laredo independent school district documents laredo independent school district . ... the rfp calls...

75
Procurement Department 1702 Houston St. Room 101 Laredo, Texas 78040 Tel: 956 795-3220 Fax: 956 795-3221 LAREDO INDEPENDENT SCHOOL DISTRICT (“DISTRICT”) invites you to submit proposals for: E-Rate Round 14 Internal Connections/Basic Maintenance REFERENCE NUMBER: RFP#11-009 REQUEST FOR PROPOSAL DUE DATE January 17, 2011 at 2:30 p.m. Central/Standard Time (Note: Timely physical delivery is at the risk of the respondent. No notary seals are required in District Forms. ) MUST BE DELIVERED LAREDO INDEPENDENT SCHOOL DISTRICT OR HAND CARRIED TO: PROCUREMENT DEPARTMENT 1702 HOUSTON STREET, ROOM 101 LAREDO, TEXAS 78040 ESTIMATED CONTRACT PERIOD: Begin Date: July 1st, 2011 End Date: June 30th, 2012 with the possibility of extending contract for a second and third year. PRE-PROPOSAL CONFERENCE N/A DISTRICT BUYER IN CHARGE OF PROPOSAL: All questions regarding this proposal should be in writing to [email protected] PROCUREMENT DIRECTOR: Gustavo Alcantar * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * I. Submission/Scope Specifications (Required to be completed) Page 2-59 II. Required Documents Page 60 - 68 III. General Conditions Page 69 - 75 IV. Appendix Documents Laredo Independent School District

Upload: ngoquynh

Post on 19-May-2018

214 views

Category:

Documents


0 download

TRANSCRIPT

Procurement Department

1702 Houston St. Room 101 Laredo, Texas 78040

Tel: 956 795-3220 Fax: 956 795-3221

LAREDO INDEPENDENT SCHOOL DISTRICT (“DISTRICT”) invites you to submit proposals for:

E-Rate Round 14 Internal Connections/Basic Maintenance

REFERENCE NUMBER: RFP#11-009 REQUEST FOR PROPOSAL DUE DATE January 17, 2011 at 2:30 p.m. Central/Standard Time (Note: Timely physical delivery is at the risk of the respondent. No notary seals are required in District Forms. ) MUST BE DELIVERED LAREDO INDEPENDENT SCHOOL DISTRICT OR HAND CARRIED TO: PROCUREMENT DEPARTMENT 1702 HOUSTON STREET, ROOM 101 LAREDO, TEXAS 78040 ESTIMATED CONTRACT PERIOD: Begin Date: July 1st, 2011 End Date: June 30th, 2012 with the

possibility of extending contract for a second and third year. PRE-PROPOSAL CONFERENCE N/A DISTRICT BUYER IN CHARGE OF PROPOSAL: All questions regarding this proposal should be in writing to [email protected] PROCUREMENT DIRECTOR: Gustavo Alcantar

* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *

I. Submission/Scope Specifications (Required to be completed) Page 2-59

II. Required Documents Page 60 - 68 III. General Conditions Page 69 - 75 IV. Appendix Documents

Laredo Independent School District

LAREDO INDEPENDENT SCHOOL DISTRICT

RFP#11-009 E-Rate Round 14 Internal Connections/Basic

Maintenance Response Form

Scope of Work Part 1: E-Rate Infrastructure:

The Laredo ISD is planning to perform key upgrades of the District’s internal connections under the E-Rate program. As such, the District is seeking proposals in conjunction with one (1) new construction project, six (6) campus upgrades, and upgrades to our core administrative infrastructure. Schematic prototypical floor plans will be made available for review. Final plans are subject to change as per the final design of the Architect of Record; however the general concept will be consistent with the schematic floor plan. With respect to the construction project, respondents must include in their proposal a minimum of one (1) Main Distribution Facility (MDF) and three (3) to five (5) Intermediate Distribution Facility (IDF’s). MDF will be housed in a Data Command Room centrally located within the building (campus) and the corresponding IDF’s shall be located throughout the building at a distance not to exceed 300 feet from the MDF. Dual Fiber runs from IDF to MDF are required.

With regards to our campus upgrade projects, the District is seeking proposals/pricing for additional cable drops where necessary. Cabling is to be performed in line with the current cable plant standards and design already in place at the respective campuses listed. Plans of these campuses, and inspection of all the above will be made available during the Mandatory Pre-Bid Conference/Walk-Through.

The District may be using some of the hardware that we currently have and might be funded for other projects that overlap these projects; therefore we might reduce some of the items proposed after evaluating vendor’s Price Quotation Package.

Vendor must use format for cost sheets and all other pricing sheets. Each campus is considered a project. The campuses are listed as follows:

1. Core – no cabling project 2. Early College High School 600 Cat 6A, 12 strand dual fiber run from IDF’s to

MDF’s and network equipment and services.

3. Martin High School, 200 additional drops Cat 6A. Where necessary, 12 strand dual fiber run from IDF’s to MDF’s and network equipment and services.

4. Heights Elementary School 100 additional drops Cat 6A. Where necessary, 12 strand dual fiber run from IDF’s to MDF’s and network equipment and services.

5. Santa Maria Elementary School 100 additional drops Cat 6A. Where necessary, 12 strand dual fiber run from IDF’s to MDF’s and network equipment and services.

6. Sanchez Ochoa Elementary School 100 additional drops Cat 6A. Where necessary, 12 strand dual fiber run from IDF’s to MDF’s and network equipment and services.

7. Daiches Elementary School 100 additional drops Cat 6A. Where necessary, 12

strand dual fiber run from IDF’s to MDF’s and network equipment and services. 8. Ryan Elementary School 100 additional drops Cat 6A. Where necessary, 12 strand

dual fiber run from IDF’s to MDF’s and network equipment and services.

The projects listed above also include hardware and services as per attached materials list..

Maintenance Projects

1. Onsite Maintenance 2. Cisco Smartnet Maintenance/Replacement 3. Video “Tandberg” Maintenance/Replacement 4. Video Distribution “Vbrick” Maintenance/Replacement

Non-Erate Eligible Projects (listed in Options pricing section):

1. IPCelerate- 2. Cisco IP Phones- 3. Cisco WCS- 4. Cisco Mobility Services Engine- 5. Cisco Security Manager- 6. IPICS- 7. EMC Backup Recovery- 8. EMC Storage- 9. Cisco PhySec Server-

Vendor Grading Table:

Total Weight

Price 50% Reputation 10% Quality 10% Meets Needs 10% Past Relationship 5% HUB Status 5% Long Term Cost 5% Other 5%

100% The table above is based on the criteria listed in the State of Texas Education Code Section 44.031 Purchasing Contracts.

Table 1

Summary and General Information for each Project ERATE Round 14

LISD reserves the right not to proceed with any project.

Vendor must provide 1 original and 4 copies of RFP. Original must state it is the original. Make sure original and copies of RFP have a table of contents, page numbers and tabs.

1. DISTRICT PREFERS VENDORS THAT ARE STATE OF TEXAS DIR VENDORS FOR CISCO AND CISCO GOLD PARTNERS. SUBMIT PROPER DOCUMENTATION TO SUPPORT VENDORS STATUS. VENDOR MUST ALSO PROVIDE AN E-RATE SPIN NO. AND FCC REGISTRATION NUMBER WITH RFPQ. Vendor must also provide a list of the different statuses.

2. Signing of contracts with vendor is non-binding until determination of award from the SLD and LISD budget availability. Scope may change depending upon the amount of money granted by the SLD. LISD has the right to downsize any or all projects.

3. Vendor must give at least 5 references for District of similar scope with dollar amount of project within the last three Erate Funding Years. Please provide contact person and phone number.

4. Vendor must provide a list of all districts that have been awarded Erate projects with vendor in the last 3 years. The list must include the district name, dollar amount, and Erate year.

5. Vendor must provide a list of staff with certifications that will be working with this project.

6. Vendor must provide distance and location of engineers what will be dispatched for maintenance work or to work on this project.

7. Vendor must provide contract with RFP.

8. This calls for an “all or none” RFP, this will be a turn-key project.

9. The RFP calls for manufacturer specific equipment (i.e. Cisco, Tandberg, Emc, Vbrick, etc). The District is standardized on this equipment throughout all campuses and is providing these manufacturer specific parts lists as they ensure the maximum interoperability with the rest of the District’s infrastructure. The District will consider proposals for equipment that is “equivalent” to the makes and models of the equipment contained in this RFP. It is preferred that the respondents adhere to the actual makes and models specified below are used, and as such, the District will consider that preference in our evaluation criterion per E-rate guidelines.

10. . Proposed Timeline (subject to revision): Pre-Bid Conference - Mandatory January 5th, 2011 at 9:00 am

2001 Cedar Ave Building-B Technology Center Campus Site Visits - Mandatory January 5th – after Pre-Bid Conference Deadlines for Receiving RFP: January 13th 2011 at 12:00 Noon Evaluate and Negotiate: January 17th-21st, 2011 Recommendation and Awarding RFP: February 17th, 2011

IV. GENERAL REQUIREMENTS: (Applicable to Parts 1, 2, & 3 of this RFP as applicable and as required). WARRANTY

Material and workmanship hereinafter specified and furnished shall be fully guaranteed by the vendor for one (1) year, starting when Laredo I.S.D. Personnel accepts all work performed by vendor, except in the case of the cabling infrastructure which shall be fully warranted for a minimum of twenty (20) years from payment date against any defects. Defects which may occur as the result of faulty materials or workmanship within the one and fifteen years or more, respectively after installation and acceptance by District Personnel shall be corrected by the vendor at no additional cost to the Laredo Independent School District. The vendor shall within 15 days, at no cost to L.I.S.D. correct or report (including modifications or additions as necessary) any nonconforming or defective cabling work within twenty (20) years after completion of the project of which the work is a part. In the case of the cabling infrastructure, in addition to physical component warranty, said warranty will cover functionality of the cable to support 100Mhz/155MBps or greater throughout the warranty period. The period of the vendor's warranty (ties) for any items herein are not exclusive remedies, and the school district has recourse to any warranties of additional scope given by the vendor to the school district and all other remedies available by law or equity. The vendor's warranties or Manufacturer’s shall commence with the acceptance of installation/or payment for the work in full.

If the vendor procures equipment and material under the contract, the vendor shall obtain for the benefit of the District's equipment and material, warranties against defects in material and workmanship to the extent such warranties are reasonably obtainable.

The vendor shall pass along to the District any additional warranties offered by the manufacturers, at no additional cost to LISD. This warranty shall in no manner cover equipment that has been damaged or rendered unserviceable due to negligence, misuse acts of vandalism or tampering by the district or anyone other than employees or agents of the vendor. The vendor's obligation under its warranty is limited to the cost of repair of the warranted item or replacement thereof, at the vendor's option. Insurance covering said equipment from damage or loss is to be paid by the vendor until full acceptance of equipment and services: Vendor must install and configure new or current hardware, as required. Vendor must label all cable drops at IDF to MDF, as required. Vendor must provide electronic schematic drawings of fiber layout and number of CAT 6-E drops per MDF

and IDF. (PAYMENT WILL BE MADE ONCE DRAWINGS ARE TURNED IN TO IT STAFF) Vendor must provide electronic schematic drawings by MDF to IDF of all hardware with model number of

hardware. (PAYMENT WILL BE MADE ONCE DRAWINGS ARE TURNED IN TO IT STAFF) Vendor must do all patch work on MDF, IDF and provide patch cables in all rooms, as required. Vendor must test all, hardware, fiber and CAT 6-E Cable for functionality.

Project will be considered complete upon:

Completion of all “Punch List” items as noted during a “Walk Through” of campus upon the Contractor

indicating Substantial Completion. All punch list items must be completed within 15 days or payment will not be released.

Submission of Printed Test results for fiber and CAT-6E cable must be provided to I.T. Department. Submission of electronic schematic drawings of fiber runs and hardware of MDF and IDF by campus to the

I.T. Department. Warranty paperwork, test results and As-Builds have been turned in to LISD Information Technology

Department. SUPPORT AGREEMENT COSTS

List all support agreement cost by type of hardware / software. List cost for after hour support. A list discount maintenance charge for every hour hardware is out of service or for every hour that the

maintenance personnel are late according to contract response time. List onsite response time. List if there is a “depot” agreement. List of telephone support hours. List date when warranties starts and date when warranties ends. (This is the warranty that is at no cost to the

district) Include copies of support contracts with start dates and end dates.

TRAINING Vendor must provide on site training and manuals to L.I.S.D. at no cost to personnel selected by the District network operating system, routers and switches. Include schedule and time length of training.

VARIATION IN QUANTITIES AND CONFIGURATIONS Equipment and capacity requirements are the best estimates currently available. The district reserves the right to modify quantity and configuration requirements. The vendor agrees to sell the district the revised quantity of items at the unit price or lower as stated in the RFPQ.

PROJECT MANAGER The vendor will provide a full-time Project Manager who will act as a single point of contact for all activities regarding this project. The Project Manager will be required to make on-site decisions regarding the scope of the work and implement any changes required. The Project Manager will be totally responsible for all aspects of the work and shall have the authority to make immediate decisions regarding implementation on changes to the work with approval of the School District Project Manager. Project Manager must submit a mandatory written report on a weekly basis on the progress of the project and meet with I. T. Staff as required Chief Technology Officer is Roy M. Lanier.

VENDOR REFERENCES Vendors must provide a minimum of five school district references. These references must be for projects that are similar in scope and design, and have been completed by the vendor within the last three (3) years. References which cannot be confirmed will be grounds for vendor disqualification. References must include company name,

address, and phone number contact person. Also a brief summary of the actual projects performed for the customer should be included as well as the total cost of the last project.

The District may, with full cooperation of the vendors, visit client installations to observe equipment operations and consult with references. Specified visits and discussion shall be arranged through the vendors; however, the vendor personnel shall not be present during discussions with references.

LICENSING The vendor must provide a list of all applicable licenses currently held by installation personnel or certifications. WORKING HOURS Vendor must be prepared to work on weekends and after school hours in order to complete job or meet dead lines as needed.

MANPOWER Due to the implementation plan of this project, a large contingent of manpower may be required for limited durations. Provide a description of manpower availability and how this requirement will be met.

COMPLIANCE WITH LAWS AND REGULATIONS The vendor's performance of work shall comply with applicable federal, state, and local laws, rules, and regulations. In the event of violation, the vendor shall pay all fines and penalties, including attorney's fees, other defense costs, and expenses in connection: including any expense in cabling or hardware. Vendor must also comply with all ERATE requirements and regulations.

