Network Electronics Configuration and Installation

expired opportunity(Expired)
From: Duval County Public Schools(School)
RFP-06-20/LM

Basic Details

started - 15 Sep, 2023 (6 months ago)

Start Date

15 Sep, 2023 (6 months ago)
due - 30 Sep, 2023 (5 months ago)

Due Date

30 Sep, 2023 (5 months ago)
Bid Notification

Type

Bid Notification
RFP-06-20/LM

Identifier

RFP-06-20/LM
Duval County Public Schools

Customer / Agency

Duval County Public Schools
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Dr. Diana L. Greene, Superintendent of Schools EVERY SCHOOL. EVERY CLASSROOM. EVERY STUDENT. EVERY DAY. Duval County Public Schools www.duvalschools.org Purchasing Services PH: (904) 858-4848 1701 Prudential Drive, Suite 322 FAX: (904)858-4868 Jacksonville, FL 32207 December 15, 2022 Step CG Attn: Danny Poindexter 525 W. Fifth Street, Suite 322 Covington, Kentucky 41011 RE: RFP No. 06-20/LM, Network Electronics Configuration and Installation On Tuesday, July 26, 2022, the Superintendent of Duval County Public Schools renewed the contract for RFP No. 06-20/LM, Network Electronics Configuration and Installation. This is the 2nd renewal for the period of October 1, 2022 through September 30, 2023. In accordance with Section 16 of the contract, Insurance Requirements, please forward an updated copy of your insurance certificate. If you have any questions about this award, please contact Louis Mitchum at (904)
858-4859. We look forward to a continued successful partnership. Terrence Wright, Director DCPS Purchasing Services cc Master Bid File Louis Mitchum eile re http://www.duvalschools.org/ SECOND RENEWAL OF AGREEMENT BETWEEN THE SCHOOL BOARD OF DUVAL COUNTY, FLORIDA, AND STEP CG, LLC This Second Renewal to Agreement (the "Amendment") is effective October 1, 2022, and is by and between The School Board of Duval County, Florida (the "District"), and Step CG, LLC, an Ohio limited liability company authorized to transact business in Florida (the "Contractor"). 1. This Amendment pertains to that certain Agreement between the District and the Contractor dated May 20, 2020, and procured by the District pursuant to RFP No. 06-20/LM Network Electronics, and related addenda, for the Contractor's provision of network electronic services (the "Agreement"). 2. The effective date of this Amendment is October 1, 2022. The capitalized terms used herein shall have the same definitions set forth in the Agreement, unless specifically otherwise indicated in this Amendment. The maximum indebtedness under this agreement is Seven Hundred Ninety Thousand Two Hundred and Thirty Dollars ($790,230.00) 3. The District and Contractor agree that the term of the Agreement, which is scheduled to end on September 30, 2022, is hereby extended through September 30, 2023, with such extension to be upon and subject to all of the terms, provisions, and conditions of the Agreement except as modified in this Amendment. This renewal is the second of two potential annual renewals. There are no remaining renewal. 4. Pursuant to the provisions of section 448.095, Florida Statutes, the parties agree to comply with their respective obligations. 5. The District is using federal funds for a portion or all of its payment obligation under this Agreement; the Contractor shall execute and deliver to the District, concurrent with its signature on this Amendment, the documents attached as composite Exhibit A all of which shall be incorporated into this Amendment by this reference: (a) Federal Regulatory Compliance Statement; (b) Certification Regarding Drug-Free Workplace Requirements; (c) Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion; and (d) Non-Collusion Affidavit. 6. The District and Contractor represent and warrant to each other that each party has full right and authority to execute and perform its obligations under the Agreement as modified by this Amendment, and each party and the person(s) signing this Amendment on each party's behalf represent and warrant to the other party that such person(s) are duly authorized to execute this Amendment on the respective party's behalf without further consent or approval by anyone. 7. This Amendment is the entire agreement of the parties regarding modifications of the Agreement provided herein, supersedes all prior agreements and understandings regarding such subject matter, may be modified only by a writing executed by the party against whom the modification is sought to be enforced, and shall bind and benefit the parties and their respective successors, legal representatives and assigns. TheAgreement is ratified and confirmed in full force and effect in accordance with its terms, as amended hereby. In the event of any conflict between the Agreement and this Amendment, the provisions of this Amendment shall control. 8. This Amendment may be executed in one or more counterparts, each of which will be deemed an original, but all such counterparts will together constitute but one and the same instrument. IN WITNESS THEREOF, the parties have duly executed this Amendment effective on the day and year above written. OF DUVAL COUNTY, ' Superintendent of Schools and Ex-Officio Secretary to the Board By: [signature not required per agenda iteml Darryl Willie, Chairman Form A By--,,.~f.f-L-,,__....,H-'"-J'-.fr+------- STEP CG, LLC By: Ck,n, Wru:t- Nam~_im_W_es_t ________ _ Title:_C_FO __ ,---_______ _ Date: 0112512022 Approved by the Board: May 19, 2020 2 EXHIBIIA FEDERAL REGULATORY COMPLIANCE STATEMENT The purpose of this document is to assure compliance by the Contractor (defined as any individual or company who agrees to provide materials or services at a specified price) to those certain clauses, provisions and requirements as described by applicable Federal Regulations, which apply to any resulting agreement between The School Board of Duval County, Florida (DCPS) and the Contractor. By signature, the individual executing this statement attests that he/she possesses authority to obligate the contracting firm and agrees to comply with all clauses, provisions and requirements as described below throughout the term of the agreement. 1. The Contractor agrees to allow reasonable access by DCPS, the Federal granting agency, the Comptroller General of the United States or any of their duly authorized representatives to the Contractor's books, documents, papers and records which are directly pertinent to the contract for the purpose of making audit, examination, excerpts and transcriptions. 2. The Contractor agrees to maintain all records related to this agreement for a period of three years after the final payment for the agreement and after all other matters are closed. 3. The Contractor affirms that it is equal opportunity and affirmative action employer and shall comply with all applicable federal, state and local laws and regulations including, but not limited to: Executive Order 11246 as amended by 11375 and 12086; 12138; 11625; 11758; 12073; the Rehabilitation Act of 1973, as amended; the Vietnam Era Veterans Readjustment Assistance Act of 1975; Civil Rights Act of 1964; Equal Pay Act of 1963; Age Discrimination Act of 1967; Immigration Reform and Control Act of 1986; Public Law 95-507; the Americans with Disabilities Act; 41 CFR Part 60 and any additions or amendments thereto. 4. The Contractor agrees to a provision for non-appropriations, whereby the contract will terminate if sufficient funds are not appropriated in any given fiscal year to allow DCPS to sustain the cost (if applicable). 5. The Contractor agrees to properly complete and submit to DCPS a federal debarment certification form for each renewal year of the Contract, if renewals apply. 6. The Contractor agrees to properly complete and submit to DCPS a non-collusion affidavit. 7. The Contractor agrees to properly complete and submit to DCPS a federal drug free workplace certification form. 8. The Contractor agrees the DCPS may terminate the contract at any time for any reason. If terminated for cause, the Contractor agrees the DCPS may seek remedies for damages, if applicable. 9. The Contractor agrees to comply with all applicable environmental standards, orders or requirements. CONTRACTOR: Step CG, LLC, an Ohio liability company authorized to transact business in Florida PRINT NAME OF AUTHORIZED REPRESENTATIVE: ..,.J=im,,_w.,....es_t_-+------ SIGNATURE OF AUTHORIZED REPRESENTATIVE: --=9,...J;ii='-=--"&;3-=--=~=---- TITLE: CFO ---------- 3 DRUG FREE WORKPLACE CERTIFICATION I hereby swear or affirm that this company has established a drug-free workplace program by completing the following requirements: 1) Published a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Informed employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation and employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. 3) Given each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notified the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5) Imposed a sanction on, or required the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employeeis community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. I understand that false certification of a drug- free workplace is iolati~n pf Florida Statutes 287.087. . Wru:t:- CO RACTOR'S SIGNATURE/DATE Jim West, CFO NAME/TITLE Name of Company: Step CG, LLC, an Ohio limited liability company authorized to transact business in Florida 4 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 13 CFR Part 145. 1. The Contractor (or subcontractor) certifies to the best of its knowledge and belief that it and its principals: A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal Department or Agency from doing business with the Federal Government. B. Have not within a three-year period preceding this contract have been convicte.d of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property. C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1.B. above of this certification. D. Have not within a three-year period preceding this contract had one or more public transactions (Federal, State or local) terminated for'bause or default. 2. Where the Contractor is unable to certify to any of the statements above in this certification, such Contractor shall attach an explanation to this Certification. RACTOR'S SIGNATURE Jim West, CFO NAME/TITLE of AUTHORIZED REPRESENTATIVE Name of Company: Step CG, LLC, an Ohio limited liability company authorized to transact business in Florida 5 INSTRUCTIONS FOR COMPLETION OF NON-COLLUSION AFFIDAVIT 1. This Non-Collusion Affidavit is material to any contract awarded utilizing federal funds. 