infrastructure Cabling, LAN Switches, Core Switches, and Wireless Access Points.

All bids for parts and services will be reviewed. It is not mandatory for a specific vendor to provide bids for all items to be considered. Cabling service bids must contain all parts, labor and services as there will not be additional funds provided by the district to the vendor after the contract is rewarded. All materials needed or required will be the responsibility of the selected contractor.

The proposed C2 equipment is critical for access to the Internet and internal Valley View Community Unit School District 365U Data traffic.

Terms used throughout this RFP: The District - Valley View Public School District 365U Mbps – Megabits per second Gbps - Gigabits per second TurnKey - A solution that is ready for immediate use at time of completion without intervention on the part of the customer. Service provider is expected to provide design solution, implementation and support the solution for the warranty period specified in this RFP. ______Technical Questions and Access Information: For technical questions and access to the schools, please contact Alberto Diaz at [email protected] (with copy to Kerri Dillon @[email protected]) or 815-866-2700 X6084. E-rate Related Questions must be directed to Kerri Dillon at E-rate Central ([email protected]).

Valley View Community Unit School District 365U Locations where Infrastructure is being installed

1. Bolingbrook High School, 365 Raider Way, Bolingbrook, IL 60440, 630-759-6400

2. Brooks Middle School, 350 Blair Ln., Bolingbrook, IL 60440, 630-759-6340

3. Independence Elementary School, 230 Orchard Dr., Bolingbrook, IL 60440, 630- 759-7282

4. Jonas E Salk Elementary School, 500 King Arthur Way, Bolingbrook, IL 60440, 630-739-3603

5. Robert C Hill Elementary School, 616 Dalhart Avenue, Romeoville, IL 60446, 815- 886-4343

6. Romeoville High School, 100 North Independence Blvd., Romeoville, IL 60446, 815-886-1800

7. Beverly Skoff Elementary School, 775 Normantown Rd., Romeoville, IL 60446, 815-886-8384

8. Valley View Early Childhood Center, 753 Dalhart Ave., Romeoville, IL 60446, 815- 886-7827

Valley View Community Unit School District 365U Scope of Work There are multiple components to this year's RFP so please pay attention to details.

Each proposal should be broken down by building and product / solution which are being bid on.

All bids for parts and services will be reviewed. It is not mandatory for a specific vendor to provide bids for all items to be considered. Cabling service bids must contain all parts, labor and services. All wireless access point, switch and manufacturer support requests should be bid on under the assumption that it will be a part only bid unless installation or other services are specifically requested within the details itemized below. All materials needed or required to perform a turnkey solution to such services will be the responsibility of the vendor to specify at the time of bid as there will be no additional funding provided by the district to the vendor after the contract is rewarded.

Switches – The district is currently accepting bids for new Layer 2 & Layer 3 Switches. The District currently utilizes Core Layer 3 switches and routers. Core Layer 3 Switches are 1 / 10GB capable. All ports of the proposed switches must also be 1 / 10GB capable unless otherwise specified within this scope. SFP pricing is also requested within the proposal (exact numbers can be found itemized below). Layer 3 Switches should support advanced routing protocols OSPF or EIGRP and include a total of 3 years 24 x 7 x 365 x 4 hour full hardware support.

PaloAlto Firewall Support Contract Extension or functionally equivalent solution - The district is accepting bids to purchase an extended 24 x 7 x 365 x 4 hour support plan or functionally equivalent solution for two (2) model 5060 appliances. Premium Support Extended Service Agreement for one year.

Indoor Wireless - The district is accepting bids for an updated indoor wireless solution to replace its current 802.11ac infrastructure at its Early Childhood Center. All AP’s must be 802.11ax (Wi-Fi 6 ) capable, include Bluetooth, low energy radios, contain internal antennas along with all mounting equipment required to mount to a standard drop ceiling grid.

Outdoor Wireless Solution - The district is accepting bids of a single outdoor wireless access point to add to new physical structure that will soon be built at its Romeoville High School location. This solution will include pricing for a ruggedized switch with at least (6) 100 / 1000 mbps copper ports capable of supporting PoE+ and 10gb uplinks that can be used to plug into the fiber run that is also being requested within this RFP. A mountable, securable, weatherproof enclosure should also be proposed within this solution.