FEDERAL COMMUNICATIONS COMMISSION: Equipment requiring FCC registration or approval shall have received such approval and shall be appropriately identified prior to installation in the District’s property and/or final acceptance by the District. CODES, STANDARDS AND ORDINANCES: All work shall confirm to the 1995 edition of the National Electrical Code, the Building Code, and all Local Codes and Ordinances, as applicable. EIA/TIA documents 568, 569, 606, and 607 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 in the foregoing, the authority having any jurisdiction for enforcement will preside.

SAFETY The vendor shall take the necessary precaution and bear the sole responsibility for the safety methods employed in performing the work. The vendor 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 vendor shall identify and hold harmless the District from and against all liabilities, suits, damages, costs and expenses (including attorney's fees and court costs) which may be imposed on the district because of the vendor, subcontractor, or supplier's failure to comply with the regulations stated herein.

V. NETWORK CABLING SPECIFICATIONS

The intent of this RFP is to establish the general specifications for a premises structured cabling system, which will meet the voice, video and data communication needs of the Laredo ISD.

CABLING UPGRADES The physical removal of all inactive cable will be required for the campuses in the cabling upgrades list. Estimate is not to exceed 250 hours per high school, 200 hours per middle school and 175 hours per elementary school. It is the vendor’s responsibility to determine the cable mining requirements for each campus.

PHYSICAL NETWORK TOPOLOGY The basic architecture of the information transportation system should be based on a hierarchical STAR topology utilizing unshielded twisted pair and/or fiber optic media. The system must be based on open distribution architecture so that existing equipment and facilities as well as future equipment from multiple vendors can be supported by the proposed system.

GENERAL INFORMATION CAT 6A 10 Gig

1. INTRODUCTION

The intent of this RFP is to establish the general specifications for a premises structured cabling system, which will meet the voice, video, and data communication needs of the Laredo Independent School District. The Laredo Independent School District requests that prospective vendors provide pricing for labor and materials for a Panduit Category 6A 10 Gig installation at all locations in this RFP. Installation is to include all pathway construction and copper cabling. The system is to be fully tested, documented and supported by a 25-year Panduit warranty program. The System offered and quoted, shall incorporate all features and facilities listed in this specification. Please quote labor plus materials.

2. RESPONSIBILITIES Customer Responsibilities:

The Laredo Independent School District is responsible for the following:

• Allowing the contractor’s employees free access to the premises and facilities at all reasonable

hours during the installation. • Providing access to 120 volt, 20 AMP, 60 Hz commercial power necessary for the installation and

for future telecommunications equipment, or comparable 240 volt power. • Making alterations and repairs to the building, equipment or services if it is determined by the

company to be desirable or necessary for safe operation.

• Making inspections when notified by the contractor that the equipment or any part thereof is ready for acceptance.

• Participation in a joint communications plan.

Contractor Responsibilities:

• Maintain a Panduit Certified System Integrator Certification Prior to and thru-out the bid process and work being preformed.

• Providing all supervision, labor, tools, equipment, materials, transportation, erection, construction, unloading, inspection and inventory housing. Must also return spare material as specified.

• Furnishing and installing materials for a complete structured cabling system unless specific

provisioning or installation of materials is denoted in this RFP.

• Obtaining The Laredo Independent School District permission before proceeding with any work necessitating cutting into or through any part of the building structure such as girders, beams, concrete, tile floors or partition ceilings.

• Promptly repairing all damage to the building due to carelessness of contractor employees and

exercising reasonable care to avoid any damage to the building. Reporting to The Laredo Independent School District any damage to the building that may exist or may occur during the contractor’s occupancy of the building.

• Taking necessary steps to ensure that required fire fighting apparatus is accessible at all times.

Flammable materials shall be kept in suitable places outside the building.

• Installing the wire, cable and hardware in accordance with the specifications outlined herein.

• Conducting tests and inspections as specified post-installation.

• Promptly notifying The Laredo Independent School District at least one week prior to completion of work on equipment wherein such portions are ready for inspection.

• Promptly correcting all defects for which contractor is responsible as determined by The Laredo

Independent School District. . • Coordinating all work with The Laredo Independent School District representative that may be

designated at a future date before the commencement of the installation.

• Maintaining insurance and appropriate warranty bonds on the proposed distribution system until such time as it is accepted by The Laredo Independent School District.

• Removing all tools, equipment, rubbish and debris from the premises and leaving the premises

clean and neat upon completion of the work.

• Abiding by the safety and security rules in force on the work site per local and governmental regulation.

• Following industry standard installation practices and as defined by Section 8.

3. SYSTEM REQUIREMENTS Category 6A Cable –

Each Work Area Outlet shall consist of Panduit Category 6A 10 Gig Plenum cables from designated MDF or

IDF to each area; number of cables described in accompanying documentation.

Panduit PUP6X04BU-U Cat 6 Plenum Cable

Category 6 Patch Panels

Adequate patch panel ports are to be supplied in MDF to accommodate the number of WAO’s in this RFP.

All Patch Panels must be of modular design.

Panels are to be 24 or 48 Ports only. 96 Port Panels will not be accepted.

Panduit 24 Port Angled MiniCom Part # CPPLA24WBLY

Panduit 48 Port MiniCom Part # CPPLA48WBLY

Panduit Category 6E Inserts Panduit CJ6X88TGGR Green Panduit CJ6X88TGBU Blue Panduit CJ6X88TGRD Red Panduit CJ6X88TGOR Orange Panduit CJ6X88TGYL Yellow

Patch cables (Replace # sign with length) Panduit UTP6X#GRY Green Panduit UTP6X#BUY Blue Panduit UTP6X#RDY Red Panduit UTP6X#ORY Orange Panduit UTP6X#YLY Yellow

Patch cables and patch panel jacks in MDF’s and IDF’s must match in color. (I.e. red patch cable goes in a red

jack) Use appropriate lengths to obtain a dressed appearance.

All patch cords, cable, jacks, patch panels and any other device used in the cabling system must be labeled using

Panduit Labels.

All drops including phone will be rack mounted.

Contractor will supply the racks and wire management detailed below

Panduit NetFrame Racks NFR84

Vertical wire manager fingers NFBRFK

Vertical wire manager doors (Single Rack) (4) NFD884

Vertical wire manager doors (Two or more racks) (4) NFD1284

Vertical slack manager (2) NFVSM4

Ladder rack brackets NFLRB

End Panels for NetFrame (Two per rack install) NFEP

Wire Management Panels are to be installed above and below each Patch Panel unless using angled patch

panels then you will give the wire manager to the district to store for use. Panduit Wire Management

WMP1E;

Each Rack will have at least one of each of these items installed

CMRPSH20 Power Strip

NFSHLF19X25 NetFrame Shelf

CMUT19 Upper tray

CMLT19 Lower tray

Cabinet details are below. Wall Mount Cabinets NC24S Wall Mount Cabinet for all wall mount applications NCFK Wall Mount Cabinet Fan Kit NCGK Wall Mount Cabinet Grounding Kit HC4BL6 Wire Manager Cover for Wall NCSM12 Wall Mount Cabinet Vertical Slack Manager Free Standing Cabinet CN1 7’ Free Standing Cabinet for all other applications CNAE1 Cabinet Vent for Cisco 6509 NF4PSHLF19X23 Cabinet Shelf 23” Deep Each Cabinet will have at least one of each of these items installed CMRPSH20 Power Strip Each Portable that is cabled will require Panduit Corp. PZAEWM3 PanZone Active Wall Mount Enclosure Panduit Corp. PZAELOCK PanZone Enclosure Lock

Fiber Optic Cable – Back Bone between closets

Each telecommunication closet shall have a fiber run of 24 fiber enhanced 10 Gig 50/125 (OM3)

Indoor/Outdoor Innerlocking Armour plenum cable (Part number FOPPX24Y) Manufactured by Panduit

Corporation. If the fiber optic run is over 500M Panduit 24 fiber Singlemode Indoor/Outdoor Innerlocking

Armour Plenum (Part number FSPP924Y) must be used. If a connection between buildings is required an

Outside Plant cable must be used.

Fiber Optic Connecting Hardware

Panduit fiber optic patch cord matching the fiber optic run will be supplied for each fiber connection. Each 2

fibers in the system will have a fiber patch cord supplied with it. A fiber optic patch cord must be tested and

labeled according to TIA/EIA Standards. Panduit Part number for these patch cord is as follows:

LC/LC Multimode Duplex Patch Cord – FXE10-10M2Y

LC/LC Singlemode Duplex Patch Cord – F9E10-10M2Y

Contractor will supply fiber optic hardware to match the fiber cable being install that is listed below

LC 10 Gig Multimode Opti-Cam Connector FLCDMCXAQY

LC Singlemode Opti-Cam Connector FLCDSCBUY

OPTICOM Rack Mount Enclosure 1U FRME1

2U FRME2

3U FRME3

4U FRME4

OPTICOM LC 10 Gig Adapter Panel 12 Pack FAP12WAQDLCZ

OPTICOM LC Singlemode Adapter Panel 12 Pack FAP12WBUDLCZ

Work Area Outlets

One patch cable on the WAO and one patch cable on the MDF or IDF is to be supplied per port

WAO Cat 6A 10 Gig copper patch cables – UTP6X#BUY

Panduit Tamper Resistant Faceplate 4 ports – UICFPRTR4**

Panduit Category Cat 6A 10 Gig Inserts – CJ6X88TGBU BLUE.

Panduit Jack Blockouts – PSL-PCJB

Use Panduit TIA/EIA 606 compliant labeling

All items will be labeled with a Panduit LS8.

5 meters slack to be provided at each installed WAO

Pathways

Cables and raceways shall be rated according to EIA/TIA for the environment in which they are to be placed.

Vertical support for cable shall be no greater than 4’ intervals.

Open top cable supports shall be available as a pathway for communication cabling. The J-Mod cable supports

shall be manufactured from a non-conductive material suitable for use in air-handling spaces. The cable

support must maintain complete horizontal and vertical 1” bend radius control and must manage up to forty-

eight 4-pair UTP cables. The system must allow for the ability to add future cable routing capacity. The cable

support must provide the ability to securely retain the cable bundle with Tak-Tape cable ties. Panduit J-Mod

system part number shall be used. No more then forty-eight 4-pair UTP Category 6A cables shall be installed in

each J-Mod. A second J-Mod will be used to house the 10 Gig fiber cable. Fiber cable will be housed in it own

J-Mod.

Vendor is responsible for installing all pathway structures for this project.

Ladder racks will connect the Patch racks with the server racks.

If threaded rod is used to connect the Ladder Rack to the Ceiling for support Panduit threaded rod covers must

cover each threaded rod.

Panduit cable management waterfall systems shall be utilized to transfer communication cable from ladder

racks to enclosures or equipment racks below. These cable management waterfall systems shall maintain 1”

bend radius control in both vertical and horizontal directions. The system shall be modular in order to allow for

multiple widths.

Panduit stackable cable rack spacers shall be utilized to route bulk fiber optic cable or high performance

copper communication cable bundles in all telecommunication closets. Stackable cable rack spacers shall be

utilized in communication closets and other interior locations where cables and cable bundles are routed along

traditional ladder racks that consist of rungs and stringers. The stackable cable rack spacers shall be applied on

every rung up to a recommended maximum stack height. Dovetail slots and a positive latching mechanism

shall provide a secure locking feature.

Ground and Bonding

Definitions

Bonding – The permanent joining of metallic parts to form an electrically conductive path that will

assure electrical continuity and the capacity to conduct safely any current likely to be imposed.

Common Bonding Network (CBN) – The principal means for affecting bonding and earthing inside a

building.

Ground/Earth – A conducting connection, whether intentional or incidental, by which an electric

circuit or equipment is connected to earth, or to some conducting body of relatively large extent that

serves in place of the earth.

Retrofit Rack Grounding/Earthing – The application of grounding/earthing products and technology

where equipment is already deployed and functioning.

Overview

The purpose of the grounding/earthing system is to create a low impedance path to earth ground for

electrical surges and transient voltages. Lightning, fault currents, circuit switching (motors turning on

and off), and electrostatic discharge are common causes of these surges and transient voltages. An

effective grounding/earthing system minimizes the detrimental effects of these electrical surges, which

include degraded network performance and reliability and increased safety risks.

The grounding/earthing system must be intentional, visually verifiable, adequately sized to handle

expected currents safely, and directs these potentially damaging currents away from sensitive network

equipment. As such, grounding/earthing must be purposeful in its design and installation. Four issues

require special consideration:

1. Although AC powered equipment typically has a power cord that contains a ground/earth wire, the

integrity of this path cannot be easily verified. Thus, many equipment manufacturers require

grounding/earthing above and beyond that which is specified by local electrical codes, such as the

National Electrical Code, etcetera. Always follow the grounding/earthing recommendations of the

manufacturer when installing equipment.

2. While the building steel and metallic water piping must be bonded to the grounding/earthing

system for safety reasons, neither may be substituted for the telecommunications bonding backbone

(TBB).

3. Electrical continuity throughout each rack or cabinet is required to minimize safety risks.

Hardware typically supplied with bolt-together racks is not designed for grounding/earthing purposes.

Additionally, most racks are painted. Paint is an insulator. Unless rack members are deliberately

bonded, continuity between members is incidental, and in many cases, unlikely.

4. Any metallic component that is part of the data center, including equipment, racks, ladder racks,

enclosures, cable trays, etc. must be bonded to the grounding system.

Workmanship

The ground/earth system must be designed for high reliability. Therefore, the grounding/earthing

system shall meet following criteria:

1. Local electrical codes shall be adhered to. 2. The grounding/earthing system shall comply with J-STD-607-A and ANSI/TIA-942.

3. All grounding/earthing conductors shall be copper. 4. Lugs, HTAPs, grounding strips, and busbars shall be UL Listed and made of premium quality tin-

plated electrolytic copper that provides low electrical resistance while inhibiting corrosion.

Antioxidant shall be used when making bonding connections in the field.

5. Wherever possible, two-hole lugs shall be used because they resist loosening when twisted

(bumped) or exposed to vibration. All lugs shall be irreversible compression and meet NEBS Level 3

as tested by Telcordia. Lugs with inspection windows shall be used in all non-corrosive environments

so that connections may be inspected for full conductor insertion (battery rooms are an exception

where windowless lugs may be used).