2. This Non-Collusion Affidavit shall be executed by the member, officer, or employee of the offering firm who makes the final decision on prices and the amount(s) quoted in the proposal. 3. Proposal rigging and other efforts to restrain competition and the making of false sworn statements in connection with the submission of offers are unlawful and may be subject to criminal prosecution. The person who signs the Affidavit shall examine it carefully before signing and assure himself or herself that each statement is true and accurate, making diligent inquiry, as necessary, of all other persons employed by or associated with the respondent with responsibilities for the preparation, approval or submission of the offer. 4. In the case of an offer submitted by a joint venture, each party to the venture must be identified in the proposal documents, and an Affidavit must be submitted separately on behalf of each party. 5. The term "complementary offer" as used in the Affidavit has the meaning commonly associated with that term in the solicitation process, and includes the knowing submission of offers higher than the offer of another firm, an intentionally high or noncompetitive offer, and any other form of an offer submitted for the purpose of giving a false appearance of competition. 6. Failure to file a completed Affidavit in compliance with these instructions will result in disqualification of the offer. 6 State of FLORIDA County of DUVAL NON-COLLUSION AFFIDAVIT I state that I am the Jim West of Step CG, LLC, an Ohio limited liability company authorized to transact business in Florida, and I am authorized to execute this affidavit on behalf of my firm, its owners, directors, and officers. I am the person responsible in my firm for the price(s), guarantees and the total financial commitment represented in the firm's offer. I hereby attest that: (1) The price(s) and amount(s) in the offer have been arrived at independently and without consultation, communication or agreement with any other contractor, respondent, or potential respondent. (2) Neither the price(s) nor the amount(s) of the offer, and neither the approximate price(s) nor approximate amount(s) of the offer, have been disclosed to any other firm or person who is a respondent or potential respondent, nor were they disclosed prior to opening of offers. (3) The offer from my firm is made in good faith and no attempt has been made to induce any firm or person to refrain from submitting an offer, or to submit an offer higher than our offer, or to submit any intentionally high or noncompetitive offer or other form of complementary offer. . (4) Step CG, LLC, its affiliates, subsidiaries, officers, directors, employees are not currently under investigation by any governmental agency and have not in the last three years been convicted or found liable for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding, proposing or offering on any public contract, except as follows: NONE I attest that Step CG, LLC, understands and acknowledges that the above representations are material and important, and will be relied on by The School Board of Duval County, Florida, in awarding the contract for which this offer is submitted. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as fraudulent concealment from The School Board of Duval County, Florida, of the true facts relating to submission of offers for this contract. 07/25/2022 ignature) (Date) 7 Dr. Diana L. Greene, Superintendent of Schools EVERY SCHOOL. EVERY CLASSROOM. EVERY STUDENT. EVERY DAY. Duval County Public Schools www.duvalschools.org Purchasing Services PH: (904) 858-4848 1701 Prudential Drive, Suite 322 FAX: (904)858-4868 Jacksonville, FL 32207 January 26, 2022 Step CG Attn: Danny Poindexter 525 W. Fifth Street, Suite 332 Covington, Kentucky 41011 RE: RFP No. 06-20/LM, Network Electronics Configuration and Installation On Wednesday, October 13, 2021, the School Board of Duval County Public Schools renewed RFP No. 06-20/LM, Network Electronics Configuration and Installation for the period of October 1, 2021 through September 30, 2022. In accordance with Section 16 of the contract, Insurance Requirements, please forward an updated copy of your insurance certificate. If you have any questions about this renewal, please contact Louis Mitchum at (904) 858-4859. We look forward to a continued successful partnership. Terrence Wright, Director DCPS Purchasing Services cc Master Bid File a rd http://www.duvalschools.org/ FIRST RENEWAL OF AGREEMENT BETWEEN THE SCHOOL BOARD OF DUVAL COUNTY, FLORIDA, AND STEP CG, LLC This First Renewal to Agreement (the "Amendment") is effective October 1, 2021, and is by and between The School Board of Duval County, Florida (the "District"), and Step CG, LLC, an Ohio limited liability company authorized to transact business in Florida (the "Contractor"). 1. This Amendment pertains to that certain Agreement between the District and the Contractor dated May 20, 2020, and procured by the District pursuant to RFP No. 06-20/LM Network Electronics, and related addenda, for the Contractor's provision of network electronic services (the "Agreement"). 2. The effective date of this Amendment is October 1, 2021 . The capitalized terms used herein shall have the same definitions set forth in the Agreement, unless specifically otherwise indicated in this Amendment. 3. The District and Contractor agree that the term of the Agreement, which is scheduled to end on September 30, 2021, is hereby extended through September 30, 2022, with such extension to be upon and subject to all of the tenns, provisions, and conditions of the Agreement except as modified in this Amendment. This renewal is the first of two potential annual renewals . There is one remaining renewal. 4. Pursuant to the provisions of section 448.095, Florida Statutes, the parties agree to comply with their respective obligations. 5. The District is using federal funds for a portion or all of its payment obligation under this Agreement; the Contractor shall execute and deliver to the District, concurrent with its signature on this Amendment, the documents attached as composite Exhibit A all of which shall be incorporated into this Amendment by this reference: (a) Federal Regulatory Compliance Statement; (b) Certification Regarding Drug-Free Workplace Requirements; (c) Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion; and (d) Non-Collusion Affidavit. 6. The District and Contractor represent and warrant to each other that each party has full right and authority to execute and perform its obligations under the Agreement as modified by this Amendment, and each party and the person(s) signing this Amendment on each party's behalf represent and warrant to the other party that such person(s) are duly authorized to execute this Amendment on the respective party's behalf without further consent or approval by anyone. 7. This Amendment is the entire agreement of the parties regarding modifications of the Agreement provided herein, supersedes all prior agreements and understandings regarding such subject matter, may be modified only by a writing executed by the party against whom the modification is sought to be enforced, and shall bind and benefit the parties and their respective successors, legal representatives and assigns . TheAgreement is ratified and confirmed in full force and effect in accordance with its terms, as amended hereby. In the event of any conflict between the Agreement and this Amendment, the provisions of this Amendment shall control. 8. This Amendment may be executed in one or more counterparts, each of which will be FIRST RENEWAL OF AGREEMENT BETWEEN THE SCHOOL BOARD OF DUVAL COUNTY, FLORIDA, AND STEP CG, LLC This First Renewal to Agreement (the Amendment) is effective October 1, 2021, and is by and between The School Board of Duval County, Florida (the District"), and Step CG, LLC, an Ohio limited liability company authorized to transact business in Florida (the Contractor). 1. This Amendment pertains to that certain Agreement between the District and the Contractor dated May 20, 2020, and procured by the District pursuant to RFP No. 06-20/LM Network Electronics, and related addenda, for the Contractor's provision of network electronic services (the Agreement). 2. The effective date of this Amendment is October 1, 2021. The capitalized terms used herein shall have the same definitions set forth in the Agreement, unless specifically otherwise indicated in this Amendment. 3, The District and Contractor agree that the term of the Agreement, which is scheduled to end on September 30, 2021, is hereby extended through September 30, 2022, with such extension to be upon and subject to all of the terms, provisions, and conditions of the Agreement except as modified in this Amendment. This renewal is the first of two potential annual renewals. There is one remaining renewal. 4. Pursuant to the provisions of section 448.095, Florida Statutes, the parties agree to comply with their respective obligations. 5. The District is using federal funds for a portion or all of its payment obligation under this Agreement; the Contractor shall execute and deliver to the District, concurrent with its signature on this Amendment, the documents attached as composite Exhibit_A all of which shall be incorporated into this Amendment by this reference: (a) Federal Regulatory Compliance Statement; (b) Certification Regarding Drug-Free Workplace Requirements; (c) Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion; and (d) Non-Collusion Affidavit. 6. The District and Contractor represent and warrant to each other that each party has full right and authority to execute and perform its obligations under the Agreement as modified by this Amendment, and each party and the person(s) signing this Amendment on each partys behalf represent and warrant to the other party that such person(s) are duly authorized to execute this Amendment on the respective partys behalf without further consent or approval by anyone. 7. This Amendment is the entire agreement of the parties regarding modifications of the Agreement provided herein, supersedes all prior agreements and understandings regarding such subject matter, may be modified only by a writing executed by the party against whom the modification is sought to be enforced, and shall bind and benefit the parties and their respective successors, legal representatives and assigns. TheAgreement is ratified and confirmed in full force and effect in accordance with its terms, as amended hereby. In the event of any conflict between the Agreement and this Amendment, the provisions of this Amendment shall control. 