Fiber Cabling - The district is accepting bids for additional fiber cable runs at both of its high school locations. Indoor runs will span from all IDF closest back to the buildings MDF. In addition, a single outdoor run is also being requested at its Romeoville high school location. This outdoor run will span from the Print shop location to a new physical structure that is to be built near its baseball / softball fields.

Summary of Equipment & Services Requested

• Two (2), 24 port 1 / 10GB Layer 3 Switch with 3 year 24 x 7 x 365 x 4 hour hardware support agreement • Two (2), 24 port 1 / 10GB Layer 2 Core Distribution Switch.3 year 24 x 7 x 365 x 4 hour hardware support agreement • Five (5), 12 port 1 / 10GB Layer 3 Switch with 3 year 24 x 7 x 365 x 4 hour hardware support agreement • One (1), 12 port 1 / 10GB Layer 2 Core Distribution Switch.3 year 24 x 7 x 365 x 4 hour hardware support agreement • Forty-Eight (48) 1 / 10GB LC Fiber SFPs • Forty-Seven (47) LC to LC fiber optic patch cables to support 10GB Connections • Turnkey installation of twenty (20) Indoor fiber cable runs – Each run will be approximately 200 meters (Distances are an estimated guess and may be verified by the vendor at time of walk through) • Turnkey installation of one (1) Outdoor fiber cable runs – approximately 600 meters (Distance is an estimated guess and may be verified by the vendor at time of walk through) • Two (2) Premium Support Extended Service Agreement Warranty or functionally equivalent solution for PaloAlto 5060 Firewall 24 x 7 x 365 x 4 hour. • Provide One (1) Outdoor Wi-Fi Access Point, Dual Radio 802.11ac (Wi-Fi 5) • One 100 / 1000, six port ruggedized outdoor switch with 10gb uplink ports & PoE+ Capabilities • One (1) weatherproof, securable enclosure. • Thirty-one (31) Indoor Access Points, Dual Radio 802.11ax (Wi-Fi 6), Bluetooth low-energy radio, internal Omni-directional antennas and mounting hardware

Equipment List: The Valley View Community Unit School District 365U is seeking discounted proposals for the following E-rate Eligible Data Infrastructure equipment:

Bolingbrook High School • One (1), 24 port 1 / 10GB Layer 3 Switch with 3 year 24 x 7 x 365 x 4 hour hardware support agreement • One (1), 24 port 1 / 10GB Layer 2 Core Distribution Switch.3 year 24 x 7 x 365 x 4 hour hardware support agreement • Twenty (20) 1 / 10GB LC Fiber SFPs • Provide Twenty (20) LC to LC Fiber Optic Patch Cables to support 10GB Connections • Turnkey Installation of Fifteen (15) fiber cable runs spanning from IDF to MDF closets (OM4 laser-optimized 50/125 µm multi-mode optical fiber). • (1) Premium Support Extended Service Agreement Warranty or functionally equivalent solution for PaloAlto 5060 Firewall 24 x 7 x 365 x 4 hour.

Brooks Middle School • One (1), 12 port 1 / 10GB Layer 3 Switch with 3 year 24 x 7 x 365 x 4 hour hardware support agreement • Five (5) 1 / 10GB LC Fiber SFPs • Provide Four (4) LC to LC Fiber Optic Patch Cables to support 10GB Connections

Independence Elementary School • One (1), 12 port 1 / 10GB Layer 3 Switch with 3 year 24 x 7 x 365 x 4 hour hardware support agreement • Three (3) 1 / 10GB LC Fiber SFPs • Provide Three (3) LC to LC Fiber Optic Patch Cables to support 10GB Connections.