6. Die index numbers shall be embossed on all compression connections to allow crimp inspection.

7. Cable assemblies shall be UL Listed and CSA Certified. Cables shall be a distinctive green or

green/yellow in color, and all jackets shall be UL, VW-1 flame rated.

Grounding/Earthing and Bonding

The Telecommunications Grounding Busbar (TGB) in each telecommunications space will be

grounded/earthed to the Telecommunications Main Grounding Busbar (TMGB) located at the service

entrance. The gauge of the connecting ground/earth cable, known as the Telecommunications

Bonding Backbone (TBB) will follow J-STD-607-A guidelines, as is shown in the table below.

Sizing of the TBB TBB Length in Linear meters (feet) TBB Size (AWG)

Less than 4 (13) 6 4-6 (14-20) 4 6-8 (21-26) 3 8-10 (27-33) 2

10-13 (34-41) 1 13-16 (42-52) 1/0 16-20 (53-66) 2/0

Greater than 20 (66) 3/0

The TMGB will be bonded to building steel and grounded/earthed to the electrical service ground

according to BICSI TDM Manual and J-STD-607-A guidelines. Local codes may supersede these

requirements. In telecommunications spaces with only one rack, the rack jumper cable can be

connected directly to the TGB.

Cable Sizes for Other Grounding/Earthing Applications Purpose Copper Code Cable Size

Aisle grounds (overhead or under floor) of the common bonding

network

#2 AWG or larger (1/0 preferred)

Bonding conductor to each PDU or panel board serving the room.

Size per NEC 250.122 & manufacturer recommendations

Bonding conductor to HVAC equipment

6 AWG

Building columns 4 AWG Cable ladders and trays 6 AWG

Conduit, water pipe, duct 6 AWG

Components, Kits, and Hardware

PANDUIT® STRUCTUREDGROUND™ Grounding System (STRUCTUREDEARTH™ Earthing System) kits,

components, and hardware shall be used to construct the grounding/earthing system.

Use PANDUIT GB4 series BICSI/J-STD-607-A telecommunications grounding busbars for the

TMGB, which is ideally located at the AC service entrance. Use a PANDUIT GB2 series busbar for

the TGB in each of the other telecommunications/equipment spaces throughout the building. Use

PANDUIT LCC-W series lugs when connecting conductors to the TMGB and TGB.

Route the TBB to each TGB in as straight a path as possible. The TBB should be installed as a

continuous conductor, avoiding splices where possible. Use PANDUIT HTAP kits, family HTWC, to

provide a tap from the TBB to each TGB. When more than one TBB is used, bond them together

using the TGBs on the top floor and every third floor in between with a conductor known as a

grounding equalizer (GE). Use the J-STD-607-A guidelines for sizing of the TBB when sizing the GE

(shown in the table above).

Avoid routing grounding/earthing conductors in metal conduits. If the grounding/earthing conductor

must be routed through a metal conduit, bond each end of the conduit to the grounding/earthing

conductor. Use PANDUIT GPL series grounding clamps to bond to the conduit, a PANDUIT HTWC

HTAP with clear cover to bond to the grounding/earthing conductor, and a #6 AWG copper conductor

to connect the GPL grounding clamp to the HTWC HTAP.

Rack Grounding/Earthing

Equipment and racks shall be bonded in accordance with the methods prescribed in ANSI/TIA-942, as

is shown in the figure below.

Figure 1 - Properly Grounded/Earthed Rack (Back of Rack Shown)

To provide electrical continuity between rack elements, PANDUIT paint piercing grounding washers,

series RGW, shall be used where rack sections bolt together, on both sides, under the head of the bolt

and between the nut and rack.

Network Equipment

Electrostatic Discharge (ESD) Port

Standard EquipmentRack

Paint Piercing Grounding Washer

Aisle Ground

Rack Ground Strip

Common Bonding Network to Rack Jumper (Alternate Location)

Equipment Jumper

Common Bonding NetworkCommon Bonding Network to Rack Jumper

All racks and cabinets shall utilize a full-length rack ground strip, PANDUIT part number RGS134-

1Y, attached to the rear of the side rail with the thread-forming screws provided to ensure metal-to-

metal contact.

Mount an electrostatic discharge (ESD) port kit, PANDUIT part number RGESD2-1 directly to the

rack grounding strip on the back of the rack at approximately 48 inches from the floor. Mount a

second RGESD2-1 directly to the vertical mounting rail of the rack in the front at approximately the

same height. Use the thread-forming screws provided to form a bond to the rack. Place the ESD

protection identification stickers directly above the ESD ports.

When the equipment manufacturer provides a location for mounting a grounding connection, that

connection shall be utilized. Use the appropriate PANDUIT RG series jumper for the equipment being

installed and the thread-forming screws provided in the kit.

Use PANDUIT part number RGCBNJ660PY (Common Bonding Network to Rack Jumper) to attach

the rack ground strip to the common bonding network. Do not bond racks or cabinets serially. Use

the copper compression HTAP that comes with the kit to bond the conductor to the common bonding

network.

Patch panels will be bonded to racks using the PANDUIT bonding screws, part number RGTBS-C for

racks having #12-24 equipment mounting holes, and RGTBSM6-C for racks having M6 equipment

mounting holes.

Retrofit Rack Grounding/Earthing

If the racks already have network equipment installed, it may not be feasible to install the rack ground

strip without disrupting data cables. Further, it may be undesirable to disassemble rack hardware to

install paint piercing grounding washers. In these circumstances, the PANDUIT Retrofit Rack

Grounding Kits, PANDUIT part family RGR, are to be installed.

For retrofit rack grounding/earthing installations, use PANDUIT part number RGRKCBNJ to

ground/earth the rack to the common bonding network. Use PANDUIT part number RGEJ696

(provided with #6 AWG grounding conductor) or PANDUIT part number RGEJ1096 (provided with

#10 AWG grounding conductor) to ground/earth equipment chassis to the rack grounding busbar

provided with the RGRKCBNJ as is shown in the figure below.

Figure 2 - Retrofit Rack Grounding/Earthing

RGW paint piercing grounding washers are not used in this scenario. Thus, the grounding busbar

provides continuity through the vertical channels of the rack, but not the top and bottom of the rack.

Thus, wherever practical, the solution using the RGS rack grounding strip and the RGW paint piercing

washers shall be used instead of the retrofit rack grounding kits.

All other grounding/earthing requirements apply to retrofit installations without exception.

Rack Grounding Busbar

Grounding Jumper

Grounding Jumper

Network Equipment

Other

Use PANDUIT® STRUCTUREDGROUND™ Grounding System (STRUCTUREDEARTH™ Earthing System) in

every application possible. See http://www.panduit.com for the latest grounding and bonding

solutions.

Raceway System

If a raceway system is required to be installed, only where a cable cannot be placed in a wall, 25 feet

of Panduit Twin 70 raceway will be installed on the wall designated by the district. The raceway shall

be sized to fit the application with future group to be anticipated and shall not be filled past the 40%

ratio that TIA/EIA has set. All Twin 70 raceway shall be anchored and match the color used in the

building or as instructed by the district. All fittings shall be installed and match the color of the

raceway that included but not limited to drop ceiling clips, junction boxes, and coupler fittings. A

wire-retaining clip will be installed in each Twin 70 raceway system for possible separation of voice,

data and fiber cabling.

Conduit System

If conduit needs to be installed whether required by code or by the district it shall be installed

according to TIA/EIA, NEC and BISCI standards. The conduit shall be grounded and bonded at all

times.

4. CHANNEL PERFORMANCE

Scope This section further defines the complete end-to-end channel requirements for the combined channel

solution. Channel compliance is only applicable following successful compliance to individual component

specifications listed above. This section specifies the minimum requirements that cables, connecting

hardware and assembled patch cords must meet when combined into a full cabling system.

Normative Reference

Reference Documents The latest edition of referenced standards (from the latest available draft in the case of proposed

standards) shall be the controlling document. Where the standards appear to conflict with one another,

the one with the most stringent requirements shall be applicable.

ANSI/ICEA S-90-661 CSA UL 444 ANSI/TIA/EIA-568-A ISO/IEC 11801 CENELEC EN50173: 1995 NEC, NFPA70 NEMA WC-63/66 In addition to the requirements shown above, UTP cables shall previously meet the requirements of: ANSI/TIA/EIA-568-A-5 Category 5e ANSI/TIA/EIA-568-A Category 5 ISO/IEC 11801 Category 5 & 6 All connecting hardware and patch cords shall previously meet, as a minimum, all the requirements including the electrical and mechanical performance requirements of: CSA UL 1863 ANSI/TIA/EIA-568-A ISO/IEC 11801 ISO/IEC 60603-7 CENELEC EN50173: 1995 NEC, NFPA70 ANSI/TIA-942

Applicable Testing Standards Testing of individual components and channel shall be conducted in accordance with the following standards: ASTM D 4566-94, Standard Test Methods for Electrical Performance Properties of Insulation and Jackets for Telecommunications Wire and Cable, 1994 ANSI/TIA/EIA-568-A, Commercial Building Telecommunications Standard, 1995 ANSI/TIA/EIA-568-A-1, Propagation Delay and Delay Skew Specifications for 100 Ω 4-pair cable, 1997 ANSI/TIA/EIA-568-A-2, Corrections and Additions to TIA/EIA-568-A, 1998 ANSI/TIA/EIA-568-A-4, Production Modular NEXT Loss Test Method and Requirements for Unshielded Twisted Pair Cabling, 1999 ANSI/TIA/EIA-568-A-5, Transmission Performance Specifications for 4-pair 100 Ω Category 5e Cabling, 1999 ANSI/TIA/EIA-TSB 67, Transmission Performance Specifications for Field Testing of Unshielded Twisted Pair Cabling Systems, 1999 ISO/IEC 11801

Requirements Applicable Channels

Performance applies to 4-pair unshielded twisted pair cables, assembled patch cords and connecting

hardware used with 100 ohm, 4-pair Unshielded UTP Cables. Channel will consists of an equipment patch

cord, information outlet, horizontal cabling (90m) with a transition point near the information outlet (I/O),

two telecom closet connection points and patch cords for a total of 4 connection points, as shown below.

5. Installation Requirements In order for unshielded twisted-pair cabling infrastructure to deliver high-speed performance, it is

manufactured to very tight specifications. Consequently, to maintain the unshielded twisted-pair cabling

system performance proper installation practices must be followed. Listed below are some requirements

that shall be followed:

• Use of Tak-Tape cable ties in the computer room is required.

• Do not exceed the minimum bend of 4 x Outside Diameter (OD) for 4 pair UTP, 10 x OD

for multi pair (more than 4 pair) UTP, 1.18 in. for two fiber cable, and 10 x OD for multi

fiber cable.

• Per TIA/EIA 568-A never un-twist the pairs of cable beyond the absolute minimum

required for termination.

• The cable jacket on UTP shall only be stripped back the minimum required to terminate to

connecting hardware.

• Cable management panels shall be used when terminating cable.

• Maximum cable lengths shall not be exceeded.

• Properly rated patch cables will be provided and tested. Silver satin line cord is not

acceptable.

• All horizontal runs, moves, adds and changes must be documented. Link and Channel test

results must be provided.

• The use of different colored icons for jacks (e.g., one for data (BLUE), and one for voice

(BLACK) and different colored jacketed cables (which aide in cable identification and

administration) are required.

• Only one pin-out throughout the total installation (T568B) is allowed.

• Reinstalling cable that has been pulled out of modular furniture is not allowed.

• All penetrations through fire rated building structures (walls and floors) shall have a metal

stuffing pipe that extends 12” beyond each side of the building structure and sealed with an

appropriate fire stop system. This requirement applies to through penetrations (complete

penetration) and membrane penetrations (through one side of a hollow fire rated structure).

Any penetrating item i.e., riser slots and sleeves, cables, conduit, cable tray, and raceways,

etc. shall be properly fire stopped.

• Any penetration that must be made will be a 4” conduit extending 1” on both sides unless

otherwise specified and sealed with a Wiremold Flamestopper FS4R-RED and

FSPCC4758

• All Cable that the feel district deems not useable must be removed for the cabling

infrastructure

6. Labeling and Documentation

• Each cable shall be labeled.

• Each identifier shall be unique and conform to the TIA/EIA-606 standard.

• Components shall be marked where they are administrated (label at all punch down points, panels, blocks, outlets, etc.).

• Moves, adds or changes: all labels, records, and reports shall be updated.

• All pathways labeled (conduit, trays etc.).

• All dedicated telecommunications grounding bus bars shall be labeled.

• All WAO shall have labels on the plate and on the jack

Cross-connect fields shall be labeled according to ANSI/TIA/EIA 606.

Contractor shall supply final As-Built drawings to The Laredo Independent School District to cutover. These

drawings shall show details of each WAO, IDF locations and cable routings. All drawings are to be saved

electronically in AutoCAD format

Test documentation shall be provided in a three-ring binder(s) within three weeks after the completion of

the project. The binder(s) shall be clearly marked on the outside front cover and spine with the words

“Test Results”, the project name, and the date of completion (month and year). The test equipment by

name, manufacturer, model number and last calibration date will also be provided at the end of the

document. The test document shall detail the test method used and the specific settings of the equipment

during the test.

All test documents are to be saved in electronic format utilizing MS Excel, MS WORD, MS Access or

AutoCAD .dwg.

Grounding

Grounding shall meet the requirements of the NEC and additionally grounding bonding shall conform

with ANSI/TIA/EIA-607, ANSI/TIA-942 and the Emerald book and the above mentioned specifications.

7. Testing and Certification

Testing of all installed “Basic Links” shall be performed using a Level II hand held tester and performed

to the latest revision of TIA/EIA TSB-67 and TSB95. All reports shall be recorded and presented to the

end user before acceptance

Testing Testing of cabling shall be performed prior to system cut-over, 100 percent of the UTP horizontal and

riser pairs shall be tested for opens, shorts, polarity reversals, transposition and presence of AC voltage.

UTP voice, data and building control device horizontal wiring pairs shall be tested to TIA/EIA 568A

addendum 1, 2, 5 and TSB-67 and TSB-95 from the information outlet to the TC and from the TC to the

information outlet. In addition, all assigned circuits shall be tested from the information outlet/building

control device to the MDF.