8. This Amendment may be executed in one or more counterparts, each of which will be deemed an original, but all such counterparts will together constitute but one and the same instrument. [Signatures continued on next page] 2 deemed an original, but all such counterparts will together constitute but one and the same instrument. [Signatures continued on next page] [Signature Page to First Renewal to Agreement between The School Board of Duval County, Florida, and Step CG, LLC, Dated Effective September 1, 2021) IN WITNESS THEREOF, the parties have duly executed this Amendment effective on the day and year above written. THE SCHOOL BOAR& OF DUVAL COUNTY, (llD~ BY~ Date ro/ /5}1) Br. Iana Greene, Superintendent of Schools and Ex-Officio Secretary to the Board By: {signature not required per agenda item/ Elizabeth Andersen, Chairman Form Approved: 1/Ulr-==---------B y: ___________ _ Office of General Counsel STEP CG, LLC Approved by the Board: May 19, 2020 3 [Signature Page to First Renewal to Agreement between The School Board of Duval County, Florida, and Step CG, LLC, Dated Effective September 1, 2021] IN WITNESS THEREOF, the parties have duly executed this Amendment effective on the day and year above written. THE SCHOOL BOARD OF DUVAL COUNTY, a RID. ( | " o| | Date: ! | [5jV Superintendent of Schools and Ex-Officio Secretary to the Board By: fsignature not required per agenda item Elizabeth Andersen, Chairman Form Approved: Approved by the Board: May 719, 2020 a By: Office of General Counsel STEP CG, LLC EXHIBIT A FEDERAL REGULATORY COMPLIANCE STATEMENT The purpose of this document is to assure compliance by the Contractor ( defined as any individual or company who agrees to provide materials or services at a specified price) to those certain clauses, provisions and requirements as described by applicable Federal Regulations, which apply to any resulting agreement between The School Board of Duval County, Florida (DCPS) and the Contractor. By signature, the individual executing this statement attests that he/she possesses authority to obligate the contracting firm and agrees to comply with all clauses, provisions and requirements as described below throughout the term of the agreement. 1. The Contractor agrees to allow reasonable access by DCPS, the Federal granting agency, the Comptroller General of the United States or any of their duly authorized representatives to the Contractor's books, documents, papers and records which are directly pertinent to the contract for the purpose of making audit, examination, excerpts and transcriptions . 2. The Contractor agrees to maintain all records related to this agreement for a period of three years after the final payment for the agreement and after all other matters are closed. 3. The Contractor affirms that it is equal opportunity and affirmative action employer and shall comply with all applicable federal, state and local laws and regulations including, but not limited to: Executive Order 11246 as amended by 11375 and 12086; 12138; 11625; 11758; 12073; the Rehabilitation Act of 1973, as amended; the Vietnam Era Veterans Readjustment Assistance Act of 1975; Civil Rights Act of 1964; Equal Pay Act of 1963; Age Discrimination Act of 1967; Immigration Reform and Control Act of 1986; Public Law 95-507; the Americans with Disabilities Act; 41 CFR Part 60 and any additions or amendments thereto. 4. The Contractor agrees to a provision for non-appropriations, whereby the contract will terminate if sufficient funds are not appropriated in any given fiscal year to allow DCPS to sustain the cost (if applicable). 5. The Contractor agrees to properly complete and submit to DCPS a federal debarment certification form for each renewal year of the Contract, if renewals apply. 6. The Contractor agrees to properly complete and submit to DCPS a non-collusion affidavit. 7. The Contractor agrees to properly complete and submit to DCPS a federal drug free workplace certification form. 8. The Contractor agrees the DCPS may terminate the contract at any time for any reason . If terminated for cause, tile Contractor agrees the DCPS may seek remedies for damages, if applicable. 9. The Contractor agrees to comply with all applicable environmental standards, orders or requirements. CONTRACTOR: Step CG, LLC, an Ohio liability company authorized to transact business in Florida , r r' PRINT NAME OF AUTHORIZED REPRESENTATIVE: ~r+ ~ SIGNATU~ OF AUTHORIZED REPRESENTATIVE-----: ~f . TITLE:R ES rl?E/V/ 4 BIT FEDERAL REGULATORY COMPLIANCE STATEMENT The purpose of this document is to assure compliance by the Contractor (defined as any individual or company who agrees to provide materials or services at a specified price) to those certain clauses, provisions and requirements as described by applicable Federal Regulations, which apply to any resulting agreement between The Schoo! Board of Duval County, Florida (DCPS) and the Contractor. By signature, the individual executing this statement attests that he/she possesses authority to obligate the contracting firm and agrees to comply with all clauses, provisions and requirements as described below throughout the term of the agreement. 1. The Contractor agrees to allow reasonable access by DCPS, the Federal granting agency, the Comptroller General of the United States or any of their duly authorized representatives to the Contractor's books, documents, papers and records which are directly pertinent to the contract for the purpose of making audit, examination, excerpts and transcriptions. 2. The Contractor agrees to maintain all records related to this agreement for a period of three years after the final payment for the agreement and after all other matters are closed. By The Contractor affirms that it is equal opportunity and affirmative action employer and shall comply with all applicable federal, state and local laws and regulations including, but not limited to: Executive Order 11246 as amended by 11375 and 12086; 12138; 11625; 11758; 12073; the Rehabilitation Act of 1973, as amended; the Vietnam Era Veterans Readjustment Assistance Act of 1975; Civil Rights Act of 1964; Equal Pay Act of 1963; Age Discrimination Act of 1967; Immigration Reform and Control Act of 1986; Public Law 95-507; the Americans with Disabilities Act; 41 GFR Part 60 and any additions or amendments thereto. 4. The Contractor agrees to a provision for non-appropriations, whereby the contract will terminate if sufficient funds are not appropriated in any given fiscal year to allow DCPS to sustain the cost (if applicable). 5. The Contractor agrees to properly complete and submit to DCPS a federal debarment certification form for each renewal year of the Contract, if renewals apply. 6. The Contractor agrees to properly complete and submit to DCPS a non-collusion affidavit. 7. The Contractor agrees to properly complete and submit to DCPS a federal drug free workplace certification form. 8. The Contractor agrees the DCPS may terminate the contract at any time for any reason. If terminated for cause, the Contractor agrees the DCPS may seek remedies for damages, if applicable. 9, The Contractor agrees to comply with all applicable environmental standards, orders or requirements. CONTRACTOR: Step CG, LLC, an Ohio liability company authorized to transact business in Florida ce UA ~y PRINT NAME OF AUTHORIZED REPRESENTATIVE: SIGNATURE OF AUTHORIZED REPRESENTATIVE . TITLE: RES(PEAT DRUG FREE WORKPLACE CERTIFICATION I hereby swear or affirm that this company has established a drug-free workplace program by completing the following requirements: 1) Published a statement notifying employees that the unlawful manufacture, distribution, dispensing , possession or use of a controlled substa nee is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Informed employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation and employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. 3) Given each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notified the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction . 5) Imposed a sanction on, or required the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. I understand that false certification of a drug- free workplace is a_viol 287.087. _,,,.,~#/ __ _ C...=--~-~~~-~~--....,....------ c, NAME/TITLE Name of Company: Step CG, LLC, an Ohio limited liability company authorized to transact business in Florida 5 DRUG FREE WORKPLACE CERTIFICATION | hereby swear or affirm that this company has established a drug-free workplace program by completing the following requirements: 1) Published a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Informed employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation and employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. 3) Given each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (4). 4) Inthe statement specified in subsection (1), notified the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5) Imposed a sanction on, or required the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employees community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, | certify that this firm complies fully with the above requirements. | understand that false certification of a drug- free workplace is a violation of Florida Statutes 287.087. oe Sor. pf AF DOE NAME/TITLE Name of Company: Step CG, LLC, an Ohio limited liability company authorized to transact business in Florida CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 13 CFR Part 145. 1. The Contractor (or subcontractor) certifies to the best of its knowledge and belief that it and its principals: A. Are not presently debarred, suspended, proposed for debarmenC declared ineligible, or voluntarily excluded by any Federal Department or Agency from doing business with tile Federal Government. B. Have not within a three-year period preceding this contract have been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property. C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1.B. above of this certification. D. Have not within a three-year period preceding this contract had one or more public transactions (Federal, State or local) terminated for cause or default. 2. Where the Contractor is unable to certify to any of the statements above in this certification~,~~u,~ti__.C.,~~a,5tor shall attach an_ explanation to this Certification. ' -,t=,L/~ coNTRAcToRs sc; R 46er/ //vE[ / /J's/do1 f NAME/TITLE of AUTHOR!tED REPRESENTATIVE Name of Company: Step CG, LLC, an Ohio limited liability company authorized to transact business in Florida 6 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 13 CFR Part 145. 