Jonas E Salk Elementary School • One (1), 12 port 1 / 10GB Layer 3 Switch with 3 year 24 x 7 x 365 x 4 hour hardware support agreement • Provide Three (3) 1 / 10GB LC Fiber SFPs • Provide Three (3) LC to LC Fiber Optic Patch Cables to support 10GB Connections

Robert C Hill Elementary School • One (1), 12 port 1 / 10GB Layer 3 Switch with 3 year 24 x 7 x 365 x 4 hour hardware support agreement • Provide (3) 1 / 10GB LC Fiber SFPs • Provide Three (3) LC to LC Fiber Optic Patch Cables to support 10GB Connections

Romeoville High School • One (1), 24 port 1 / 10GB Layer 3 Switch with 3-year 24 x 7 x 365 x 4 hour hardware support agreement • One (1), 24 port 1 / 10GB Layer 2 Core Distribution Switch.3-year 24 x 7 x 365 x 4 hour hardware support agreement • Ten (10) 1 / 10GB LC Fiber SFPs • Provide Eleven (11) LC to LC Fiber Optic Patch Cables to support 10GB Connections • Turnkey Installation of Five (5) fiber cable runs spanning from IDF to MDF closets (OM4 laser-optimized 50/125 µm multi-mode optical fiber). • Turnkey Installation of one (1) fiber cable runs spanning from the Print Shop IDF Closet to the new physical structure near the Baseball / Softball Fields (OM4 laser-optimized 50/125 µm multi-mode optical fiber). • Provide One (1) Outdoor Wi-Fi Access Point, Dual Radio 802.11ac (Wi-Fi 5), Powered via PoE+, Installation Included • One 100 / 1000, six port ruggedized outdoor switch with 10gb uplink ports & PoE+ Capabilities

• Provide One (1) weatherproof, securable enclosure to house ruggedized outdoor switch at new structure near baseball / softball fields

Beverly Skoff Elementary School • One (1), 12 port 1 / 10GB Layer 3 Switch with 3-year 24 x 7 x 365 x 4-hour hardware support agreement • One (1), 12 port 1 / 10GB Layer 2 Core Distribution Switch.3 year 24 x 7 x 365 x 4 hour hardware support agreement • Provide Four (4) 1/10GB LC Fiber SFPs • Provide Three (3) LC to LC Fiber Optic Patch Cables to support 10GB Connections

Valley View Early Childhood Center • Thirty-one (31) Indoor Access Points, Dual Radio 802.11ax (Wi-Fi 6), Bluetooth Low- Energy radio, Internal Antennas, Powered via PoE, with Ceiling Grid Rail Adapter • All components required to provide functionality to the solution must be provided including mounting equipment. • Warranty and technical support on all hardware, software and associated components for One (1) year • One (1) Premium Support Extended Service Agreement Warranty or functionally equivalent solution for PaloAlto 5060 Firewall 24 x 7 x 365 x 4 hour.

Project Timetable and Due Date: Important events that pertain to this RFP are as follow • Optional Service Provider Site Visit Dates - Friday, February 22, 2019 at 9:00am CST & Monday, February 25, 2019 at 9:00am CST • Walkthroughs will begin with a meeting at the Valley View Early Childhood Building located at 755 Dalhart Avenue, Romeoville, IL 60446. Enter Door 6 Far east side of building (ring buzzer for access) • Deadline for Submission of Proposal – Friday, March 8, 2019 • Opening of Proposals – Friday, March 8, 2019

Submit Proposals: Proposals are due by Friday, March 8, 2019 via e-mail to Kerri Dillon, E-Rate Consultant with E-Rate Central at [email protected], Astrid Welch, Executive Director of Technology, at [email protected], Alberto Diaz, Assistant Director of Technology/Information Security Officer, at [email protected] and Victoria Kimbler, Project Assistant, at [email protected].

Financials Purchase Option

Base Proposal for Qualified Sites: These systems are scheduled to be purchased and installed after E-rate approval through a Funding Commitment Decision Letter, or FCDL, and after April 1, 2019, per E-rate rules. Please provide the purchase, shipping, system discount, tax (not applicable) and total material costs for the proposed eligible equipment.

Itemization: Please provide a detailed itemization of the proposed/bid equipment and installation per school building. Service providers must clearly identify E-rate eligible and ineligible equipment and pricing. Any E-rate in-eligible products, services or components bundled with eligible products or services must be listed separately from the eligible products or services. Prices for these ineligible products or services must be allocated out of the price for the eligible services. The district may or may not purchase ineligible products.

Bear Form or SPI discount billing method: The new E-rate modernization program allows the school district to decide between the vendor providing a discount off of its invoice(s) or the customer paying 100% of the costs and seeking funding through the Bear Form methodology. The Valley View Community Unit School District 365U requires that terms of payment are dependent on the vendor agreeing upon the E-rate SPI discount process (80% from E-rate and 20% from the School District.) No BEAR Forms will be processed for the Category 2 services.