High speed unshielded twisted pair (UTP) data cable shall be performance verified using an

automated test set. This test set shall be capable of testing for the continuity and length parameters

defined above, and provide results for the following tests:

Near End Cross-Talk (NEXT) Power Sum Near End CrossTalk (PSNEXT) Attenuation Ambient Noise Attenuation to CrossTalk Ratio (ACR) Line Mapping Cable Length Return Loss Equal Level Far-End CrossTalk (ELFEXT) Power Sum Equal Level Far-End CrossTalk (PSELFEXT) Propagation Delay Delay Skew

Test results shall be automatically evaluated by the equipment, using the most up-to-date criteria

from the TIA/EIA Standard, and the result shown as pass/fail. Test results shall be printed directly

from the test unit or from a download file using an application from the test equipment

manufacturer. The printed test results shall include all tests performed, the expected test result and

the actual test result achieved.

Contractor shall have the most up-to-date Personality module at time of testing that is put out by a Panduit

approve cable tester manufacture.

Workmanship Components of the premise distribution system shall be installed in a neat, orderly manner consistent with

the best telephone and data installation practices. Wiring color codes shall be strictly observed and

termination shall be uniform throughout. Identification marking and systems shall be uniform, permanent

and readable and in accordance with TIA/EIA-606 standards. TIA/EIA 568A wiring codes as shown on

the drawings shall standardize all twisted pair wiring.

Inspection

On-going inspections shall be performed during construction by the The Laredo Independent School District

Project Manager and Installation Project Managers. All work shall be performed in a high quality

craftsman manner and the overall appearance shall be clean, neat and orderly. The following points will

be examined:

• Is the design documentation complete? Are all cables properly labeled from end-to-end?

• Have all terminated cables been properly tested in accordance with the specifications for the

required performance Level as well as tested for opens, shorts, polarity reversals, transposition and

presence of AC and/or DC voltage?

• Is the cable type suitable for its pathway? Are the cables bundled in parallel?

• Have the pathway manufacturer’s guidelines been followed? Are all cable penetrations installed

properly and fire stopped according the code?

• Have the contractors avoided excessive cable bending?

• Have potential EMI and RFI sources been considered?

• Is Cable Fill correct?

• Are hanging supports within 1.5 meters (5 ft)?

• Does hanging cable exhibit some sag?

• Are telecommunications closet terminations compatible with applications equipment?

• Have Patch Panel instructions been followed?

a) Jacket removal point b) Termination positions c) All pair terminations tight with minimal pair distortions d) Twists maintained up to the Index Strip

• Have Modular Panel instructions been followed?

a) Cable dressing first b) Jackets remain up to the Connecting Block c) All pair terminations tight and undistorted d) Twists maintained up to the Connecting Block

• Are the correct outlet connectors used and turned right side up?

• Are identification markings uniform, permanent and readable?

Warranty

Product Warranty and System Assurance Warranty for this Structured Cabling System shall be provided.

Upon successful completion of the installation and subsequent testing by the installer, The Laredo

Independent School District shall be provided with a 25 Year Warranty certificate registering the installation

by specified suppliers.

8. Final Acceptance

During the three-week period between final inspection and delivery of the test and as-built documentation, the

Owner will activate the cabling system. The Owner will validate operation of the cabling system during this

period. If the Owner is not able or willing to activate the cabling system at this time, it will not negate the

contractor’s responsibilities as outlined in this document. This validation may be done, as network equipment

becomes available.

Completion of the installation, in-progress and final inspections, receipt of the test validation, as-built

documentation, and successful system performance for a one-month period, will constitute acceptance of the

system. Also manufacture warranty paperwork must be filed and presented to the district.

CAT- 6E Cabling Requirements:

1. INTRODUCTION

The intent of this RFP is to establish the general specifications for a premises structured cabling system, which will meet the voice, video, and data communication needs of Laredo Independent School District . Laredo Independent School District requests that prospective vendors provide pricing for labor and materials for a Panduit Category 6E installation at all locations in this RFP. Installation is to include all pathway construction and copper cabling. The system is to be fully tested, documented and supported by a 25-year Panduit warranty program. The System offered and quoted, shall incorporate all features and facilities listed in this specification. Please quote labor plus materials and labor only.

2. RESPONSIBILITIES Customer Responsibilities:

Laredo Independent School District is responsible for the following:

• Allowing the contractor’s employees free access to the premises and facilities at all reasonable

hours during the installation. • Providing access to 120 volt, 20 AMP, 60 Hz commercial power necessary for the installation and

for future telecommunications equipment, or comparable 240 volt power. • Making alterations and repairs to the building, equipment or services if it is determined by the

company to be desirable or necessary for safe operation. • Making inspections when notified by the contractor that the equipment or any part thereof is

ready for acceptance.

• Participation in a joint communications plan.

Contractor Responsibilities:

• Maintain a Panduit Certified System Integrator Certification Prior to and thru-out the bid

process and work being preformed.

• Providing all supervision, labor, tools, equipment, materials, transportation, erection, construction, unloading, inspection and inventory housing. Must also return spare material as specified.

• Furnishing and installing materials for a complete structured cabling system unless specific

provisioning or installation of materials is denoted in this RFP.

• Obtaining Laredo Independent School District permission before proceeding with any work necessitating cutting into or through any part of the building structure such as girders, beams, concrete, tile floors or partition ceilings.

• Promptly repairing all damage to the building due to carelessness of contractor employees and

exercising reasonable care to avoid any damage to the building. Reporting to Laredo Independent School District any damage to the building that may exist or may occur during the contractor’s occupancy of the building.

• Taking necessary steps to ensure that required fire fighting apparatus is accessible at all times.

Flammable materials shall be kept in suitable places outside the building.

• Installing the wire, cable and hardware in accordance with the specifications outlined herein.

• Conducting tests and inspections as specified post-installation.

• Promptly notifying Laredo Independent School District at least one week prior to completion of work on equipment wherein such portions are ready for inspection.

• Promptly correcting all defects for which contractor is responsible as determined by Laredo

Independent School District. . • Coordinating all work with Laredo Independent School District representative that

may be designated at a future date before the commencement of the installation.

• Maintaining insurance and appropriate warranty bonds on the proposed distribution system until such time as it is accepted by Laredo Independent School District.

• Removing all tools, equipment, rubbish and debris from the premises and leaving the premises

clean and neat upon completion of the work.

• Abiding by the safety and security rules in force on the work site per local and governmental regulation.

• Following industry standard installation practices and as defined by Section 8.

3. SYSTEM REQUIREMENTS

Category 6E Cable –

Each Work Area Outlet shall consist of Panduit Category 6E Plenum cables from designated MDF or IDF to

each area; number of cables described in accompanying documentation.

Panduit PUP6504BU-U Cat 6 Plenum Cable

Category 6E Patch Panels

Adequate patch panel ports are to be supplied in MDF to accommodate the number of WAO’s in this RFP.

All Patch Panels must be of modular design.

Panels are to be 24 or 48 Ports only. 96 Port Panels will not be accepted.

Panduit 24 Port Angled MiniCom Part # CPPLA24WBLY

Panduit 48 Port MiniCom Part # CPPLA48WBLY

Panduit Category 6E Inserts Panduit CJ688TGGR Green Panduit CJ688TGBU Blue Panduit CJ688TGRD Red Panduit CJ688TGOR Orange Panduit CJ688TGYL Yellow

Patch cables (Replace # sign with length) Panduit UTPSP#GRY Green Panduit UTPSP#BUY Blue Panduit UTPSP#RDY Red Panduit UTPSP#ORY Orange Panduit UTPSP#YLY Yellow

Patch cables and patch panel jacks in MDF’s and IDF’s must match in color. (I.e. red patch cable goes in a red

jack) Use appropriate lengths to obtain a dressed appearance.

All patch cords, cable, jacks, patch panels and any other device used in the cabling system must be labeled using

Panduit Labels.

All drops including phone will be rack mounted.

Contractor will supply the racks and wire management detailed below

Panduit NetFrame Racks NFR84

Vertical wire manager fingers NFBRFK

Vertical wire manager doors (Single Rack) (4) NFD884

Vertical wire manager doors (Two or more racks) (4) NFD1284

Vertical slack manager (2) NFVSM4

Ladder rack brackets NFLRB

End Panels for NetFrame (Two per rack install) NFEP

Wire Management Panels are to be installed above and below each Patch Panel unless using angled patch

panels then you will give the wire manager to the district to store for use. Panduit Wire Management

WMP1E;

Each Rack will have at least one of each of these items installed

CMRPSH20 Power Strip

NFSHLF19X25 NetFrame Shelf

CMUT19 Upper tray

CMLT19 Lower tray

Cabinet details are below. Wall Mount Cabinets NC24S Wall Mount Cabinet for all wall mount applications NCFK Wall Mount Cabinet Fan Kit NCGK Wall Mount Cabinet Grounding Kit HC4BL6 Wire Manager Cover for Wall NCSM12 Wall Mount Cabinet Vertical Slack Manager Free Standing Cabinet CN1 7’ Free Standing Cabinet for all other applications CNAE1 Cabinet Vent for Cisco 6509 NF4PSHLF19X23 Cabinet Shelf 23” Deep Each Cabinet will have at least one of each of these items installed CMRPSH20 Power Strip Each Portable that is cabled will require Panduit Corp. PZAEWM3 PanZone Active Wall Mount Enclosure Panduit Corp. PZAELOCK PanZone Enclosure Lock

Fiber Optic Cable – Back Bone between closets

Each telecommunication closet shall have a fiber run of 24 fiber enhanced 10 Gig 50/125 (OM3)

Indoor/Outdoor Innerlocking Armour plenum cable (Part number FOPPX24Y) Manufactured by Panduit

Corporation. If the fiber optic run is over 500M Panduit 24 fiber Singlemode Indoor/Outdoor Innerlocking

Armour Plenum (Part number FSPP924Y) must be used. If a connection between buildings is required an

Outside Plant cable must be used.

Fiber Optic Connecting Hardware

Panduit fiber optic patch cord matching the fiber optic run will be supplied for each fiber connection. Each 2

fibers in the system will have a fiber patch cord supplied with it. A fiber optic patch cord must be tested and

labeled according to TIA/EIA Standards. Panduit Part number for these patch cord is as follows:

LC/LC Multimode Duplex Patch Cord – FXE10-10M2Y

LC/LC Singlemode Duplex Patch Cord – F9E10-10M2Y

Contractor will supply fiber optic hardware to match the fiber cable being install that is listed below

LC 10 Gig Multimode Opti-Cam Connector FLCDMCXAQY

LC Singlemode Opti-Cam Connector FLCDSCBUY

OPTICOM Rack Mount Enclosure 1U FRME1

2U FRME2

3U FRME3

4U FRME4

OPTICOM LC 10 Gig Adapter Panel 12 Pack FAP12WAQDLCZ

OPTICOM LC Singlemode Adapter Panel 12 Pack FAP12WBUDLCZ

Work Area Outlets

One patch cable on the WAO and one patch cable on the MDF or IDF is to be supplied per port

WAO Cat 6E copper patch cables - UTPSP#BUY

Panduit Tamper Resistant Faceplate 4 ports – UICFPRTR4**

Panduit Category Cat 6E Inserts – CJ688TGBU BLUE.

Panduit Jack Blockouts – PSL-PCJB

Use Panduit TIA/EIA 606 compliant labeling

All items will be labeled with a Panduit LS8.

5 meters slack to be provided at each installed WAO

Pathways

Cables and raceways shall be rated according to EIA/TIA for the environment in which they are to be placed.

Vertical support for cable shall be no greater than 4’ intervals.

Open top cable supports shall be available as a pathway for communication cabling. The J-Mod cable

supports shall be manufactured from a non-conductive material suitable for use in air-handling spaces. The

cable support must maintain complete horizontal and vertical 1” bend radius control and must manage up to

forty-eight 4-pair UTP cables. The system must allow for the ability to add future cable routing capacity. The

cable support must provide the ability to securely retain the cable bundle with Tak-Tape cable ties. Panduit J-

Mod system part number shall be used. No more then forty-eight 4-pair UTP Category 6E cables shall be

installed in each J-Mod. A second J-Mod will be used to house the 10 Gig fiber cable. Fiber cable will be

housed in it own J-Mod.

Vendor is responsible for installing all pathway structures for this project.

Ladder racks will connect the Patch racks with the server racks.

If threaded rod is used to connect the Ladder Rack to the Ceiling for support Panduit threaded rod covers

must cover each threaded rod.

Panduit cable management waterfall systems shall be utilized to transfer communication cable from ladder

racks to enclosures or equipment racks below. These cable management waterfall systems shall maintain 1”

bend radius control in both vertical and horizontal directions. The system shall be modular in order to allow for

multiple widths.

Panduit stackable cable rack spacers shall be utilized to route bulk fiber optic cable or high performance

copper communication cable bundles in all telecommunication closets. Stackable cable rack spacers shall be

utilized in communication closets and other interior locations where cables and cable bundles are routed along

traditional ladder racks that consist of rungs and stringers. The stackable cable rack spacers shall be applied on

every rung up to a recommended maximum stack height. Dovetail slots and a positive latching mechanism

shall provide a secure locking feature.

Ground and Bonding

Definitions

Bonding – The permanent joining of metallic parts to form an electrically conductive path that will

assure electrical continuity and the capacity to conduct safely any current likely to be imposed.

Common Bonding Network (CBN) – The principal means for affecting bonding and earthing inside a

building.

Ground/Earth – A conducting connection, whether intentional or incidental, by which an electric

circuit or equipment is connected to earth, or to some conducting body of relatively large extent that

serves in place of the earth.

Retrofit Rack Grounding/Earthing – The application of grounding/earthing products and technology

where equipment is already deployed and functioning.

Overview

The purpose of the grounding/earthing system is to create a low impedance path to earth ground for

electrical surges and transient voltages. Lightning, fault currents, circuit switching (motors turning on

and off), and electrostatic discharge are common causes of these surges and transient voltages. An

effective grounding/earthing system minimizes the detrimental effects of these electrical surges, which

include degraded network performance and reliability and increased safety risks.

The grounding/earthing system must be intentional, visually verifiable, adequately sized to handle

expected currents safely, and directs these potentially damaging currents away from sensitive network

equipment. As such, grounding/earthing must be purposeful in its design and installation. Four issues

require special consideration:

5. Although AC powered equipment typically has a power cord that contains a ground/earth wire, the

integrity of this path cannot be easily verified. Thus, many equipment manufacturers require

grounding/earthing above and beyond that which is specified by local electrical codes, such as the

National Electrical Code, etcetera. Always follow the grounding/earthing recommendations of the

manufacturer when installing equipment.