1. The Contractor (or subcontractor) certifies to the best of its knowledge and belief that it and its principals: A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal Department or Agency from doing business with the Federal Government. Have not within a three-year period preceding this contract have been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1.B. above of this certification. . Have not within a three-year period preceding this contract had one or more public transactions (Federal, State or local) terminated for cause or default. Where the Contractor is unable to certify to any of the statements above in this certification, such Contractor shall attach an explanation to this Certification. CONTRACTOR'S SIG Kobe fet Lat# f [(fesident NAME/TITLE of AUTHORIZED REPRESENTATIVE Name of Company: Step CG, LLC, an Ohio limited liability company authorized to transact business in Florida INSTRUCTIONS FOR COMPLETION OF NON-COLLUSION AFFIDAVIT 1. This Non-Collusion Affidavit is material to any contract awarded utilizing federal funds. 2. This Non-Collusion Affidavit shall be executed by the member, officer, or employee of the offering firm who makes the final decision on prices and the amount(s) quoted in the proposal. 3. Proposal rigging and other efforts to restrain competition and the making of fa lse sworn statements in connection with the submission of offers are unlawful and may be subject to criminal prosecution . The person who signs the Affidavit shall examine it carefully before signing and assure himself or herself that each statement is true and accurate, making diligent inquiry, as necessary, of all other persons employed by or associated with the respondent with responsibilities for the preparation, approval or submission of the offer. 4. In the case of an offer submitted by a joint venture, each party to the venture must be identified in the proposal documents , and an Affidavit must be submitted separately on behalf of each party. 5. The term "complementary offer'' as used in the Affidavit has the meaning commonly associated with that term in the solicitation process, and includes the knowing submission of offers higher than the offer of another firm, an intentionally high or noncompetitive offer, and any other form of an offer submitted for the purpose of giving a false appearance of competition. 6. Failure to file a completed Affidavit in compliance with these instructions will result in disqualification of the offer. 7 INSTRUCTIONS FOR COMPLETION OF NON-COLLUSION AFFIDAVIT This Non-Collusion Affidavit is material to any contract awarded utilizing federal funds. This Non-Collusion Affidavit shall be executed by the member, officer, or employee of the offering firm who makes the final decision on prices and the amount(s) quoted in the proposal. Proposal rigging and other efforts to restrain competition and the making of false sworn statements in connection with the submission of offers are unlawful and may be subject to criminal prosecution. The person who signs the Affidavit shall examine it carefully before signing and assure himself or herself that each statement is true and accurate, making diligent inquiry, as necessary, of all other persons employed by or associated with the respondent with responsibilities for the preparation, approval or submission of the offer. In the case of an offer submitted by a joint venture, each party to the venture must be identified in the proposal documents, and an Affidavit must be submitted separately on behalf of each party. The term complementary offer as used in the Affidavit has the meaning commonly associated with that term in the solicitation process, and includes the knowing submission of offers higher than the offer of another firm, an intentionally high or noncompetitive offer, and any other form of an offer submitted for the purpose of giving a false appearance of competition. Failure to file a completed Affidavit in compliance with these instructions will result in disqualification of the offer. NON-COLLUSION AFFIDAVIT State of FLORIDA County of DUVAL I state that I am the &c'Si''clc:'1 of Step CG, LLC, an Ohio limited liability company authorized to transact business in Florida, and I am authorized to execute this affidavit on behalf of my firm, its owners, directors, and officers. I am the person responsible in my firm for the price(s), guarantees and the total financial commitment represented in the firm's offer. I hereby attest that: (1) The price(s) and amount(s) in the offer have been arrived at independently and without consultation, communication or agreement with any other contractor, respondent, or potential respondent. (2) Neither the price(s) nor the amount(s) of the offer, and neither the approximate price(s) nor approximate amount(s) of the offer, have been disclosed to any other firm or person who is a respondent or potential respondent, nor were they disclosed prior to opening of offers. (3) The offer from my firm is made in good faith and no attempt has been made to induce any firm or person to refrain from submitting an offer, or to submit an offer higher than our offer, or to submit any intentionally high or noncompetitive offer or other form of complementary offer. (4) Step CG, LLC, its affiliates, subsidiaries, officers, directors, employees are not currently under investigation by any governmental agency and have not in the last three years been convicted or found liable for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding, proposing or offering on any public contract, except as follows: NONE I attest that Step CG, LLC, understands and acknowledges that the above representations are material and important, and will be relied on by The School Board of Duval County, Florida, in awarding the contract for which this offer is submitted. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as fraudulent concealment from The School Board of Duval County, Florida, of the true facts relating to submission of offers for this contract. /0/4/zl (Date) 8 NON-COLLUSION AFFIDAVIT State of FLORIDA County of DUVAL | state that | am the fhesiclern of Step CG, LLC, an Ohio limited liability company authorized to transact business in Florida, and | am authorized to execute this affidavit on behalf of my firm, its owners, directors, and officers. | am the person responsible in my firm for the price(s), guarantees and the total financial commitment represented in the firms offer. | hereby attest that: (1) The price(s) and amount(s) in the offer have been arrived at independently and without consultation, communication or agreement with any other contractor, respondent, or potential respondent. (2) Neither the price(s) nor the amount(s) of the offer, and neither the approximate price(s) nor approximate amount(s) of the offer, have been disclosed to any other firm or person who is a respondent or potential respondent, nor were they disclosed prior to opening of offers. (3) The offer from my firm is made in good faith and no attempt has been made to induce any firm or person to refrain from submitting an offer, or to submit an offer higher than our offer, or to submit any intentionally high or noncompetitive offer or other form of complementary offer. (4) Step CG, LLC, its affiliates, subsidiaries, officers, directors, employees are not currently under investigation by any governmental agency and have notin the last three years been convicted or found liable for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding, proposing or offering on any public contract, except as follows: NONE | attest that Step CG, LLC, understands and acknowledges that the above representations are material and important, and will be relied on by The School Board of Duval County, Florida, in awarding the contract for which this offer is submitted. | understand and my firm understands that any misstatement in this affidavit is and shall be treated as fraudulent concealment from The School Board of Duval County, Florida, of the true facts relating to submission of offers for this contract. AGREEMENT BETWEEN THE SCHOOL BOARD OF DUVAL COUNTY, FLORIDA, AND STEP CG, LLC This Agreement is made and entered into effective May AD , 2020 (the Effective Date), and is by and between The School Board of Duval County, Florida (the "District"), and Step CG, LLC, an Ohio limited liability company authorized to transact business in Florida (the Contractor"). WITNESSETH: Whereas, the District issued RFP 06-20/LM Network Electronics Configuration and Installation and provided e-Rate requirements (with attachments) dated on or about January 16, 2020, together with Addendum No. 1 dated January 29, 2020 (collectively, the RFP), a copy of which RFP is attached hereto and incorporated herein by this reference as Exhibit A; Whereas, after free and open competition, Contractor submitted a proposal (attached hereto and incorporated herein by this reference as Exhibit B), and was selected as the best responsive and responsible Contractor by the District (the Proposal); Whereas, the Contractor is interested in and capable of performing the network electronics services (hereafter further defined as the Services) for the District and the District desires to have the Contractor perform the Services; and NOW, THEREFORE, in consideration of the mutual covenants and conditions contained herein, the parties agree as follows: ARTICLE | SCOPE OF SERVICES TA The recitals set forth above are true and correct and are incorporated into this Agreement by this reference. Unless otherwise assigned a different meaning in this Agreement, defined terms in this Agreement shall have the same meaning as the defined terms in the RFP. 1.2 The parties agree that the purpose of this Agreement is that the Contractor shall fully, timely, and continuously provide the District the Services in a manner in accordance with the District's objectives set forth in the RFP and this Agreement. The contract documents consist of this Agreement, the RFP, and the Proposal. In the event of any conflict or ambiguity among these documents, the priority set forth in Section 13.7.16 of the RFP is assigned. All of Contractor's exceptions to the RFP set forth in its Proposal, if any, are stricken in their entirety and void except as may be specifically addressed in this Agreement. ARTICLE Il COMMENCEMENT AND RENEWAL 2.1 See Section 2.3 of the RFP, which provides that the initial term commences July 1, 2020 and ends September 30, 2021, with two (2) potential annual renewals. The Services shall commence according to the schedule set forth in the RFP. ARTICLE Ill COMPENSATION 3.1 The compensation is as set forth in the RFP and the rates set forth in the Proposal. In no event shall the District be responsible to the Contractor for compensation in excess of the maximum obligated amounts stated in this Agreement, except as amended pursuant to the provisions of the RFP. The District representative and the Contractor representative shall establish the format of invoices to the District pursuant to the requirements of the RFP. 3.2 The Contractor executed and delivered the federal forms set forth in Exhibit 2 of the RFP concurrent with Contractor's submission of its Proposal. The Contractor agrees to re-execute and deliver the federal forms concurrent with any amendment or renewal of this Agreement. ARTICLE IV TERMINATION 41 This Agreement may be terminated as set forth in the RFP. ARTICLE V MEETINGS; REPORTS; NOTICES 5.1 The parties agree that all communications relating to the day-to-day activities shall be exchanged between the respective representatives of the District and the Contractor, which representatives shall be designated by the parties, in writing, promptly upon commencement of the Services. 