Proposed Options (Bid on all that apply and all will be considered separately or as one total solution whichever is in VVSD 365's best interest and most cost-effective)

Base Proposal Eight (8) School Sites: The base proposal includes the turnkey installation of new eligible equipment, related components and services specified in this RFP for the eight (8) school sites.

These systems are scheduled to be installed after E-rate approval through a Funding Commitment Decision Letter, or FCDL, and after April 1, 2019, per E-rate rules. Please provide the turnkey purchase, shipping, system discount, tax (not applicable) and total material costs for the proposed eligible equipment as follows:

BOLINGBROOK HIGH SCHOOL ONE-TIME COSTS Purchase One (1), 24 port 1 / 10GB Layer 3 Switch with 3 year 24 x 7 x 365 x 4 hour hardware support agreement Purchase One (1), 24 port 1 / 10GB Layer 2 Core Distribution Switch.3 year 24 x 7 x 365 x 4 hour hardware support agreement Purchase of Twenty (20) 1 / 10GB Fiber SFPs Twenty (20) LC to LC Fiber Optic Patch Cables to support 10GB Connections Provide Turnkey Installation of Fifteen (15) fiber cable runs spanning from IDF to MDF closets (OM4 laser-optimized 50/125 µm multi-mode optical fiber). (1) Premium Support Extended Service Agreement Warranty or functionally equivalent solution for PaloAlto 5060 Firewall 24 x 7 x 365 x 4 hour. TOTAL ELIGIBLE ONE TIME

BROOKS MIDDLE SCHOOL ONE-TIME COSTS Purchase One (1), 12 port 1 / 10GB Layer 3 Switch Purchase Five (5) 1 / 10GB LC Fiber SFPs Purchase Four (4) LC to LC Fiber Optic Patch Cables to support 10GB Connections TOTAL ELIGIBLE ONE TIME

INDEPENDENCE ELEMENTARY SCHOOL ONE - TIME COSTS One (1), 12 port 1 / 10GB Layer 3 Switch with 3 year 24 x 7 x 365 x 4 hour hardware support agreement Purchase Three (3) 1 / 10GB LC Fiber SFPs Provide Three (3) LC to LC Fiber Optic Patch Cables to support 10GB Connections. TOTAL ELIGIBLE ONE TIME

JONAS E SALK ELEMENTARY SCHOOL ONE - TIME COSTS One (1), 12 port 1 / 10GB Layer 3 Switch with 3 year 24 x 7 x 365 x 4 hour hardware support agreement Purchase Three (3) 1 / 10GB LC Fiber SFPs Provide Three (3) LC to LC Fiber Optic Patch Cables to support 10GB Connections. TOTAL ELIGIBLE ONE TIME

ROBERT C HILL ELEMENTARY SCHOOL ONE - TIME COSTS One (1), 12 port 1 / 10GB Layer 3 Switch with 3 year 24 x 7 x 365 x 4 hour hardware support agreement Purchase Three (3) 1 / 10GB LC Fiber SFPs Provide Three (3) LC to LC Fiber Optic Patch Cables to support 10GB Connections. TOTAL ELIGIBLE ONE TIME

ROMEOVILLE HIGH SCHOOL ONE-TIME COSTS Purchase One (1), 24 port 1 / 10GB Layer 3 Switch with 3 year 24 x 7 x 365 x 4 hour hardware support agreement Purchase One (1), 24 port 1 / 10GB Layer 2 Core Distribution Switch 3 year 24 x 7 x 365 x 4 hour hardware support agreement Purchase Ten (10) 1 / 10GB Fiber SFPs Purchase Provide Eleven (11) LC to LC Fiber Optic Patch Cables to support 10GB Connections Purchase Turnkey Installation of Five (5) fiber cable runs spanning from IDF to MDF closets (OM4 laser-optimized 50/125 µm multi-mode optical fiber). Turnkey Installation of one (1) fiber cable runs spanning from the Print Shop IDF Closet to the new physical structure near the Baseball / Softball Fields (OM4 laser-optimized 50/125 µm multi-mode optical fiber). Provide One (1) Outdoor Wi-Fi Access Point, Dual Radio 802.11ac (Wi-Fi 5), Powered via PoE+, Installation Included Provide One 100 / 1000, six port ruggedized outdoor switch with 10gb uplink ports & PoE+ Capabilities Provide One (1) weatherproof, securable enclosure to house ruggedized outdoor switch at new structure near baseball / softball fields TOTAL ELIGIBLE ONE TIME