6. While the building steel and metallic water piping must be bonded to the grounding/earthing

system for safety reasons, neither may be substituted for the telecommunications bonding backbone

(TBB).

7. Electrical continuity throughout each rack or cabinet is required to minimize safety risks.

Hardware typically supplied with bolt-together racks is not designed for grounding/earthing purposes.

Additionally, most racks are painted. Paint is an insulator. Unless rack members are deliberately

bonded, continuity between members is incidental, and in many cases, unlikely.

8. Any metallic component that is part of the data center, including equipment, racks, ladder racks,

enclosures, cable trays, etc. must be bonded to the grounding system.

Workmanship

The ground/earth system must be designed for high reliability. Therefore, the grounding/earthing

system shall meet following criteria:

8. Local electrical codes shall be adhered to. 9. The grounding/earthing system shall comply with J-STD-607-A and ANSI/TIA-942.

10. All grounding/earthing conductors shall be copper. 11. Lugs, HTAPs, grounding strips, and busbars shall be UL Listed and made of premium quality tin-

plated electrolytic copper that provides low electrical resistance while inhibiting corrosion.

Antioxidant shall be used when making bonding connections in the field.

12. Wherever possible, two-hole lugs shall be used because they resist loosening when twisted

(bumped) or exposed to vibration. All lugs shall be irreversible compression and meet NEBS Level 3

as tested by Telcordia. Lugs with inspection windows shall be used in all non-corrosive environments

so that connections may be inspected for full conductor insertion (battery rooms are an exception

where windowless lugs may be used).

13. Die index numbers shall be embossed on all compression connections to allow crimp inspection.

14. Cable assemblies shall be UL Listed and CSA Certified. Cables shall be a distinctive green or

green/yellow in color, and all jackets shall be UL, VW-1 flame rated.

Grounding/Earthing and Bonding

The Telecommunications Grounding Busbar (TGB) in each telecommunications space will be

grounded/earthed to the Telecommunications Main Grounding Busbar (TMGB) located at the service

entrance. The gauge of the connecting ground/earth cable, known as the Telecommunications

Bonding Backbone (TBB) will follow J-STD-607-A guidelines, as is shown in the table below.

Sizing of the TBB TBB Length in Linear meters (feet) TBB Size (AWG)

Less than 4 (13) 6 4-6 (14-20) 4 6-8 (21-26) 3 8-10 (27-33) 2

10-13 (34-41) 1 13-16 (42-52) 1/0 16-20 (53-66) 2/0

Greater than 20 (66) 3/0

The TMGB will be bonded to building steel and grounded/earthed to the electrical service ground

according to BICSI TDM Manual and J-STD-607-A guidelines. Local codes may supersede these

requirements. In telecommunications spaces with only one rack, the rack jumper cable can be

connected directly to the TGB.

Cable Sizes for Other Grounding/Earthing Applications Purpose Copper Code Cable Size

Aisle grounds (overhead or under floor) of the common bonding

network

#2 AWG or larger (1/0 preferred)

Bonding conductor to each PDU or panel board serving the room.

Size per NEC 250.122 & manufacturer recommendations

Bonding conductor to HVAC equipment

6 AWG

Building columns 4 AWG Cable ladders and trays 6 AWG

Conduit, water pipe, duct 6 AWG

Components, Kits, and Hardware

PANDUIT® STRUCTUREDGROUND™ Grounding System (STRUCTUREDEARTH™ Earthing System) kits,

components, and hardware shall be used to construct the grounding/earthing system.

Use PANDUIT GB4 series BICSI/J-STD-607-A telecommunications grounding busbars for the

TMGB, which is ideally located at the AC service entrance. Use a PANDUIT GB2 series busbar for

the TGB in each of the other telecommunications/equipment spaces throughout the building. Use

PANDUIT LCC-W series lugs when connecting conductors to the TMGB and TGB.

Route the TBB to each TGB in as straight a path as possible. The TBB should be installed as a

continuous conductor, avoiding splices where possible. Use PANDUIT HTAP kits, family HTWC, to

provide a tap from the TBB to each TGB. When more than one TBB is used, bond them together

using the TGBs on the top floor and every third floor in between with a conductor known as a

grounding equalizer (GE). Use the J-STD-607-A guidelines for sizing of the TBB when sizing the GE

(shown in the table above).

Avoid routing grounding/earthing conductors in metal conduits. If the grounding/earthing conductor

must be routed through a metal conduit, bond each end of the conduit to the grounding/earthing

conductor. Use PANDUIT GPL series grounding clamps to bond to the conduit, a PANDUIT HTWC

HTAP with clear cover to bond to the grounding/earthing conductor, and a #6 AWG copper conductor

to connect the GPL grounding clamp to the HTWC HTAP.

Rack Grounding/Earthing

Equipment and racks shall be bonded in accordance with the methods prescribed in ANSI/TIA-942, as

is shown in the figure below.

Figure 3 - Properly Grounded/Earthed Rack (Back of Rack Shown)

Network Equipment

Electrostatic Discharge (ESD) Port

Standard EquipmentRack

Paint Piercing Grounding Washer

Aisle Ground

Rack Ground Strip

Common Bonding Network to Rack Jumper (Alternate Location)

Equipment Jumper

Common Bonding NetworkCommon Bonding Network to Rack Jumper

To provide electrical continuity between rack elements, PANDUIT paint piercing grounding washers,

series RGW, shall be used where rack sections bolt together, on both sides, under the head of the bolt

and between the nut and rack.

All racks and cabinets shall utilize a full-length rack ground strip, PANDUIT part number RGS134-

1Y, attached to the rear of the side rail with the thread-forming screws provided to ensure metal-to-

metal contact.

Mount an electrostatic discharge (ESD) port kit, PANDUIT part number RGESD2-1 directly to the

rack grounding strip on the back of the rack at approximately 48 inches from the floor. Mount a

second RGESD2-1 directly to the vertical mounting rail of the rack in the front at approximately the

same height. Use the thread-forming screws provided to form a bond to the rack. Place the ESD

protection identification stickers directly above the ESD ports.

When the equipment manufacturer provides a location for mounting a grounding connection, that

connection shall be utilized. Use the appropriate PANDUIT RG series jumper for the equipment being

installed and the thread-forming screws provided in the kit.

Use PANDUIT part number RGCBNJ660PY (Common Bonding Network to Rack Jumper) to attach

the rack ground strip to the common bonding network. Do not bond racks or cabinets serially. Use

the copper compression HTAP that comes with the kit to bond the conductor to the common bonding

network.

Patch panels will be bonded to racks using the PANDUIT bonding screws, part number RGTBS-C for

racks having #12-24 equipment mounting holes, and RGTBSM6-C for racks having M6 equipment

mounting holes.

Retrofit Rack Grounding/Earthing

If the racks already have network equipment installed, it may not be feasible to install the rack ground

strip without disrupting data cables. Further, it may be undesirable to disassemble rack hardware to

install paint piercing grounding washers. In these circumstances, the PANDUIT Retrofit Rack

Grounding Kits, PANDUIT part family RGR, are to be installed.

For retrofit rack grounding/earthing installations, use PANDUIT part number RGRKCBNJ to

ground/earth the rack to the common bonding network. Use PANDUIT part number RGEJ696

(provided with #6 AWG grounding conductor) or PANDUIT part number RGEJ1096 (provided with

#10 AWG grounding conductor) to ground/earth equipment chassis to the rack grounding busbar

provided with the RGRKCBNJ as is shown in the figure below.

Figure 4 - Retrofit Rack Grounding/Earthing

RGW paint piercing grounding washers are not used in this scenario. Thus, the grounding busbar

provides continuity through the vertical channels of the rack, but not the top and bottom of the rack.

Rack Grounding Busbar

Grounding Jumper

Grounding Jumper

Network Equipment

Thus, wherever practical, the solution using the RGS rack grounding strip and the RGW paint piercing

washers shall be used instead of the retrofit rack grounding kits.

All other grounding/earthing requirements apply to retrofit installations without exception.

Other

Use PANDUIT® STRUCTUREDGROUND™ Grounding System (STRUCTUREDEARTH™ Earthing System) in

every application possible. See http://www.panduit.com for the latest grounding and bonding

solutions.

Raceway System

If a raceway system is required to be installed, only where a cable cannot be placed in a wall, 25 feet

of Panduit Twin 70 raceway will be installed on the wall designated by the district. The raceway shall

be sized to fit the application with future group to be anticipated and shall not be filled past the 40%

ratio that TIA/EIA has set. All Twin 70 raceway shall be anchored and match the color used in the

building or as instructed by the district. All fittings shall be installed and match the color of the

raceway that included but not limited to drop ceiling clips, junction boxes, and coupler fittings. A

wire-retaining clip will be installed in each Twin 70 raceway system for possible separation of voice,

data and fiber cabling.

Conduit System

If conduit needs to be installed whether required by code or by the district it shall be installed

according to TIA/EIA, NEC and BISCI standards. The conduit shall be grounded and bonded at all

times.

4. CHANNEL PERFORMANCE

Scope This section further defines the complete end-to-end channel requirements for the combined channel

solution. Channel compliance is only applicable following successful compliance to individual component

specifications listed above. This section specifies the minimum requirements that cables, connecting

hardware and assembled patch cords must meet when combined into a full cabling system.

Normative Reference

Reference Documents The latest edition of referenced standards (from the latest available draft in the case of proposed

standards) shall be the controlling document. Where the standards appear to conflict with one another,

the one with the most stringent requirements shall be applicable.

ANSI/ICEA S-90-661 CSA UL 444 ANSI/TIA/EIA-568-A ISO/IEC 11801 CENELEC EN50173: 1995 NEC, NFPA70 NEMA WC-63/66 In addition to the requirements shown above, UTP cables shall previously meet the requirements of: ANSI/TIA/EIA-568-A-5 Category 5e ANSI/TIA/EIA-568-A Category 5 ISO/IEC 11801 Category 5 & 6 All connecting hardware and patch cords shall previously meet, as a minimum, all the requirements including the electrical and mechanical performance requirements of: CSA UL 1863 ANSI/TIA/EIA-568-A ISO/IEC 11801 ISO/IEC 60603-7 CENELEC EN50173: 1995 NEC, NFPA70 ANSI/TIA-942

Applicable Testing Standards Testing of individual components and channel shall be conducted in accordance with the following standards: ASTM D 4566-94, Standard Test Methods for Electrical Performance Properties of Insulation and Jackets for Telecommunications Wire and Cable, 1994 ANSI/TIA/EIA-568-A, Commercial Building Telecommunications Standard, 1995 ANSI/TIA/EIA-568-A-1, Propagation Delay and Delay Skew Specifications for 100 Ω 4-pair cable, 1997 ANSI/TIA/EIA-568-A-2, Corrections and Additions to TIA/EIA-568-A, 1998 ANSI/TIA/EIA-568-A-4, Production Modular NEXT Loss Test Method and Requirements for Unshielded Twisted Pair Cabling, 1999 ANSI/TIA/EIA-568-A-5, Transmission Performance Specifications for 4-pair 100 Ω Category 5e Cabling, 1999 ANSI/TIA/EIA-TSB 67, Transmission Performance Specifications for Field Testing of Unshielded Twisted Pair Cabling Systems, 1999 ISO/IEC 11801

Requirements

Applicable Channels Performance applies to 4-pair unshielded twisted pair cables, assembled patch cords and connecting

hardware used with 100 ohm, 4-pair Unshielded UTP Cables. Channel will consists of an equipment patch

cord, information outlet, horizontal cabling (90m) with a transition point near the information outlet (I/O),

two telecom closet connection points and patch cords for a total of 4 connection points, as shown below.

5. Installation Requirements In order for unshielded twisted-pair cabling infrastructure to deliver high-speed performance, it is

manufactured to very tight specifications. Consequently, to maintain the unshielded twisted-pair cabling

system performance proper installation practices must be followed. Listed below are some requirements

that shall be followed:

• Use of Tak-Tape cable ties in the computer room is required.

• Do not exceed the minimum bend of 4 x Outside Diameter (OD) for 4 pair UTP, 10 x OD

for multi pair (more than 4 pair) UTP, 1.18 in. for two fiber cable, and 10 x OD for multi

fiber cable.

• Per TIA/EIA 568-A never un-twist the pairs of cable beyond the absolute minimum

required for termination.

• The cable jacket on UTP shall only be stripped back the minimum required to terminate to

connecting hardware.

• Cable management panels shall be used when terminating cable.

• Maximum cable lengths shall not be exceeded.

• Properly rated patch cables will be provided and tested. Silver satin line cord is not

acceptable.

• All horizontal runs, moves, adds and changes must be documented. Link and Channel test

results must be provided.

• The use of different colored icons for jacks (e.g., one for data (BLUE), and one for voice

(BLACK) and different colored jacketed cables (which aide in cable identification and

administration) are required.

• Only one pin-out throughout the total installation (T568B) is allowed.

• Reinstalling cable that has been pulled out of modular furniture is not allowed.

• All penetrations through fire rated building structures (walls and floors) shall have a metal

stuffing pipe that extends 12” beyond each side of the building structure and sealed with an

appropriate fire stop system. This requirement applies to through penetrations (complete

penetration) and membrane penetrations (through one side of a hollow fire rated structure).

Any penetrating item i.e., riser slots and sleeves, cables, conduit, cable tray, and raceways,

etc. shall be properly fire stopped.

• Any penetration that must be made will be a 4” conduit extending 1” on both sides unless

otherwise specified and sealed with a Wiremold Flamestopper FS4R-RED and

FSPCC4758

• All Cable that the feel district deems not useable must be removed for the cabling

infrastructure

6. Labeling and Documentation

• Each cable shall be labeled.

• Each identifier shall be unique and conform to the TIA/EIA-606 standard.

• Components shall be marked where they are administrated (label at all punch down points, panels, blocks, outlets, etc.).

• Moves, adds or changes: all labels, records, and reports shall be updated.

• All pathways labeled (conduit, trays etc.).

• All dedicated telecommunications grounding bus bars shall be labeled.

• All WAO shall have labels on the plate and on the jack

Cross-connect fields shall be labeled according to ANSI/TIA/EIA 606.