5.2 The Contractor shall provide records and information and fully cooperate (notwithstanding any Contractor claims of trade secrets, proprietary or confidential information) with the District as to all matters pertaining to any and all legal, audit, administration, and compliance requirements relating to the Services and the contract documents. 5.3 All formal notices and communications in writing required or permitted hereunder may be delivered via overnight delivery, or pre-paid certified mail, return receipt requested, to the representatives of the District as set forth in Section 13.7.14 of the RFP, and to the Contractor as set forth below. Until changed by notice in writing, all such notices and communications shall be addressed as follows: If to the Contractor: Step CG, LLC Attn: Member 525 W. Fifth Street, Suite 332 Covington, KY 41011 ARTICLE VI MISCELLANEOUS 6.1 The Article and Section headings are for reference and convenience only and shall not enter into the interpretation hereof. 6.2 This Agreement may be executed via facsimile and in one or more counterparts, each of which will be deemed an original, but all such facsimiles and counterparts will together constitute but one and the same instrument. Each person signing below is authorized to sign on behalf of such party. IN WITNESS WHEREOF, the parties have duly executed this Agreement as of the date first above written. STEP CG, LLC By: & tMA Name: Sara Voss, Business Manager itle: Member [Signatures on next page] [Signature Page to Agreement between The School Board of Duval County, Florida, and Step CG, LLC For RFP 06-20/LM Network Electronics Configuration and Installation] ATTEST: THE SCHOOL BOARD OF DUVAL COUNTY, FLORIDA By: Warn - . Diana Greene, Superintendent Gielen of Schools and Ex-Officio Secretary to the Board Form Approved: Approved by Board on May, 2020 By: Office of General Counsel EXHIBIT A REP EXHIBIT B CONTRACTOR'S PROPOSAL May 19, 2020, Regular Board Meeting Title 21. NETWORK ELECTRONICS CONFIGURATION AND INSTALLATION Recommendation That the Duval County School Board approve the agreement to award RFP No. 06- 20/LM for Network Electronics Configuration and Installation with Step CG, LLC, in an amount not to exceed $790,230.00 through the term (and any renewals) of the agreement. The initial term of the agreement is July 1, 2020 through September 30, 2021, and there are two (2) additional one (1) year renewals. That the Duval County School Board authorize the Board Chairman or Vice Chairman, and the Superintendent, execute the agreement contingent upon form approval by the Office of General Counsel. That the Duval County School Board delegate authority to the Superintendent or her designee to renew the contract for subsequent years, provided that the terms and conditions are favorable to the school District and subject to the availability of funds, and upon form approval by the Office of General Counsel. Description This contract was a competitive solicitation for Network Electronics Configuration for schools and administration sites to provide for the following: The configuration and installation of 3,600 Extreme networks Gathering VLAN and port configuration information on current switches Upgrading code on new switches to a pre-determined version Racking and cabling new switches to patch panels Testing connectivity from the new switches, and keeping detailed documentation of the process Gap Analysis This RFP was initiated to increase the functionality, capability, and reliability of the installation and configuration of the network by using cost-effective options for schools and administrative sites. Previous Outcomes The deployment of this number of switches is not viable to the project schedule based on e- ratable purchase and installation requirements, due to the number of in-house staff. Previous deployments at schools were self performed. Expected Outcomes To provide each school and administrative site with greater network capability to support online testing, CTE Programs, STEM, gaming, and computer labs, with increased visibility into the network will allow us to configure, track and maintain devices, troubleshoot when outages occur, and activate alerts including emergencies. Of the total cost of the project, 80-90% is covered by E-rate funding. Strategic Plan Goal Ensure Effective, Equitable, & Efficient Use of Resources Aligned to Improved Student Outcomes Financial Impact Funding Stream The portion of funds from the district will come from Capital and Operating. The remaining cost will be funded by E-Rate. RC: various Fund: various Function: various Object: various Contact James Culbert, Chief Information Officer, 904-348-7172 Attachments 1. Network Electronics (agenda) DUVAL COUNTY PUBLIC SCHOOLS Purchasing Department 1701 Prudential Drive, Suite 322 Jacksonville, FL 32219 PH (904) 858-4848 FAX (904) 858-4868 MARCH 16, 2020 NETWORK ELECTRONICS CONFIGURATION AND INSTALLATION RFP NO. 06-20/LM RECOMMENDATION FOR AWARD DATE OPENED: MARCH 5, 2020 Any actual or prospective bidder, proposer or contractor who is aggrieved in connection with the intended award of a contract may file a protest and shall deliver its written notice of protest to the Assistant Superintendent, Operations, or designee (hereinafter Hearing Officer) immediately, but no later than two (2) working days after recommendation of award, if not to the apparent low bidder, which will initiate the 48-hour notice requirement. The written protest with documentation shall be delivered to the Hearing Officer no later than 2 p.m. on the 4" calendar day immediately following the notice of intent to award recommendation as is appropriate. If that day is a School Board non-workday, the protest shall be delivered no later than 9 a.m. the next Duval County School Board (DCSB) work day. Protests shall be presented with specificity, and every issue shall be fully documented. SEE ATTACHED EVALUATION COMMITTEE SUMMARY Ranking Proposer Available Points Points Attained Percentage 1 Step CG, LLC 300 264.00 88% 2 PCS Solutions and Integration, Inc 300 106.00 35% Recommended Awawdee Page 1 of 3 RFP No. 06-20/LM, Network Electronics Configuration and Installation ADDENDUM NO. 2 ADDENDUM NO. 2 www.duvalschools.org/purchasing Issue Date: February 11, 2020 Phone: 904-858-4859 Buyer: Louis Mitchum Bid Number: RFP No. 06-20/LM Bid Title: Network Electronics Configuration and Installation Term of Bid: July 1, 2020 through September 30, 2021 Opening: Thursday, February 13, 2020, 2:00 p.m. (EDT). Bids received prior to this date and time will be opened in the Conference Room, and may not be withdrawn for 120 days after opening. All bids received after the specified date and time will be returned unopened. Thursday, March 5th, 2020, 2:00 p.m. (EDT). Bids received prior to this date and time will be opened in the Conference Room, and may not be withdrawn for 120 days after opening. All bids received after the specified date and time will be returned unopened. The addendum shall serve to amend, replace and append information provided to potential respondents in the original RFP package. To assist in the development of their responses, interested firms are encouraged to carefully review the information found in this addendum and on any additional enclosed documents. Purpose: To change the Opening and evaluation dates; RFP Release Date: January 16th, 2020 Deadline for Written Questions: January 28th, 2020, 4:00 p.m. (EDT) Proposals Opened: February 13th, March 5th, 2020, 2:00 p.m. (EDT) Committee Evaluation: February 21st March 16th, 2020 Board Award: April, 2020 1. eile re http://www.duvalschools.org/purchasing http://www.duvalschools.org/purchasing Page 1 of 3 RFP No. 06-20/LM, Network Electronics Configuration and Installation ADDENDUM NO. 1 ADDENDUM NO. 1 www.duvalschools.org/purchasing Issue Date: January 29, 2020 Phone: 904-858-4859 Buyer: Louis Mitchum Bid Number: RFP No. 06-20/LM Bid Title: Network Electronics Configuration and Installation Term of Bid: July 1, 2020 through September 30, 2021 Opening: Thursday, February 13, 2020, 2:00 p.m. (EDT). Bids received prior to this date and time will be opened in the Conference Room, and may not be withdrawn for 120 days after opening. All bids received after the specified date and time will be returned unopened. The addendum shall serve to amend, replace and append information provided to potential respondents in the original RFP package. To assist in the development of their responses, interested firms are encouraged to carefully review the information found in this addendum and on any additional enclosed documents. Purpose: To answer questions received in accordance with this RFP 1. Question: What is the existing switching infrastructure consists of as far as vendor and models? Answer: Schools currently have a mixture of the following Switch infrastructure. Avaya 8600 Passport Extreme/Avaya VSP 4450GSX-PWR+ Extreme/Avaya VSP 8404C Most schools have the following Layer 2 switches. These are the switches to be replaced. Extreme/Avaya ERS3510GT-PWR+ Extreme/Avaya ERS4526FX Extreme /AvayaERS4524GT Extreme/Avaya ERS4524GT-PWR Extreme/Avaya ERS4548GT Extreme/Avaya ERS4548GT-PWR D-LINK DGS-1210-10P Some schools have these layer 2 switches in addition to the ones listed above. The layer 2 switches listed below are not to be replaced at the locations where they are installed. Extreme/Avaya ERS4826GTS Extreme/Avaya ERS4826GTS-PWR+ eile re http://www.duvalschools.org/purchasing http://www.duvalschools.org/purchasing Page 2 of 3 RFP No. 06-20/LM, Network Electronics Configuration and Installation ADDENDUM NO. 1 Extreme/Avaya ERS4850GTS Extreme/Avaya ERS4850GTS-PWR+ Extreme/Avaya ERS4926GTS Extreme/Avaya ERS4926GTS-PWR+ Extreme/Avaya ERS4950GTS Extreme/Avaya ERS4950GTS-PWR+ 2. Question: Are all LANs localized to the individual schools or are the logically connected by VPN, network or overlay, etc.? Answer: All Schools have localized LANs and consist of a layer 3 router and layer 2 switches. Schools are connected to a Central site via either a 500Mb or 1000Mb WAN link. Schools either have an Avaya 8600 Passport, Extreme/Avaya VSP 4450GSX- PWR+ or an Extreme/Avaya VSP 8404C for layer 3 at the schools and to connect the school WAN to the Centralized site. 3. Question: Does the District have an overreaching architectural design that is documented? If the answer is yes, will the District share that document? If the answer is no, will the District expect this type of design and documentation to be delivered as part of the contact by the integrators qualified engineering staff? Answer: Yes, all switches are configured with the same VLANs and uplink connectivity. Detailed design will be discussed with awarded vender. 