BEVERLY SKOFF ELEMENTARY SCHOOL ONE - TIME COSTS Provide One (1), 12 port 1 / 10GB Layer 3 Switch with 3 year 24 x 7 x 365 x 4 hour hardware support agreement Provide One (1), 12 port 1 / 10GB Layer 2 Core Distribution Switch.3 year 24 x 7 x 365 x 4 hour hardware support agreement Provide Four (4) 1/10GB LC Fiber SFPs Provide Three (3) LC to LC Fiber Optic Patch Cables to support 10GB Connections TOTAL ELIGIBLE ONE TIME

VALLEY VIEW EARLY CHILDHOOD CENTER ONE - TIME COSTS Provide Thirty-one (31) Indoor Access Points, Dual Radio 802.11ax (Wi-Fi 6), Bluetooth Low-Energy radio, Internal Antennas, Powered via PoE, with Ceiling Grid Rail Adapter and any other required components. Warranty and technical support on all hardware, software and associated components for One (1) year Purchase One (1) Premium Support Extended Service Agreement Warranty or functionally equivalent solution for PaloAlto 5060 Firewall 24 x 7 x 365 x 4 hour. TOTAL ELIGIBLE ONE TIME

Itemization: Please provide a detailed itemization of the proposed/bid equipment and installation per school building. Service providers must clearly identify E-rate eligible and ineligible equipment and pricing. Any e-rate ineligible products, services or components bundled with eligible products or services must be listed separately from the eligible products or services. Prices for these ineligible products or services must be allocated out of the price for the eligible services.

Contract: Please provide a copy of your typical sales contract and your maintenance contract.

Prevailing Wages Apply: The vendor agrees to pay all of its workers on this project and prevailing wages for Will County, Illinois. The prevailing wage schedule is available from the Will County, Illinois Courthouse and is on-line.

Proposal Criteria: The Valley View Community Unit School District 365U is seeking proposals from qualified vendors of wireless infrastructure and data equipment that can provide a very cost-effective price (#1 criteria), excellent reliability and proven, fast, effective service, (previous Valley View Community Unit School District 365U experience is a plus), school district experience, equipment market share and references, and its point of presence within the metropolitan area. The Valley View Community Unit School District 365U will carefully weigh all of these criteria and make a decision based on the E-rate Decision Matrix as a basis.

E-rate Participation:

• It is imperative that the successful vendor participate in good standing with the Federal Government

• E-rate program and that the vendor can show at least three E-rate examples or references in the State of Illinois.

• The vendor must have a valid E-rate SPIN number.

• Alternative bids or substitutions are allowed, but must be clearly identified and detailed as different from the specification.

• Subcontractors are permitted with permission. Vendor must identify the subcontractor and the Valley View Community Unit School District 365U has the right to reject a subcontractor.

• Vendor will bid separately and allocate out all non-E-rate eligible hardware and software.

• Vendor is required to have a Service Presence within the State of Illinois.

• Vendor must have at least three (3) school references of the same size or larger than the Valley View Community Unit School District 365U.

• Vendor must possess and prove/certify that it has certifications on all hardware and software included in bid

• The Valley View Community Unit School District 365U reserves the right to reject any and all proposals.

• This bid is based on E-rate funding and the Valley View Community Unit School District 365U Board of Education approval and in no way binds the Valley View Community Unit School District 365U into a contract or purchase.

• Equipment must be purchased and provided directly from the manufacturer or the manufacturer's authorized distributor.

• All bids/proposals are required to have line item pricing and manufacturers part numbers included in the bid document. Bids/proposals are to be broken out and detailed by school.

• Qualifications and certifications of local installation and service personnel are required

Please provide your Service Provider Identification Number (SPIN) ______. • Vendor must certify that it will annually certify itself with the E-rate program, via a Service Provider Annual Certification, or SPAC, so that the Valley View Community Unit School District 365U will be assured that it will be able to collect from the program.