Contractor shall supply final As-Built drawings to The Laredo Independent School District to cutover. These

drawings shall show details of each WAO, IDF locations and cable routings. All drawings are to be saved

electronically in AutoCAD format

Test documentation shall be provided in a three-ring binder(s) within three weeks after the completion of

the project. The binder(s) shall be clearly marked on the outside front cover and spine with the words

“Test Results”, the project name, and the date of completion (month and year). The test equipment by

name, manufacturer, model number and last calibration date will also be provided at the end of the

document. The test document shall detail the test method used and the specific settings of the equipment

during the test.

All test documents are to be saved in electronic format utilizing MS Excel, MS WORD, MS Access or

AutoCAD .dwg.

Grounding

Grounding shall meet the requirements of the NEC and additionally grounding bonding shall conform

with ANSI/TIA/EIA-607, ANSI/TIA-942 and the Emerald book and the above mentioned specifications.

7. Testing and Certification Testing of all installed “Basic Links” shall be performed using a Level II hand held tester and performed

to the latest revision of TIA/EIA TSB-67 and TSB95. All reports shall be recorded and presented to the

end user before acceptance

Testing Testing of cabling shall be performed prior to system cut-over, 100 percent of the UTP horizontal and

riser pairs shall be tested for opens, shorts, polarity reversals, transposition and presence of AC voltage.

UTP voice, data and building control device horizontal wiring pairs shall be tested to TIA/EIA 568A

addendum 1, 2, 5 and TSB-67 and TSB-95 from the information outlet to the TC and from the TC to the

information outlet. In addition, all assigned circuits shall be tested from the information outlet/building

control device to the MDF.

High speed unshielded twisted pair (UTP) data cable shall be performance verified using an

automated test set. This test set shall be capable of testing for the continuity and length parameters

defined above, and provide results for the following tests:

Near End Cross-Talk (NEXT) Power Sum Near End CrossTalk (PSNEXT) Attenuation Ambient Noise Attenuation to CrossTalk Ratio (ACR) Line Mapping Cable Length Return Loss Equal Level Far-End CrossTalk (ELFEXT) Power Sum Equal Level Far-End CrossTalk (PSELFEXT) Propagation Delay Delay Skew

Test results shall be automatically evaluated by the equipment, using the most up-to-date criteria

from the TIA/EIA Standard, and the result shown as pass/fail. Test results shall be printed directly

from the test unit or from a download file using an application from the test equipment

manufacturer. The printed test results shall include all tests performed, the expected test result and

the actual test result achieved.

Contractor shall have the most up-to-date Personality module at time of testing that is put out by a Panduit

approve cable tester manufacture.

Workmanship Components of the premise distribution system shall be installed in a neat, orderly manner consistent with

the best telephone and data installation practices. Wiring color codes shall be strictly observed and

termination shall be uniform throughout. Identification marking and systems shall be uniform, permanent

and readable and in accordance with TIA/EIA-606 standards. TIA/EIA 568A wiring codes as shown on

the drawings shall standardize all twisted pair wiring.

Inspection

On-going inspections shall be performed during construction by the Laredo Independent School District

Project Manager and Installation Project Managers. All work shall be performed in a high quality

craftsman manner and the overall appearance shall be clean, neat and orderly. The following points will

be examined:

• Is the design documentation complete? Are all cables properly labeled from end-to-end?

• Have all terminated cables been properly tested in accordance with the specifications for the

required performance Level as well as tested for opens, shorts, polarity reversals, transposition and

presence of AC and/or DC voltage?

• Is the cable type suitable for its pathway? Are the cables bundled in parallel?

• Have the pathway manufacturer’s guidelines been followed? Are all cable penetrations installed

properly and fire stopped according the code?

• Have the contractors avoided excessive cable bending?

• Have potential EMI and RFI sources been considered?

• Is Cable Fill correct?

• Are hanging supports within 1.5 meters (5 ft)?

• Does hanging cable exhibit some sag?

• Are telecommunications closet terminations compatible with applications equipment?

• Have Patch Panel instructions been followed?

e) Jacket removal point f) Termination positions g) All pair terminations tight with minimal pair distortions h) Twists maintained up to the Index Strip

• Have Modular Panel instructions been followed?

e) Cable dressing first f) Jackets remain up to the Connecting Block g) All pair terminations tight and undistorted h) Twists maintained up to the Connecting Block

• Are the correct outlet connectors used and turned right side up?

• Are identification markings uniform, permanent and readable?

Warranty

Product Warranty and System Assurance Warranty for this Structured Cabling System shall be provided.

Upon successful completion of the installation and subsequent testing by the installer, Laredo Independent

School District shall be provided with a 25 Year Warranty certificate registering the installation by

specified suppliers.

8. Final Acceptance

During the three-week period between final inspection and delivery of the test and as-built documentation, the

Owner will activate the cabling system. The Owner will validate operation of the cabling system during this

period. If the Owner is not able or willing to activate the cabling system at this time, it will not negate the

contractor’s responsibilities as outlined in this document. This validation may be done, as network equipment

becomes available.

Completion of the installation, in-progress and final inspections, receipt of the test validation, as-built

documentation, and successful system performance for a one-month period, will constitute acceptance of the

system. Also manufacture warranty paperwork must be filed and presented to the district.

Part 1:

NETWORK Hardware, Infrastructure and Video Refer to E-RATE 14 RFP

Spread Sheet

Part 2: MAINTENACE AND

TECHNICAL SUPPORT FOR EXISTING ELIGIBLE

HARDWARE AND CABLING Refer to ERATE 14 RFP

Spread Sheet

MAINTENANCE AND TECHNICAL SUPPORT Response Time Hours

Please indicate the guaranteed onsite response time in hours from the time that a call is placed by the district to the vendor.

Local Support Engineers Local Support

Please indicate the number of local engineers available within 50 miles of Laredo

Telephone Support Hours Please indicate the telephone

support hours that technical/engineering network support is available

(Ex: M-F, 8-5).

After Hours Support Hourly Rate Please indicate hourly rate for

after hours support (evenings and weekends).

Doubletime Support Hourly Rate Please indicate hourly rate for

double time support.

Exhibit # 1 Total Costs Summary Sheet

Project Hardware

Cabling & Installation

Installation & Configuration

Maint &

Tech Support Other

(Specify)

Total w/out Payment &

Performance Bond

Payment & Performance

Bond Total All Items with PP Bond Core Early College HS

Martin HS Heights ES Santa Maria ES

Sanchez Ochoa ES

Daiches ES Ryan ES Subtotal Network Upgrades

Options IPCelerate-

Cisco IP Phones-

CiscoWCS- Cisco Mobility Services Engine-

Cisco Security Manager-

IPICS-

EMC Backup

Recovery-

EMC Storage-

Cisco PhySec Server

Subtotal Options

Subtotal MaintTech Support

Totals

Deviations from Specifications or provide an attachment: ________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

J. Submission to District:

Consultants that submit proposals in response to this RFP must have the capability of providing the products and services listed under the project description of this RFP. Joint ventures or sub-consultants may be used. The District assumes no obligation of any kind for expenses incurred by any respondent to this solicitation. All submittals become the property of the District and will not be returned. The top evaluated firms may be invited for an interview to allow the District to ask specific questions about their proposals.

Firms should submit the following in a three ring binder with tabs:

1. Tab I- Proposal detailing requested information on this RFP (pages 2 –59).

2. Tab II- Submit all required forms (pages 60-68). It is the vendor’s responsibility to ensure that all forms are completed, filled and signed.

3. Tab III- Appendix documents

LAREDO INDEPENDENT SCHOOL DISTRICT

Submittal Checklist

Proposers are encouraged to complete and return this checklist and the required documents as a part of their response submittal. Failure to return any of the required documents may subject your proposal to disqualification. Indicate your responses under column “Proposer Use Only.” RFP# 11-009 Vendor: ____________________________

Item/Description Proposer Use Only

Laredo ISD Use Only

Yes No n/a Yes No n/a

1. Were one original and three copies of the offer submitted? 2. Have all envelopes, packages and other relevant information been properly

referenced and labeled with RFP#11-009?

3. Is proposal submitted with the date and time specified? 4. Is Form 2 Completed? 5. Is the Felony Conviction Notification completed and submitted? 6. Is the Conflict of Interest Questionnaire completed and submitted? 7. Is the W-9 form completed and submitted? 8. Is the Vendor Certification completed and submitted? 9. Is the Certification of Criminal History Record Informattion Forms completed and

submitted?

10. Have you submitted your company’s Certificates of Insurance(W Comp. /General Liability)

Vendor Signature _______________________________ Date _________________ Print Name and Title _______________________________________________________

For Laredo ISD Procurement Department Use Only

Reference No: 11-009 Vendor: ______________________________________ The purpose of this preliminary evaluation is to determine whether this proposal will proceed to the next step for consideration. Buyer must review and evaluate all submitted documents and complete the column “For Laredo ISD Use Only” on the table shown above. If answers to all required items (#’s 1 – 7) are answered “Yes”, then proceed for consideration. If anyone required item is answered “No”, then Decline for Consideration and state the reason for decline. [ ___ ] YES. Proceed for consideration. Buyer Initials: ________________ Date: _______________ [ ___ ] NO. Decline for consideration. Buyer Initials: ________________ Date: _______________

Reason(s) for decline: [ __ ] Missed timeline (Date and time received: ___________) [ __ ] Missing documentation as listed: ______________________________ [ __ ] Other *: ___________________________________________________ * Procurement Director Initials: _____________ Date: ________________

(* Director review and initials required when declined for other reasons.) Date Notice of Non Award mailed to Proposer: _____________ Buyer’s Initials: _________________

Required Document Form 1

LAREDO INDEPENDENT SCHOOL DISTRICT

Scope of Work/Specification Form

If this form is not entirely completed, proposer shall be disqualified.

Note: Vendor will be evaluated on criteria specified under General Condition number 8 in accordance with TEC §44.031(b). Please complete the questions below and the specifications included herewith. If a question is not applicable, please indicate “N/A.” COMPANY INFORMATION Company has been in business ________ years Doing business in Laredo and/or Texas ______ years Number of Employees: ________ Company Employer Identification Number (EIN): ________________ Include company biography and past experience and relationship with the district. Historically Underutilized Business (type): ________________ ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM (If applicable) Addendum No.:_____________ Date: ____________ Addendum No.: ___________ Date: ______________

I, as an authorized agent for the organization named below, certify that the information provided in the Scope of Work/Specifications has been reviewed by me and the information furnished is true and correct to the best of my knowledge. I acknowledge that I will abide by the General Conditions as specified within this invitation to bid and understand that these conditions become a part of any and all contracts that may be issued along with the Notice of Award. ____________________________________________________ _________________________________________ Signature of Authorized Representative Date

____________________________________________________ _________________________________________ Print Name and Title Organization Name

LAREDO INDEPENDENT SCHOOL DISTRICT

Felony Conviction Notification

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 information furnished is true to the best of my knowledge. Vendor’s Name: ______________________________________________________________ Authorized Representative of Company (please print): ____________________________________________ Please check off one box and sign the form in the appropriate space(s):

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 and 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 Date

Required Document Form 3

Texas Education Agency Code, 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.

LAREDO INDEPENDENT SCHOOL DISTRICT

Conflict of Interest Questionnaire

CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg. Regular Session. This questionnaire is being filled in accordance with Chapter 176. Local Government Code by a person who has a business relationship as defined b Section 176.001 (1-a). By law this questionnaire must be filed with the records administrator of the local government 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 offence if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor.

OFFICE USE ONLY

Date received

1] Name of person & business doing business with local governmental (District) entity.

2) Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated 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 affiliation or business relationship. __________________________________________________ Name of the 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 business relationship as defined by Section 176.001(1-a). 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 from the filer of the questionnaire? Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local government officer named in this section AND the taxable income is not from the local governmental entity? Yes No C. Is the filer of this questionnaire affiliated with a corporation or other business entity that the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes No D. Describe each affiliation or business relationship. 4) ____________________________________________ ___________________ Signature of person doing business with the governmental entity Date

Required Document Form 4 (pg. 1 )

Form W-9 (Rev. January 2007) Department of the

Treasury Internal Revenue

Service

Request for Taxpayer Identification Number and

Certification

Give form to the

requester. Do NOT send to the IRS.

Prin

t of t

ype

See

Spec

ific

Inst

ruct

ions

on

page

2

Name (as shown on your income tax return) Business name, if different from above. Individual/ Check appropriate box: Sole proprietor Corporation Partnership Limited liability company: Enter the tax classification=disregard entity, C=corporation, P=partnership - ------ -- Other (see instructions)

Exempt from backup

Address (number, street, and apt. or suite no.)

Requester’s name and address (optional) City, state and ZIP code

List account number(s) here (optional)

Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on Line 1 to avoid backup withholding. For individuals, this is your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the Part I Instructions on Page 3. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN on page 3. Note: If the account is in more than one name, see the chart on page 4 for guidelines on whose number to enter.

Social security number

or

Employer identification number

Part II Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3. I am a U.S. person (including a U.S. resident alien). Certification Instructions.-You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the Certification, but you must provide your correct TIN. (See the instructions on page 4.)

Sign Here

Signature of U.S. person Date

For further instructions on completing this form please visit the Internal Revenue Service Website at: http://www.irs.gov/pub/irs-pdf/fw9.pdf?portlet=3

LAREDO INDEPENDENT SCHOOL DISTRICT

Vendor Certification Forms

CERTIFICATION OF COMPLAINCE REGARDING TEXAS FAMILY CODE As per Section 14.52 of the Texas Family Code, added by S.B. 84, Acts, 73rd Legislature, R.S. (1993), all bidders must complete and submit with the bid the following affidavit: I, the undersigned vendor, do hereby acknowledge that NO sole proprietor, partner, majority shareholder of a corporation, or an owner of 10% or more of another business entity is 30 days or more delinquent in paying child support under a court order or a written repayment agreement. I understand that under this doe, a sole proprietorship, partnership, corporation or other entity in which a sole proprietor, partner, majority shareholder or a corporation, or an owner of 10% or more of another entity is 30 days or more delinquent in paying child support under a court order or a written repayment agreement is NOT eligible to bid or receive a state contract.