4. Question: Will the District require any new cabling (fiber/copper) for this upgrade? Answer: No 5. Question: Does the District have facility documentation of all the schools, i.e. site floorplans, existing power in data closets, data infrastructure inventories, etc.? If not, does the District wish to have an assessment performed as a baseline? Answer: Yes 6. Question: Does the District allow for pre-implementation surveys of school sites in the schedule? Answer: Yes, if winning vendor deems it necessary. DCPS has site surveys that could be used. 7. Question: In the RFP, the District states All switches will be in a central location for configuration and the district will deliver the switches to the schools when possible. There will be times that the Contractor will be responsible for delivering switches to the schools sites for installation. Will the district allow for the switches to be re-located to an approved integrators lab facility for burn-in and configuration? Answer: No If the answer to the question above is No, then: Page 3 of 3 RFP No. 06-20/LM, Network Electronics Configuration and Installation ADDENDUM NO. 1 8. Question: Does the District have facility capability to handle large scale burn-in and Configuration? Answer: Yes Capabilities would be: Sufficient power Sufficient rack space Sufficient workspace for switch assemblage 9. Question: Will the awarded contractor be expected to perform switch assemblage (i.e. unboxing, appending rack mounts, attaching support pieces such as power supplies and uplink modules and SFPs where applicable, etc.)? Answer: Yes, with the assistance of DCPS IT Staff 10. Question: Will the awarded contractor be granted remote access to perform configuration functions (i.e. VPN access)? Answer: No 11. Question: Will the awarded contractor be allowed to supply and deploy its own assets for remote configuration (i.e. servers and switches)? Answer: No 12. Question: Does the District have a rollout timeline? Can we install 8-10 schools per week? Answer: Deployment timeline will be based on ability to get access to schools. 13. Question: Can the integrators project manager control the rollout after advisement and guidance from the Districts stakeholders? Answer: No, the rollout will be controlled by the Districts Supervisor of Network Operation 14. Question: Testing connectivity of the switch can be defined in many ways. Is there a drafted test plan that already exists that would include testing applications, voice call performance, and/or bandwidth? If not, should the integrators engineers develop a thorough test plan so the District can accurately measure success? Answer: Test criteria will be mutually agreed upon by the winning vendor and DCPS Supervisor of Network Operations. RFP No. 06-20/LM, Network Electronics Configuration and installation REQUEST FOR PROPOSALS (RFP) RFP NO. 06-20/LM Network Electronics Configuration and Installation RFP Release Date: January 16th, 2020 Deadline for Written Questions: January 28th, 2020, 4:00 p.m. (EDT) Proposals Opened: February 13th, 2020, 2:00 p.m. (EDT) Committee Evaluation: February 21st, 2020 Board Award: April, 2020 DUVAL COUNTY PUBLIC SCHOOLS Purchasing Services Department 1701 Prudential Drive Jacksonville, Florida 32207 eile re http://www.duvalschools.org/dcps Page 1 of 26 RFP No. 06-20/LM, Network Electronics Configuration and Installation ATTACHMENT A Duval County Public Schools www.duvalschools.org 1701 Prudential Drive PHONE: (904) 390-2000 Jacksonville, FL 32207-3235 TDD: (904) 390-2898 Purchasing Services PH: (904) 858-4848 1701 Prudential Drive FAX: (904 858-4868 Jacksonville, FL 32207-3235 Request for Proposals (RFP) Required Response Form Network Electronics Configuration and Installation RFP No. 06-20/LM This response must be submitted to Duval County Public Schools, Purchasing Services, 1701 Prudential Drive, Suite 322, Jacksonville, FL 32207, no later than 2:00 p.m. EDT on Thursday, February 13th 2020 and plainly marked RFP No. 06-20/LM. Responses are due and will be opened at this time. Responses received after 2:00 p.m. EDT on the date due will not be considered. Anti-Collusion Statement / Public Domain I, the undersigned vendor have not divulged, discussed, or compared this proposal with any other vendors and have not colluded with any other vendor in the preparation of this proposal in order to gain an unfair advantage in the award of this proposal. I acknowledge that all information contained herein is part of the public domain as defined in the Public Records Act, Chapter 119, F.S. Proposal Certification I hereby certify that I am submitting the following information as my company's response and understand that by virtue of executing and returning with this response this REQUIRED RESPONSE FORM, I further certify full, complete, and unconditional acceptance of the contents of all pages, inclusive of this Request for Proposal, and all appendices/attachments and the contents of any Addendum released hereto. VENDOR (firm name): STREET ADDRESS: CITY & STATE: PRINT NAME OF AUTHORIZED REPRESENTATIVE SIGNATURE OF AUTHORIZED REPRESENTATIVE: TITLE DATE: CONTACT PERSON: CONTACT PERSON'S ADDRESS: TELEPHONE: FAX: TOLL FREE: INTERNET E-MAIL ADDRESS: INTERNET URL: VENDOR TAXPAYER IDENTIFICATION NUMBER: SPIN# NOTE: Entries must be completed in ink or typewritten. An original manual signature is required. eile re http://www.duvalschools.org/dcps http://www.duvalschools.or/#g Page 2 of 26 RFP No. 06-20/LM, Network Electronics Configuration and Installation ITEMS TO BE RETURNED WITH PROPOSAL: 1. Required Response Form Attachment A Page 1 of 26 2. Cost Proposal Form Attachment B 3. Office of Economic Opportunity Proposed Schedule of Participation Attachment C 4. E-RATE Supplemental Terms and Conditions Attachment D 5. Reference Form Attachment E 6. Warranty Information Attachment F Note: In accordance with section 4.3, please submit proposal as follows: 1. One (1) manually signed original 2. Two (2) photocopies of original 3. Five (5) USB Flash Drives in .pdf format Proposals to be delivered to: 1701 Prudential Drive, Suite 322 Jacksonville, Florida 32207 Page 3 of 26 RFP No. 06-20/LM, Network Electronics Configuration and Installation DUVAL COUNTY PUBLIC SCHOOLS RFP: NETWORK ELECTRONICS CONFIGURATION AND INSTALLATION RFP No. 06-20/LM INDEX 1.0 Introduction 2.0 District Objectives/Scope of Services 3.0 Ex Parte Communication 4.0 Preparation and Submission Requirements 5.0 Familiarity With District and Additional Information 6.0 Time Schedule 7.0 Districts Rights and Reservations 8.0 Proposal Format and Evaluation Criteria 9.0 Proposal Evaluation Process 10.0 Contractor Certification and Qualifications 11.0 Cancellation of Award/Termination 12.0 Default 13.0 Legal Requirements 14.0 Federal and State Tax 15.0 Conflict of Interest 16.0 Insurance Requirements 17.0 Indemnification/Hold Harmless Agreement 18.0 Public Records Law 19.0 Permits and Licenses 20.0 Public Entity Crimes 21.0 Assignment of Contract and/or Payment 22.0 Agreement 23.0 Dispute 24.0 Disclaimer 25.0 Office of Economic Opportunity (OEO) Encouragement Page 4 of 26 RFP No. 06-20/LM, Network Electronics Configuration and Installation ATTACHMENTS: A. Required Response Form Page 1 of 26 B. Cost Proposal Form Attachment B C. Office of Economic Opportunity Compliance Statement Attachment C D. E-RATE Supplemental Terms and Conditions Attachment D E. Reference Form Attachment E F. Warranty Information Attachment F EXHIBITS: 1. Evaluation Worksheet 2. Composite Federal Forms Page 5 of 26 RFP No. 06-20/LM, Network Electronics Configuration and Installation DUVAL COUNTY PUBLIC SCHOOLS RFP: NETWORK ELECTRONICS CONFIGURATION AND INSTALLATION RFP No. 06-20/LM 1.0 INTRODUCTION: 1.1 Purpose: The purpose and intent of this Request for Proposals (RFP) is to seek proposals from interested, available and qualified firms to provide secure prices and establish a Term Contract for Extreme Switch configuration and installation, under the Universal Service Fund (E-Rate). An agreement will then be entered for the selected firm (Contractor) to provide the described services for Duval County Public Schools (DCPS or the District). This solicitation is to purchase the configuration and installation of Extreme switches, that have already been purchased by the District, for the upgrade of the Districts Local Area Networks at schools throughout the district. This includes gathering VLAN and Port configuration information on current switches, upgrading code on new switches to a predetermined version, configuration of new switches with VLAN and port assignments for each site, documenting the configuration information for old and new switches, unracking current switches at schools, racking and cabling new switches to patch panels, testing connectivity from the new switches and keeping detailed documentation of each step of the process. We require the proposed documentation document submitted with bid submittal along with a methodology of how this process will be carried out. There are approximately 3,600 switches to be installed at approximately 140 Schools. All switches will be in a central location for configuration and the district will deliver the switches to the schools when possible. There will be times that the Contractor will be responsible for delivering switches to the schools sites for installation. The District will be filing for E-Rate for this project and intends to use Service Provider Invoicing (SPI) billing. 