Vendor Description: Please provide an overview of your company with number of support personnel, annual sales and school district success stories.

District’s Rights in Decision Making: The Valley View Community Unit School District 365U reserves the right to choose any vendor based on its internal criteria and may waive any formality in its selection. The Valley View Community Unit School District 365U is not bound by the lowest price, but this will be the highest criteria as mentioned earlier. Each vendor will be weighed equally, according to the criteria of price, service, reliability, incumbency, and point of presence as follows based on the product and services for which the vendor is proposing a solution:

Selection Criteria Weight

E-rate Eligible Prices/Charges 30%

Quality of Proposed Product 20%

Product Incumbency 20%

Prior Experience of Service Provider / Vendor with The District - Within the last 5 20% years

State of Illinois Presence 5%

Equipment Share Market in the K -12 Marketplace 5%

Scope of Work: It is understood that, except as otherwise specifically stated in the RFP, the service provider shall provide and pay for all materials, labor, tools, equipment, transportation temporary construction of every nature and all other services and facilities of every nature whatsoever, necessary to execute, complete and deliver the work within the specified time. Licenses necessary for the execution of the work shall be secured and paid for by the service provider. This includes all pole rights and other right-of-way needed for fiber services obtained through local utilities.

All work must be performed during times that are not disruptive to the teaching and learning environment. There is a high probability that work before or after summer vacation will need to be performed outside of normal business hours. Any work to be performed before or after regular working hours (7:30 am – 4:00pm CST.) on weekends or legal holidays, shall be performed without additional expense to the district. The service provider will be fully responsible for securing all necessary right-of-ways, construction permits, and cross connects required to complete the project.

The service provider will agree to work within the rules of the district and agrees to comply with any and all safety requirements and cabling requests outlined during the RFP walk-through by the district facility operations office.

No Felony / Misdemeanor / Sex Offender Policy: The Valley View Community Unit School District 365U requires each vendor to guarantee that their workers have no misdemeanors, felonies nor are registered sex offender that prevents them working in a school environment and while minors are present.

No Drugs Policy: The Valley View Community Unit School District 365U requires each vendor to guarantee that their workers are drug-free, and that drug testing proves that, as the Valley View Community Unit School District 365U is a completely drug-free workplace.

No Bid-Rigging: Vendors must certify that they have not been convicted of bid tampering or rigging and they are not compensating any employee or consultant of the Valley View Community Unit School District 365U on this or any other project.

Non-Discrimination: Vendors shall not discriminate against any of its workers or anyone according to race, creed, gender, or other factors and will provide equal opportunity without discrimination in its business activities.

Time of Completion: All work must be completed within six months after the district receives the USAC funding commitment letter and issues purchase orders to the winning vendor(s)

Provision: The Service Provider must provide all supervision, tools, equipment, hardware and wiring materials as specified; transportation, erection, construction, unloading, inspecting, and keeping inventory as specified in attached contract documents. Whenever in the Contract the terms "provide, furnish, supply, install, etc.”, can be interpreted as requiring the Service Provider both to furnish and/or install materials, unless specific provisioning/installation of the materials by the district is denoted.

Ceiling Tiles: Replacements for broken ceiling tiles will be provided by the district however, the installation of the replacement tiles will be the responsibility of the service provider

Structure: The Service Provider will identify to the district any work necessitating cutting into or through any part of the building structure such as girders, beams, concrete, tile floors or partition ceilings

Identification: The service provider agrees that all employees will report to the schools front office upon arrival and wear visible identification badges along shirts that identify the service providers name and affiliation at any time while on school grounds.

Permits: The Service Provider shall obtain all necessary county, municipal, and/or state work/building permits. This includes any permits that may be needed to gain the right of way for outside cabling.

Damage: The Service Provider will be responsible for repairs of damage to the building, roads, equipment, existing cable, or property. The Service Provider will promptly report to a representative of The District any such damage to the building, roads, equipment, existing cable, or property that may occur while performing work in the facilities.

Accident Prevention: Precautions shall be exercised at all times for the protection of persons (including employees and students) and property and hazardous conditions shall be guarded against or eliminated. The District or the building principal will determine what constitutes a hazardous condition on any campus and the Service Provider will be responsible for rectifying the issue to the satisfaction of The District.