CERTIFICATION OF COMPLIANCE REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION – LOWER TIER COVERED TRANSACTIONS

This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 7CFR 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 regulations may be obtained by contracting the Department of Agriculture agency with which this transaction originated. http://www.access.gpo.gov/nara/cfr/waisidx_99/7cfr3017_99.html The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. APPLICABLE TO GRANTS, SUBGRANTS, COOPERATIVE AGREEMENTS, AND CONTRACTS EXCEEDING $100,000

IN FEDERAL FUNDS. Submission of this certification is a prerequisite for making or entering into this transaction and is imposed by section 1352, Title 31, U.S. Code. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Any person who fails to file the required certification shall be subject to civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned certifies, to the best of his/her knowledge and belief, that:

1. No Federal appropriated funds have been paid or will be paid or 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.

Required Document Form 6 (pg. 1 of 2)

LAREDO INDEPENDENT SCHOOL DISTRICT

Vendor Certification Forms - Continued

CERTIFICATION OF COMPLIANCE WITH EPA REGULATIONS APPLICABLE TO GRANTS, SUBGRANTS, COOPERATIVE AGREEMENTS, AND

CONTRACTS EXCEEDING $100,000 IN FEDERAL FUNDS I, the vendor, am in compliance with all applicable standards, orders or regulations issued pursuant to the Clean Air Act of 1970, as amended (42 U.S.C. 1857(h)), Section 508 of the Clean Water Act, as amended (33 U.S.C. 1368), Executive Order 117389 and Environmental Protection Agency Regulation, 40 CFR Part 15 as required under OMB Circular A-102, Attachment O, Paragraph 14(l) regarding reporting violations to the grantor agency and to the United States Environment Protection Agency Assistant Administrator for the Enforcement.

CERTIFICATION OF COMPLIANCE WITH THE DAVIS-BACON WAGE DETERMINATION ISSUED BY THE U.S. DEPARTMENT OF LABOR

I, the vendor, am in compliance with all applicable requirements issued by the U.S. Department of Labor. The Wage and Hour Division of the U.S. Department of Labor determines prevailing wage rates to be paid on federally funded or assisted construction projects. See U.S. Department of Labor site for prevailing wages for Webb County at http://www.gpo.gov/davisbacon/tx.html

CERTIFICATION OF COMPLIANCE WITH THE BUY AMERICA PROVISIONS I, the vendor, am in compliance with all applicable provisions of the Buy America Act. Purchases made in accordance with the Buy America Provision must still follow the applicable procurement rules calling for free and open competition. The Proposer agrees to comply with all laws, rules, regulations and ordinances of the Federal Government, the State of Texas, the County of Webb, and the City of Laredo. It is further acknowledged that Proposer certifies compliance with all provisions, laws, acts, regulations, etc. as noted above. ______________________________________ __________________________________________ Organization Name Address, City, State, and Zip Code ______________________________________ __________________________________________ Phone Fax ______________________________________ __________________________________________ Printed Name Title of Authorized Representative ______________________________________ E-Mail Address ______________________________________ ___________________________________________ Signature Date

Required Document Form 6 (pg. 2 of 2)

Laredo Independent School District Certification of Criminal History Record Information

SB 9, passed during the 80Ih Legislative Session, requires that all Texas public school districts receive certification from any entity with which it contracts to provide services that it has obtained a criminal history background check on all employees hired before January 1, 2008 who (1) have continuing duties related to contracted services; and (2) have direct contact with

students.

Although state law provides guidance as to which employees must have a criminal background check, there is no specific definition or description as to what equals an employee who (1) has continuing duties related to contracted services; and (2) has direct contact with students. The law states that the Commissioner of Education may adopt rules necessary to implement this requirement; however, at this time none have been adopted. Therefore, all entities and individuals who contract with the District to perform services, must complete the attached LISD Form Certification of Criminal History Record Information, that includes an information sheet related to the services to be performed and the duties related to those services that employees will be performing and the type of contact that those employees might have with students.

• Employees who are hired by an entity that contracts with a school district after January 1, 2008 must submit to national criminal history record information review which may include fingerprints and photographs

before serving in the capacity described.

At any time, a school district administrator, including a campus principal or designee, may request copies of the actual criminal background check or national criminal history record information review which may include fingerprints and photographs from the entity or individual who has contracted with the school district or may obtain from any law enforcement or criminal justice agency all criminal history record information that relates to an individual described above.

Required Document Form 7 (pg. 1 of 2)

The required criminal history record information can be obtained from either of the following: A law enforcement or criminal justice agency

A private entity that is a consumer reporting agency governed by the Fair Credit Reporting Act (15 U.S.C. Section 1681 et seq.)

The school district may not allow any employee of the entity or an individual to serve at the district if information is obtained through this review that the employee has been convicted of one of the following:

(1) A Title 5 felony offense (2) An offense requiring the individual to register as a sex offender (3) An offense under the laws of another state or federal law that is equivalent to a Title 5 felony in the state of Texas or that would require registration in the Texas sex offender databank.

Laredo Independent School District

Certification of Criminal History Record Information Please complete this form and attach it to your proposal packet response Vendor:___________________________________________________________________ Name ________________________________________________________________ Address / City / State / Zip Code RFP / CSP / RFCO / Bid Number:__11-009________________________________________ Answer Y for Yes or N for No:

Sect

ion

1 Will employees, including yourself, have continuing duties related to the proposal named above? Until it receives further guidance, the District considers "continuing duties" to mean repetitive work duties rather than a one time appearance or engagement.

Will those employees, including yourself, have direct contact with students? Until it receives further guidance, the District considers "direct contact" to mean services

that may be performed independently from school district staff involvement. Direct contact can include chance contact such as performing routine inspections or maintenance; contact with groups of students during organized activities; or more obvious examples such as tutoring or therapy. If either question is answered "no", vendor should complete section 2 of this form. If answer to both questions is "yes", vendor should complete section 3 of this form. I agree and understand employees of the company or individuals, including myself, who have not received the required criminal background check because the above description does not apply to

Sect

ion

2

them/myself will be considered visitors when on school campus and must follow school district and campus policies related to visitors on school campuses. ________________________________ _____________________________ Signature of Vendor Date ________________________________

Print Name I, ____________________________________________, certify that all employees, including myself, of the company that I own, operate, or manage, or myself as an independent contractor who have continuing

Sect

ion

3

duties related to the service to be performed on a Laredo Independent School District Campus and who also have direct contact with students have undergone the required criminal history background check or national criminal history record information review which may include fingerprints and photographs and that no prohibited contact as described herein was revealed. _______________________________ _________________________________

Signature of Vendor Date _______________________________ Print Name

Required Document Form 7 (pg. 2 of 2)

III. General Conditions

1. SUBMISSION, MODIFICATION, AND WITHDRAWAL OF RFP Submission - All proposals, whether delivered by hand or mail, are due in sealed envelopes and endorsed with RFP#11-009 E-Rate Round 14 Internal Connections/Basic Maintenance

a. no later than January 17, 2011 at 2:30 p.m. central standard time at the District’s Procurement Department located at 1702 Houston Street, Room 101, Laredo, Texas 78040 and stamped with date and time of delivery. Responses sent by overnight mail shall have quote number (RFP#11-009) and E-rate Round 14 Internal Connections/Basic Maintenance written on the delivery ticket. Quote must be signed by an authorized agent of the vendor that has authority to bind the vendor contractually. Please submit one (1) original and (4) copies of all required documents as listed on the Submittal Checklist, including the Proposal/Response Form and Scope of Work/Specification Form. For catalog proposals provide one (1) catalog with your submission and if awarded, be prepared to supply additional catalogs upon request. Proposals may not be faxed or e-mailed. Please refer to page 2-59 and appendix of this document for scope of services. Note: Bids/Proposals delivered to LISD central mail facility or LISD locations other than 1702 Houston Street, Room 101, Laredo, Texas, 78040 will not be considered “received” by the Purchasing Department until they arrive in the Purchasing Office (Room 101). LISD will not be responsible for delays in delivery resulting from need to transport a bid from another location or error or delays on the part of a carrier.

b. Modification - No response may be changed, amended, or modified, after the same has been submitted or filed in

response to this solicitation, except for obvious errors in extension. These modifications must be made by written or electronic notice in accordance with original submission terms.

c. Withdrawal/Resubmission - A Proposal may be withdrawn and resubmitted by written notice received by the District’s

Procurement Department prior to the exact hour and date specified on the proposal. A proposal may also be withdrawn in person by a vendor or an authorized representative, provided his/her identity is made known and he/she signs a receipt for the Proposal, but only if the withdrawal is made prior to the exact hour and date set for the receipt of proposals. Resubmissions may be done in accordance with the original submission terms in paragraph (a.) above.

2. LATE PROPOSAL

All bids delivered will be stamped with the date and time as proof they were received. The date and time on the Laredo ISD Procurement Department date time stamper shall be the official time of receipt. If a proposal is received after the stated date and time, it will be considered late and will not be opened. These proposals will be considered late and returned unopened. If a return address is not provided on the envelope, a late bid will be opened for identification purposes only and returned to the address provided within.

3. TERM OF CONTRACT

Unless otherwise noted, the preferred terms for which proposals are being requested are for three (3) years, with the District’s option to terminate the contract at the end of each anniversary date or other necessary time. A single contract of one (1) year duration will be awarded, with the District’s option to extend for two (2) additional years, in one (1) year increments, depending on district’s periodic evaluation results. Items are to be ordered on an “as need basis” over the contract period and prices are to be firm for that period. If applicable, renewed contract price must be provided by the proposer and received by the District at least one hundred eighty (180) days prior to renewal date and must carry a minimum twelve (12) months price guarantee for each year.

4. AWARD DATE

It is anticipated that a recommendation for this bid will be submitted at the next regularly scheduled Board of Trustees meeting taking into consideration internal timelines for submission.

5. ALL OR SOME SEALED PROPOSALS

Proposers are requested to bid on all of the items in the Proposal Form or Scope of Work/Specifications Forms.

6. OPENING OF SEALED PROPOSALS Proposals will be publicly opened at the District’s Procurement Department on January 17, 2011 at 3:00 pm (CST). The District will read proposer’s names and key pricing numbers.

7. APPLICABILITY These conditions are applicable and form a part of the contract document and are part of the terms and conditions of each purchase order (standard purchase terms and conditions) issued as a result of this proposal. The selected proposer will receive a Notice of Award with a contract that must be signed by the awarded proposer in accordance with specified timelines. If proposer has their own contract they are to provide a copy of that contract for evaluation and determination by the District legal counsel. Any deviations to these general conditions and/or specifications shall be conspicuously

noted in writing by the Proposer and shall be included with the proposal.

8. RESPONDENT’S ACCEPTANCE OF EVALUATION METHODOLGY Submission of a proposal indicates respondent’s acceptance of the evaluation criteria and respondent’s recognition that some subjective judgments must be made by the DISTRICT during the evaluations.

9. QUALIFICATION OF PROPOSER

The DISTRICT may make investigations deemed necessary to determine the qualifications and / or ability of the bidder to perform in accordance with the bid terms and conditions specified herein. The bidder shall furnish to the DISTRICT all such information as the DISTRICT may request. The DISTRICT reserves the right to reject any bid if the bidder fails to satisfy the DISTRICT that such bidder is properly qualified to carry out the obligations of the contract.

10. DISQUALIFICATION OF PROPOSER –Reasons that shall disqualify

Proposers shall be disqualified and their responses not considered for any of the following reasons:

a. Failure to submit proposal by required date and time b. Failure to submit required documents as specified on Submittal Checklist. c. Failure to submit prices in accordance with “All or Some”/ “All or None” criteria as specified in #5, above. d. Failure to abide by Non-Collusion Statement as specified in # 35, below. e. Any pertinent information coming to the attention of the District resulting in material legal matters.

11. DISQUALIFICATION OF PROPOSER - Reasons that may disqualify

Proposers may be disqualified and their responses not considered for any of the following reasons:

a. Reason for believing collusion exists among bidders. b. Reasonable grounds for believing that any bidders have interest in more than one proposal or bid wherein there may

be a conflict of interest. c. The bidder being interested in any litigation against the Board. d. The bidder being in arrears on any existing contract or having defaulted on a previous contract. e. Failure to demonstrate competency as revealed by any required financial statement, experience or equipment

questionnaire, or omission or falsification of required proposal submittals on this or prior procurements, etc. f. Failure to demonstrate financial ability to fund the projects on an interim basis as revealed by a financial statement,

financial records, bank references, etc. g. Current or uncompleted work, which, in the judgment of the District, will prevent or hinder the timely completion of

additional work, if awarded. h. Failure to comply with applicable laws relevant to Public Works contracts. i. Other information or circumstances which establish reasonable grounds for belief that the bidder or proposer is not a

“responsible bidder” or “responsible proposer.” 12. MODIFICATION OR WITHDRAWAL BY SUCCESSFUL PROPOSER

Modifications or withdrawal of a bid by the successful bidder will be accepted only if the change is in the best interest of the DISTRICT and executed in writing.

13. INSURANCE REQUIREMENTS

The contractor must provide a certificate of coverage to the District prior to being awarded the contract. Proposer may be disqualified for not providing this required document. A copy of a certificate of insurance, a certificate of authority to self-insure issued by the Texas Department of Insurance (TDI), or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project is required for the duration of the project. Duration of the project includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Texas Labor Code 406.096) include all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity that furnishes persons to provide services on the project.

Services include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project.

Services do not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code 401.011(44) for all employees of the contractor providing services on the project for the duration of the project. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. The following are the types of coverage and acceptable limits that shall be maintained:

a. Worker’s Compensation Insurance - documentation of insurance will be required prior to the work beginning. If applicable, the contractor shall procure and maintain during the life of this agreement Worker’s Compensation Insurance in accordance with the Workers’ Compensation Act of the State of Texas and forwarded as evidence to the Laredo Independent School District that it is in force.

b. Comprehensive General Liability in the following minimum amounts:

i. General Aggregate $1,000,000.00

ii. Products-Comp/Ops Aggregate $1,000,000.00 iii. Personal & Advertising Injury $1,000,000.00 iv. Each Occurrence $ 500,000.00

The Comprehensive General Liability Insurance must include liability coverage for bodily injury, personal injury (including employment related suits), independent contractor, blanket contractual, product, fire, medical expense, and complete operations LAREDO I.S.D. must be added as an additional insured for the Comprehensive General Liability, if a contract is awarded.

c. Comprehensive Automobile Liability Insurance in the following minimum amounts: i. Bodily Injury: $100,000.00 per person

ii. Bodily Injury: $300,000.00 per accident iii. Property Damage: $100,000.00 per accident

LAREDO I.S.D. must be added as an additional insured for the Comprehensive Automobile Liability if a contract is awarded.