1.2 General Information about District Schools: The District and its governing board were created pursuant to Section 4, Article IX of the Constitution of the State of Florida. The District is an independent taxing and reporting entity managed, controlled, operated, administered, and supervised by the Districts school officials. The Board consists of seven elected officials responsible for the adoption of policies, which govern the operation of the District. The Superintendent of Schools is responsible for the administration and management of the schools within the applicable parameters of state and federal laws and regulations, State Board of Education Rules, and School Board policies. The Superintendent is also specifically delegated the responsibility of maintaining a uniform system of records and accounts in the District. The District is coterminous with Duval County, which covers 850 square miles and operates 171 facilities, including administrative areas, elementary schools, middle schools, high schools and specialized schools. The District serves approximately 128,000 students (the student population changes annually). It is the Page 6 of 26 RFP No. 06-20/LM, Network Electronics Configuration and Installation second largest employer in Jacksonville with approximately 11,800 full time staff (approximately 8,300 teachers) at 99 elementary schools, 3 grades K-6 schools, 2 grades K-8 schools, 24 middle schools, 2 grades 6-12 schools, 19 high schools, 6 exceptional student centers, 1 virtual school, 7 alternative schools, 33 charter schools, and additional administrative facilities. The administration of this Contract is a function of the Districts Technology Department. All post-award communications shall be directed Supervisor, Network Operations. For more information about the District, please visit www.duvalschools.org on the internet. 2.0 DISTRICT OBJECTIVES/SCOPE OF SERVICES: 2.1 Objective: The District wishes to receive proposals from qualified firms to provide Extreme Switch configuration and installation under the Universal Service Fund (E-Rate). This solicitation is to Configure and Install newly purchased Extreme switches for the District to ensure future oriented technology which will be compatible Interchangeable, and interoperable with the existing Fabric Connect, Fabric Attach, Fabric Extend and Shortest path Bridging Standard already deployed throughout the District network. Currently the infrastructure supports 1 Gig to 10 Gig throughout the campus and 1 Gig in portables. 2.2 Scope: A. The selected Contractor as a result of this RFP will provide configuration and installation of Network Electronics, already purchased by the District, for the period of July 1, 2020 through September 30, 2021. B. All submissions must provide documentation evidence that their proposed team is completely knowledgeable, has worked with and is familiar with the current District Fabric Connect, Fabric Attach and Shortest Path Bridging LAN standard, Vlans, Automated Campus, has a strong familiarity with Extreme ERS, Extreme VSP and Extreme X440- G2 switches, strong familiarity with LLDP, SLPP, SPB, ISIS, MLT, SMLT, Upgrading ERS, VSP and X440-G2 switches, layer 3 routing and layer 2 switching, port and cable labeling, Cleaning and working with fiber connections and patch cables, Extreme XMC. Must also provide with the proposal a Method of Procedure document that will ensure a successful deployment. C. Projected spending set forth in this proposal is based on anticipated installations over the next one-year period and is subject to the 1-year project plan for the District. These quantities are not guaranteed however; the proposer agrees that the unit price(s) offered shall be maintained with regard to the quantity actually purchased. The contract can be renewed for 2 additional 1 year periods, upon the consent and agreement of both parties. The fee structure of the Contractor shall remain firm for the entire contract term including any and all renewals. D. E-Rate Eligibility: E-Rate Form 470 has been filed for this proposal to enable DCPS to apply for E-Rate funding for services. It is understood that not all services purchased against this proposal will be E-Rate eligible. Vendor must maintain a valid Service Provider Identification Number (SPIN#) for term of this contract, including any subsequent renewals. Vendors who are not listed as having a current SPIN# with the Universal Service Administrative Company (USAC) at time of proposal submission will http://www.duvalschools.org/ Page 7 of 26 RFP No. 06-20/LM, Network Electronics Configuration and Installation considered non-responsive and ineligible for award. Additional information regarding SPIN# is available at http://www.universalservice.org/sl/providers/step01/default.aspx or 888-641-8722. 2.3 Contract Term: The District shall select a Contractor to provide a secure pricing and establish a Term Contract for Network Electronics Configuration and Installation E-Rate herein described for the District commencing from July 1, 2020 through September 30, 2021 (subject, however, to availability of lawfully appropriated funds for each District fiscal year). The Contract may thereafter be renewed for two (2) additional one (1) year periods, upon the consent and agreement of both parties. The fee structure of the Contractor shall remain firm for the entire contract term including any and all renewals. 3.0 EX PARTE COMMUNICATION: Ex parte communication, whether verbal or written, by any potential Respondent or representative of any potential Respondent to this RFP with District personnel involved with or related to the RFP, other than as designated in this document, is strictly prohibited. Violation of this restriction may result in the rejection/disqualification of the Respondents proposal. Ex parte communication, whether verbal or written, by any potential Respondent or representative of any potential Respondent to this RFP with Board members is also prohibited and will result in the disqualification of the Respondent. Notwithstanding the foregoing, communications are permissible by this Section when such communications with a prospective Respondent are necessary for, and solely related to, the ordinary course of business concerning the Districts existing contract(s) for the materials or services addressed in this RFP (but in no event shall any existing vendor intending to submit a proposal initiate communications to any member(s) of the School Board of Duval County, Florida; it being understood such communication initiated by a vendor under these circumstances would not be in the ordinary course of business). 4.0 PREPARATION AND SUBMISSION REQUIREMENTS: 4.1 Proposals not conforming to the instructions provided herein will be subject to disqualification at the sole option of the District. 4.2 All proposals must be received no later than 2:00 p.m. (EDT), on February 13th, 2020. Official time for the purpose of RFP opening will be calibrated using http://www.timeanddate.com/worldclock/results.html?query=jacksonville. If a proposal is transmitted by US Mail or other delivery medium, the Proposers(s) will be responsible for its timely delivery to Purchasing Services, 1701 Prudential Drive, Jacksonville FL 32207. Any proposal received after the stated time and date or at other location will not be considered. 4.3 One manually signed original, two (2) photocopies of original, and five (5) copies on USB Flash Drive. (5 USB Flash Drives to be submitted) of the complete proposal must be sealed and clearly labeled "REQUEST FOR PROPOSAL: Network Electronics Configuration and Installation" on the outside of the package. The legal name, address, Proposers' contact person, and telephone number must also be clearly annotated on the outside of the package. http://www.universalservice.org/sl/providers/step01/default.aspx https://urldefense.proofpoint.com/v2/url?u=http-3A__www.timeanddate.com_worldclock_results.html-3Fquery-3Djacksonville&d=DQMFAg&c=euGZstcaTDllvimEN8b7jXrwqOf-v5A_CdpgnVfiiMM&r=LK24Vt5YsbyRjurOMAuQ5yAEinvr8oN7T9yeMkZrCMo&m=speK1URP25MrTnirmFMtOJA7tppGm628odAFJvXaHxQ&s=KkoIsemYwyfhpbBk-p1An1l32uTVF5XzYeORB7hQldQ&e= Page 8 of 26 RFP No. 06-20/LM, Network Electronics Configuration and Installation The manually signed original shall be marked as ORIGINAL. Once accepted, all original proposals and any copies of proposals become the sole property of the District and may be retained by the District or disposed of in any manner the District deems appropriate. All proposals must be signed by an officer or employee having authority to legally bind the Proposers(s). Any corrections of unit prices must be by line-outs of the original prices with correct amounts typed or written in and initialed by the originator. Corrections made using correction fluid (white out) or any other method of correction are unacceptable. NOTE: It is the sole responsibility of each respondent to assure all proposal copies are EXACT duplicates of the original proposal. USB Flash Drives will be utilized by the Evaluation Committee for the purpose of evaluation of proposals. Any information contained in the original proposal which has not been transferred to the USB Flash Drive or photocopies will NOT be considered. The original document will be used solely for official record keeping purposes. 4.4 Potential Proposers shall not contact, by written or verbal communication, any District employee for information regarding this RFP other than as expressly permitted by this RFP. Additions, deletions or modifications to information contained in the RFP document will be presented to all potential Proposers by means of a written addendum, if necessary. No verbal or written information which is obtained other than by information in this document or by addendum to this RFP will be binding on the District. Any questions or requests for clarification regarding this RFP shall be submitted to Louis Mitchum, Purchasing Services in writing via e-mail at mitchuml@duvalschools.org. The deadline for such questions or requests will be 4:00 p.m., EDT on Tuesday, January 28th, 2020 unless otherwise extended in writing by the District. Questions or requests for clarification received after the deadline will NOT be addressed. Note that Proposers are requested to submit questions regarding this RFP for the Districts clarification via issued Addenda, instead of Proposers taking exceptions to any terms or conditions of this RFP within the submitted proposal. 