Protection in General: The Service Provider shall protect all buildings, furniture, equipment, personal items, trees, shrubs, lawns and all landscaping on school property from damage. Any damaged property shall be repaired or replaced at the Service Provider's expense. Labor shall include all restoration (leveling, sod replacement) of grounds broken up during the installation of this network.

Installation: Install the wire, cable, and/or associated hardware in accordance with the manufacturer’s specifications and under the direction of the district Facilities Office. All cabling and equipment shall be sufficiently labeled at both ends of termination. Equipment designation or purpose, interconnections and cabling endpoints must be easily identifiable, and all new cabling must be supported either with J-Hooks or other part of the building structure. No cables should run directly on top of suspended (drop) ceiling grids or tiles. All labeling shall correspond with the drawings provided in Item 15.

Test and Inspections: Conduct tests and inspections in the presence of a district technical representative and/or facilities electrician after installation has been completed in order that the district may be assured that the requirements for the installation are met.

Completion Notification: Promptly notify the district designated contact of completion of this proposed project.

Defects: The Service Provider will promptly correct all defects for which the Service Provider is responsible.

Cleanup: Upon completion of the work each day, the Service Provider must remove all tools, equipment, rubbish and debris from the premises and must leave the premises clean and neat and in the same condition as it was found.

Subcontractors: The Service Providers may use subcontractors to perform work. However, all responsibilities rest with the Service Provider.

Testing: The Service Provider will provide The District with complete detailed test results. The test results must be delivered to The District before payment.

Drawings: The Service Provider shall furnish, with the proposal, a complete set of drawings showing the design of the infrastructure and the interconnection of all equipment installed. The drawings will also include the location of existing electronic equipment utilized in the new installation. The drawings should indicate if any fiber is run above or below ground.

Codes, Standards and Ordinances: All work shall conform to the latest edition of the National Electrical Code, the Building Code, and all local codes and ordinances, as applicable. ANSI/TIA/EIA-568-A and ANSI/EIA/TIA-569 shall be adhered to during all installation activities. Methodologies outlined in the latest edition of the BICSI Telecommunications Distribution Methods Manual shall also be used during all installation activities. Should conflicts exist with the foregoing, the authority having jurisdiction for enforcement will have responsibility for making interpretation

Safety: The Service Provider shall take the necessary precautions and bear the sole responsibility for the safety of the methods employed in performing the work. The Service Provider shall at all times comply with the regulations set forth by federal, state, and local laws; rules; and regulations concerning “OSHA”, and all applicable state labor laws, regulations, and standards. The Service Provider shall indemnify and hold harmless The Customer from and against all liabilities, suits, damages, costs, and expenses (including attorney’s fees and court costs) that may be imposed on The Customer because of The Service Provider, subcontractor, or supplier’s failure to comply with the regulations stated herein.

Workmanship: All work shall be performed in a professional manner. Personnel from The District may observe the work procedures and workmanship of the Service Provider, but such observation will not

relieve the Service Provider from any responsibility of performance or constitute acceptance of the work performed.

Stored Materials: The service provider will be responsible for the storage and security of any material stored on the jobsite. Space is a priority in the district and may not always be available depending on the amount of equipment that is needed to be stored onsite.

Patents and Royalties: The Service Provider, without exception, shall indemnify and hold harmless The Customer and its employees from any liability of any nature or kind, including costs and expenses for or on account of any trademarked, copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the Contract, including its use by The Customer. If The Service Provider or subcontractor uses any design, device, or material covered by letters, patent, trademark, or copyright, it is mutually understood and agreed without exception that the proposal prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work.

Indemnification: The Service Provider shall indemnify and hold harmless The District, its agents and employees from or on account of any injuries or damages, received or sustained by any person or persons during or on account of any operation connected with this Contract; or by consequence or any negligence (excluding negligence by The Customer, its agents, or employees) in connection with the same; or by use of any improper material or by or on account of any act or omission of said Service Provider or its subcontractors, agents, servants, or employees. The Service Provider further agrees to indemnify and hold harmless The Customer, its agents or employees, against claims or liability arising from or based upon the violation of any federal, state, county, city, or other applicable laws, bylaws, ordinances, or regulations by The Service Provider, its agents, associates, or employees. The indemnification provided above shall obligate The Service Provider to defend at its own expense or to provide for such defense, at The Customer’s option, of any and all claims of liability and all suits and actions of every name and description that may be brought against The Customer which may result from the operations and activities under this Contract whether the installation operations be performed by The Service Provider, subcontractor, or by anyone directly or indirectly employed by either. The award of this Contract to The Service Provider shall obligate The Service Provider to comply with the foregoing indemnity provision; however, the collateral obligation of insuring this indemnity must be complied with as set forth.