14. BONDS (Performance and Payment)

If applicable, the contractor must provide a certificate of coverage to the District prior to being awarded the contract. Proposer may be disqualified for not providing this required document. In accordance with Government Code 2253 Public Work Performance and Payment Bonds, a governmental entity that makes a public works contract with a prime contractor shall require the contractor, before beginning the work, to execute to the governmental entity:

a. A performance bond if the contract is in excess of $100,000; and b. A payment bond is required for contracts in excess of $25,000.00

A bond required by this code must be executed by a corporate surety in accordance with Section 1, Chapter 87, Acts of the 56th Legislature, Regular Session 1959 (Article 7.19-1, Vernon’s Texas Insurance Code). A bond executed for a public

work contract with the District, must be made payable to and its form must be approved by the District. In accordance with the applicable insurance code, the successful bidder shall submit the required bonds when a contract is made and BEFORE the contractor begins work.

15. WARRANTY

Warranty conditions for all supplies and/or equipment shall be considered manufacturer’s minimum standard warranty unless otherwise agreed to in writing. The District does not waive or limit any warranties, either expressed or implied, as to any services, products or goods made the subject of this bid. Failure to provide such information may be cause for rejection of the bid.

16. EXPRESSED WARRANTIES

Implies wear of merchantability and implied warranty of fittings for a particular purpose shall apply to all purchases initiated by this document. The bidder shall assume all liabilities incurred within the scope of consequential damages and incidental exposures as set forth in the Uniform Commercial Code (as adopted in the State of Texas) which result from either delivery or use of product which does not meet specifications within this document. The warranty conditions as stated herein shall be approximate and shall not be nullified, voided or altered in any way by the inclusion of the bidder preprinted forms with this document.

17. F.O.B DESTINATION Bids/proposals must be submitted on a F.O.B. Destination basis with freight prepaid. Freight is to be assumed by the bidder. No additional charges will be accepted. Possessions of goods will not pass to the DISTRICT until received at the DISTRICT’S receiving dock.

18. DELIVERY Delivery personnel must provide a current, valid company picture identification card when making deliveries to the District. Deliveries required in this proposal shall be freight prepaid F.O.B. destination and bid price shall include all freight and delivery charges.

19. IDENTICAL SEALED PROPOSALS

In the event of tie bids, the DISTRICT, shall select by the casting of lots or award may be made to multiple vendors.

20. DISTRICT RESERVES THE RIGHT OF THE FOLLOWING: a. RIGHT OF AWARD - The DISTRICT reserves the right to award as is in its best interest and may choose more

than one security company to provide Security services for the District. If possible the DISTRICT may negotiate with the top three proposers. A written Notice of Award letter will be sent to the awarded vendor(s). The District may either enter into a contract with the vendor(s) or the award letter followed by a purchase order to the success full bidder(s) may result in a binding contract without further action by either party.

b. RIGHT TO REJECT SEALED QUALIFICATIONS - The DISTRICT reserves the right to reject any and all proposals, waive all irregularities, and to choose the most advantageous price for each item.

c. RIGHT TO HOLD SEALED QUALIFICATIONS - The DISTRICT reserves the right to hold proposals for 60 days before awarding the contract.

d. RIGHT TO INCREASE OR DECREASE QUANTITIES - The quantities required are substantially correct, but the DISTRICT reserves the right to purchase additional quantities above that stated at the same unit price unless otherwise specified by the proposer and agreed upon by the District. The District also reserves the right to decrease quantities during the period the bid/proposal is guaranteed to be firm. Items are to be ordered “as needed” over the estimated contract period.

e. RIGHT TO EXTEND AWARDED CONTRACT – The DISTRICT and the vendor may mutually agree to extend the contract on a monthly basis, or other agreed upon period, if needed.

f. RIGHT TO AMEND RFQ - The DISTRICT reserves the right to amend the RFQ prior to bid opening date. The DISTRICT may also consider and accept an alternate proposal as provided herein when most advantageous to the DISTRICT.

g. RIGHT OF NEGOTIATIONS – The DISTRICT reserves the right to conduct discussions and negotiate final scope and price.

21. LIST PRICE OR DISCOUNT PERCENT

For list price proposals, the price shall be fixed for the entire contract period.

For discounts percentages, the discount percent shall be applied on a fixed per-unit price. The fixed per-unit price shall be fixed for a specified period of time, at least quarterly. The discount percentages shall be for the contract period specified. If

the per-unit price will fluctuate at the quarterly intervals, proposer must disclose the maximum increases being proposed.

22. ALTERNATE PRODUCTS AND METHODS/SUBSTITUTIONS The showing or mentioning in these specifications of certain trade products and methods is done partly for the purpose of establishing a standard of quality. The mentioning of trade names does not imply that the mentioned products are the only ones that will receive approval or consideration. Please submit name of product of each item proposed. Substitutions from the brand(s) proposed will not be accepted unless approved in writing by the Procurement Director. Samples of possible substitution items may be requested at that time.

23. AVAILABILITY OF FUNDS All awards are subject to approval upon availability of funds. In the event funds do not become available, the contract may be terminated with a written notice.

24. SALES TAX EXEMPTION

The DISTRICT qualifies for exemption of the Texas limited sales, exercise and use tax; sales tax will not be charged on these purchases.

25. REBATES/PROMOTION ITEMS

If a rebate is offered by the manufacturer of a proposal item(s) after proposal is awarded, the successful proposers will advise the DISTRICT and deduct the rebate from the proposal price. If a special promotion is offered by the vendor, the vendor must clearly disclose the criteria for earning the promotion. All promotions shall be coordinated with the Procurement Department directly.

26. INSPECTION OF BID ITEM(S)

The bid item(s) will be inspected upon arrival. All defects will be repaired or replaced at the expense of the successful proposer.

27. TERMINATION BY DISTRICT For Cause - The DISTRICT shall have the right to cancel or default all or part of the undelivered portion of the order if the contractor breaches any of the terms hereof, including warranties, or if the contractor becomes insolvent or commits acts of bankruptcy. Other factors shall include service performance. Without Cause - The DISTRICT, in accordance with this provision, may terminate the performance under this order in whole or in part. Termination hereunder shall be effected by the delivery to the contractor or a “Notice of Termination” specifying the extent to which performance of work under the order in terminated and the date upon which such termination becomes effective.

28. CERTIFICATION OF PAYMENT

Payment by the DISTRICT will be made in accordance with the terms of the contract.

29. UNIFORM COMMERCIAL CODE All contracts and agreements between vendor and the District shall strictly adhere to the statutes as set forth in the Uniform Commercial Does as last amended by the American Law Institute and the National Conference of Commissioners on Uniform State Law.

30. PUBLIC WORKS CONTRACTS a.) The contractor shall comply with all laws, rules, regulations, and ordinances of the State of Texas, the County of Webb,

and the City of Laredo relating to the employment of Labor and the performance of public works contract, and the contractor shall comply with all requirements of the Laredo Independent School District regulating or applying to the performance of public improvement contracts.

b.) The contractor agrees not to discriminate against any employee or applicant for employment to be employed in the performance of this agreement, with respect to hire, tenure, terms, conditions and privileges of employment, or a matter directly or indirectly related to employment, because of age (except where based on a bona fide occupational qualification) or race, color, religion, national origin, or ancestry. The contractor further agrees that every subcontract entered into for the performance of this agreement will contain a provision requiring non-discrimination in employment herein specified, building upon each subcontractor. Breach of this covenant may be regarded as a material breach of the agreement.

c.) When applicable, the contractor shall procure and maintain during the life of this agreement Workers’ Compensation Insurance in accordance with the Workers’ Compensation Act of the State of Texas, adequately protecting all labor

employed by the Contractor during the life of this agreement and shall provide evidence to the Laredo Independent School District that such insurance is, in fact, in force. All Certificates of Insurance shall be forwarded to the District’s

Procurement Department. d.) When applicable, the contractor shall comply with OSHA safety rules and any other safety guidelines and standards as

required by the Laredo Independent School District.

31. FELONY CONVICTION NOTIFICATION A person or business entity that enters into a contract with the DISTRICT shall notify the DISTRICT if the person or an owner or operator of the business entity has been convicted of a felony. Such notice shall include a general description of the conduct resulting in the conviction. Failure to provide such information may result in termination of the contract. Vendors shall complete and submit the “Felony Conviction Notification” included with this packet in the Required Forms.

32. CONFLICT OF INTEREST No member or spouse of the board, president, superintendent, business manager or any other person holding any position or employment under said board, shall be directly or indirectly interested in an purchase, sale, business, work or contract, the expense, price or consideration of which is paid from school funds of said district, nor shall any such officer or employee purchase any warrants or claims against said board of district, or any interest herein, or become surety for any person or persons having a contract or any kind of business with said board, for the performance of which security may be required. Anyone violating this provision shall be removed from office, or be discharged from services by the majority of the board. No member of said board shall vote upon any question in which such member has an interest, distinct and apart from that of the citizens at large, and any member shall disclose such interest and refrain from voting. All interested parties shall comply with Board Policy BBFA (LEGAL) Conflict of Interest Disclosures and if applicable (for members of the Board and Superintendent), complete and submit Exhibit found at BBFA (EXHIBIT) http://www.tasb.org/policy/pol/private/240901/pol.cfm?DisplayPage=BBFA(XHIBIT).html also please refer to The Texas Ethics Commission website at http://www.ethics.state.tx.us/ for more information. Additionally, an employee interested in responding to this proposal shall disclose to his or her immediate supervisor a personal financial interest, a business interest, or any other obligation or relationship that in any way creates a potential conflict of interest with the proper discharge of assigned duties and responsibilities or that creates a potential conflict of interest with the best interest of the District, Board Policy DBD (LOCAL).

33. GENERAL ETHICAL STANDARDS

Gratuities - It is a breach of ethics to offer, give or agree to give any employee or former employee of a school district, or for any employee or former employee of a school district to solicit, demand, accept or agree to accept from another person, a gratuity or an offer of employment in connection with any decision, approval, disapproval, recommendation, preparation of any part of a program requirement or purchase request, influencing the content of any specification or procurement standard, rendering of advice, investigation, auditing, or in any other advisory capacity in any proceeding or application, request for ruling, determination, claim or controversy, or other particular matter pertaining to any program requirement or a contract or subcontract, or to any solicitation or proposal therefore pending before this government. Acceptance of gratuities may be construed as a criminal offense.

Kickbacks - It is a breach of ethics for any payment, gratuity or offer of employment to be made by or on behalf of a subcontractor under a contract to the prime contractor or higher tier subcontractor for any contract of a school district, or any person associated therewith, as an inducement for the award of a subcontract or order. The prohibition against gratuities and kickbacks prescribed above are conspicuously set forth in every District’s contract and solicitation in accordance with the Texas Education Agency’s Financial Accountability System Resource Guide Update 12.0.

34. NON COLLUSION STATEMENT

The proposer affirms that he/she is duly authorized to execute a contract, that this company, corporation, firm, partnership or individual has not prepared this proposal in collusion with any other Proposer, and that the contents of this proposal as to prices, terms or conditions of said proposal have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business prior to the official opening of this proposal. The proposer also affirms that they have not given, offered to give, do not intend to give at any time hereinafter any economic opportunity, future employment, gift, loan, gratuity, specified discount, trip, favor, or service to a private service in connection with this contract. Proposer further affirms that after the opening of this proposal, proposer (or any representative of proposer’s company) will not discuss the contents of this proposal with any person affiliated with LAREDO ISD, other than the Procurement Director

or its Designee, prior to the awarding of this bid/proposal. Failure to observe this procedure will cause the proposal to be rejected.

35. INDEMNIFCATION PROVISION To the extent allowed by law, the written contract executed between the successful respondent and LISD will contain an indemnification provision in which the successful respondent agrees to indemnify and hold harmless LISD from any and all loss, expense, cost or liability arising from any claim or cause of action for loss or damage rising from or relating to respondent’s performance of services or goods made the subject of this bid. LISD does not agree to indemnify the successful respondent.

36. VENUE It is understood and agreed by both the successful bidder and the DISTRICT that venue for any litigation from this contract shall lie in Webb County, Texas.

37. PROPOSAL INTERPRETATION No interpretation to the meaning of the “Invitation to Bid” or other documents will be given orally. Every request will be in writing, addressed to the Procurement Director, and must be received at least five days prior to the date fixed for the opening of the bids. Any and all such interpretations and supplemental instructions will be in the form of written addenda to the “Invitation to Bid”, which if issued, shall be mailed to all known prospective bidders. Failure of any bidder to receive any such addenda or interpretations shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the contract document.

38. RIGHT TO AUDIT CLAUSE The District upon written notice shall have the right to audit all documents relating to all projects. Records subject to audit shall include, but not limited to records which may have a bearing on matters of interest to the District in connection with the Vendor’s work for the District and shall be open to inspection and subject to audit and/or reproduction by the District’s agents or its authorized representative to the extent necessary to adequately permit evaluation and verification of (a) Vendor’s compliance with contract requirements (b) compliance with District procurement policies and procedures (c) compliance with provisions for computing billings to the District and (d) any other matters related to the contract between the District and the Vendor. Additionally, in accordance with TEC 44.031 (c) the state auditor may audit purchases of goods or services by the District.

39. NO ARBITRATION CLAUSE

To the extent allowed by law, the written contract executed between the successful respondent and LISD will contain an indemnification provision in which the successful respondent agrees to indemnify and hold harmless LISD from any and all loss, expense, cost or liability arising from any claim or cause of action for loss or damage arising from or relating to respondent’s performance of service or goods made the subject of this bid. LISD does not agree to indemnify the successful respondent. There will be no agreement for binding arbitration in any written contract between LISD and Respondent relating to a dispute involving the services, products or goods made the subject of the bid.

40. DEFINITION

The words “bids, competitive sealed proposals, quotes” and their derivatives may be used interchangeably in these terms and conditions. These terms and conditions are applicable on all bids, request for proposals, quotes, competitive sealed proposals, etc. to which they are attached.

41. NO LIMITATION OF LIABILITY REMEDIES OR DAMAGES

The District will not contractually agree to limit in any manner either Respondent’s potential liability or District’s potential remedies or damages relating to or arising from any potential dispute between the parties or relating to the services, products or goods made the subject of this proposal.

42. OTHER INFORMATION

For additional information, contact Gustavo Alcantar, Director of Procurement, at (956) 795-3220.