Change in Contract: The District will not be responsible for any change in the work involving extra costs unless approval in writing is furnished by the Technology Coordinator before such work is begun.

Existing Conditions: The service provider, in submission of their proposal, will have had the opportunity to visit all school sites. It will be assumed that the service provider has taken into consideration all conditions, which might affect this work. The location of the termination point of all cabling will be located at a router in one of the school MDF/IDF locations. Service providers will be aware of this location during the visit and no consideration will be given to claims based on lack of knowledge of existing conditions. The recommended site visit dates are scheduled for Friday, February 22, 2019 at 9:00am CST and Monday, February 25, 2019 at 9:00am CST.

Insurance Requirements: The successful vendor shall maintain insurance to protect itself and the Valley View Community Unit School District 365U from claims under the Workers' Compensation Act, and from any other claim for damages for personal injury, including death, and for damages to property which may arise from operations under this contract, whether such operations be by itself or by any subcontractor or anyone directly employed by either of them. Vendor shall keep at least $1,000,000 each of: Comprehensive, Liability, and Worker’s Compensation insurance.

Vendor shall furnish and pay for insurance in accordance with the conditions stipulated below. Vendor shall file with the Valley View Community Unit School District 365U, Certificates of Insurance certifying to

the insurance coverage specified herein. All Certificates shall contain a clause stating that the policy will not be canceled without thirty (30) days’ prior written notice having first been sent to the Valley View Community Unit School District 365U. Said Certificate is to name the Valley View Community Unit School District 365U as “Additionally Insured” in addition to the certificate holder. Designated certificate is to be submitted to the Valley View Community Unit School District 365U by the vendor upon receiving contract award. The successful vendor agrees to indemnify, defend and hold harmless the Valley View Community Unit School District 365U, its officers, agents and employees from any claims, damages, suits, actions, liabilities and costs of any kind or nature, including attorneys’ fees, arising from or caused by the provision of any services, the failure to provide any services or the use of any services or materials furnished (or made available) by the successful vendor.

Termination of Contract: The Valley View Community Unit School District 365U reserves the right to terminate the contract/purchase order or managed lease immediately in the event that the vendor discontinues or abandons operations; if adjudged bankrupt, or is reorganized under any bankruptcy law; or fails to keep in force any required insurance policies or bonds. Failure of the vendor to comply with any section or part of this contract/purchase order will be considered grounds for immediate termination of the contract/purchase order by the Valley View Community Unit School District 365U. Notwithstanding anything to the contrary contained in the contract/purchase order between the Valley View Community Unit School District 365U and the vendor, the Valley View Community Unit School District 365U may, without prejudice to any other rights it may have, terminate the contract/purchase order for convenience and without cause, by giving thirty (30) days written notice to the vendor. If the termination clause is used by the Valley View Community Unit School District 365U, the vendor will be paid by the Valley View Community Unit School District 365U for all scheduled work completed satisfactorily by the vendor up to the termination date set in the written termination notice. If the successful vendor is wholly responsible for failure to make delivery or complete implementation and installation, or if the system fails in any way to perform as specified herein, the Valley View Community Unit School District 365U may consider the successful vendor to be in default. In the event of default, the Valley View Community Unit School District 365U will provide the successful vendor with written notice of default, and the successful vendor will be provided twenty (20) calendar days to provide a plan to correct said default. If the successful vendor fails to cure said default within twenty (20) days, the Valley View Community Unit School District 365U, among other actions, may complete the system through a third party, and the successful vendor shall be responsible for any amount in excess of the agreement price incurred by the Valley View Community Unit School District 365U in completing the system to a capability equal to that specified in the contract.

Thank you for your participation and interest in this important Valley View Community Unit School District 365U project.