4.5 Any proposal may be withdrawn prior to the date and time the proposals are due. Any proposal not withdrawn will constitute an irrevocable offer, for a period of one hundred twenty (120) days, to provide the District ample time to award the Contract for the services specified in the proposal and this RFP. Concurrent with the delivery of the Proposers proposal, the Proposer shall also irrevocably deliver a completed and properly signed Attachment A. Upon completion of the award process and within three (3) business days of the School Boards completion of the award process at its duly called meeting the required insurance certificate must be delivered. (see Section 16.0 of this RFP). 5.0 FAMILIARITY WITH DISTRICT AND ADDITIONAL INFORMATION: Proposers should become familiar with any local conditions which may, in any manner, affect the services required. The Proposers(s) is/are required to carefully examine the RFP terms and to become thoroughly familiar with any and all conditions and requirements that may in any manner affect the work to be performed under the Contract. No additional allowance will be made due to lack of knowledge of these conditions. mailto:mitchuml@duvalschools.org Page 9 of 26 RFP No. 06-20/LM, Network Electronics Configuration and Installation Submission of a proposal shall constitute acknowledgement by the Proposers that it is familiar with all conditions. The failure to familiarize itself with the sites shall in no way relieve him or her from any obligations with respect to the proposal. 6.0 TIME SCHEDULE: The District will attempt to adhere to the following time schedule: Thursday, January 16th, 2020, RFP Release Tuesday, January 28, 2020, at 4:00 p.m. (EDT) Deadline for Questions Thursday, February 13th, 2020, at 2:00 p.m. (EDT) Proposal Opening Friday, February 21st, 2020, Committee Evaluation April, 2019 Board Award Inquiries regarding the status of a proposal must not be made prior to the posting of award recommendation. 7.0 DISTRICTS RIGHTS AND RESERVATIONS: A. The District reserves the right to accept or reject any or all proposals. B. The District reserves the right to waive any irregularities and technicalities and may at its sole discretion request clarification or other information to evaluate any or all proposals. C. The District reserves the right, before awarding the Contract, to require Proposers(s) to submit additional evidence of qualifications or any other information the District may deem necessary. D. The District reserves the right, prior to its Board approval, to cancel the RFP or portions thereof, without liability to any Proposers or the District. E. The District reserves the right to: (1) accept the proposals of any or all of the items it deems, at its sole discretion, to be in the best interest of the District; and (2) the District reserves the right to reject any and/or all items proposed. F. The District reserves the right to further negotiate any proposal, including price, with the highest rated Proposer. If an agreement cannot be reached with the highest rated Proposer, the District reserves the right to discontinue negotiations and to negotiate and recommend award to the next highest ranked Proposer or subsequent Proposer(s) until an agreement is reached. G. The District reserves the right to require presentations/interviews with the highest ranked respondents. If presentations/interviews are deemed necessary, the District will notify the affected respondents by email not later than seven business days prior to their respective scheduled presentation/interview. 8.0 PROPOSAL FORMAT AND EVALUATION CRITERIA: In order to maintain comparability and enhance the review process, it is required that proposals be organized in the manner specified below. Include all information in your proposal. Proposers are encouraged to provide tab separations for each item. Proposals received which do not address ALL items and sub-items listed in this section may be considered nonresponsive. A. PRICE OF THE ELIGIBLE PRODUCTS AND SERVICES: (50 Points) Page 10 of 26 RFP No. 06-20/LM, Network Electronics Configuration and Installation The District will consider and rate the explanation and detail of the rates and fees. B. REFERENCES: (15 Points) List three (3) reference from K-12 educational institutions (each with 30 or more sites) contracts providing similar services. Which have successfully installed and deployed Fabric Connect, Fabric Attach, Fabric Extend and Shortest Path, or Equivalent Network technology. The District will consider the acceptability of the three references presented by the proposers from customers with environments similar to the District. Reference information must include company name/project, contact name, address, telephone number and a valid email address. See reference form Attachment E. C. EXPERIENCE: (20 Points) Provide a detailed narrative that demonstrates your company experience in providing, installing and maintaining like services for customers, knowledge of current state-of-the-art technology, and experiences in managing projects of similar scope and nature in a regional setting and with large K-12 educational institution. The offeror must provide a history of the company, strength and stability, licensing information, years in providing Data Communications services. The District currently uses Identity Engines Network Access Control an Extreme Control for network monitoring and management. The proposer is requested to submit a letter outlining their experience with these or similar products. The proposer is asked to include in this letter experience in large enterprise network deployments using Fabric and Shortest Path Bridging other than those covered in the reference letters submitted. D. VALUE TO THE DISTRICT: (15 Points) Provide a detail narrative which explains your plan for configuring and deploying a large Quantity of equipment to numerous locations. Outline methods you will use to track configuration, code versions, IP Addressing, physical location, individual switch configuration, VLAN and port membership, asset information etc. E. OEO COMPLIANCE STATEMENT (Attachment C): Submit with signatures as specified. This is a required submittal. No points are assigned to this required item. 9.0 PROPOSAL EVALUATION PROCESS: Proposals are received and publicly opened. Only names of Proposers are read at this time. An Evaluation Committee will convene, review and evaluate all proposals submitted based on the factors set forth in the RFP. The Proposers complete response will be reviewed and evaluated by the Evaluation Committee. Page 11 of 26 RFP No. 06-20/LM, Network Electronics Configuration and Installation The Evaluation Committee reserves the right to interview any or all Proposers and to require a formal presentation with the key people who will administer and be assigned to work on the contract before recommendation of award. All proposals will be evaluated in accordance with the evaluation criteria specified in this document. Information derived by investigation and overall due diligence of District staff will be considered. Based on the proposals received, the District may elect to proceed based on any of the following options, but will not necessarily be limited only to these options: (1) Award to the best initial proposal without any further discussion or negotiation; (2) Negotiate with the highest ranked Proposer; or, (3) Allow the top ranked Proposers make oral presentations. Proposers are advised to provide their respective best offer with the initial proposal because the District reserves the right to award a Contract based on initial proposals without further discussion or negotiation. The proposal most advantageous to the District in its sole discretion will be selected. The District reserves the right to negotiate revisions to or removal of unacceptable clauses or restrictions incorporated within an otherwise acceptable proposal. In the event that a mutually acceptable contract between the District and the selected Proposers cannot be successfully negotiated and executed, then the District reserves the right to discontinue negotiations with such Proposers and to negotiate and execute a Contract with the next-ranked Proposers. Note section 4.4 above, where Proposers are requested to submit questions during the addendum process instead of taking exceptions within the proposal to the terms and conditions in this RFP. The District reserves all rights, in its sole discretion, not to issue an award to any Proposers, to cancel this RFP at any time, to reissue this RFP for any reason, or a combination of any or all of the above. The District will not be liable to any Proposer for any costs incurred in connection with this RFP as a result of any of the above stated actions taken by the District. A recommendation agenda item will be submitted to the Superintendent of Schools, Duval County, Florida. The Superintendent will then recommend to the School Board the award or rejection of any and/or all proposal(s). The School Board will then award or reject any or all proposal(s). 10.0 CONTRACTOR CERTIFICATION AND QUALIFICATIONS: At a minimum the vendor must have at least 1 engineer on staff, at the time of proposal submittal and for the duration of the contract, with an ACE Fx or alternative manufacturers equivalent certification level. Proof of certification must be submitted with proposal. Provide copies of the following (valid and current) licenses and/or certifications: Failure to provide this documentation may result in your proposal being considered non-responsive: Duval County Local Business Tax Receipt, (formerly Occupational License) or proof of an active Certificate of Authority issued by the Florida Department of State which authorizes the Proposer to transact business in the State of Florida. This proof must be provided by either submitting a copy of the Letter of Authority issued by the Office of the Secretary of State or by submitting a copy of the Certificate of Status Verification which may be obtained via Sunbiz.org-Department of State. The proposer(s) must have an adequate organization, facilities, equipment, and personnel to insure prompt and efficient service. The District reserves the right, before recommending an award, to inspect Page 12 of 26 RFP No. 06-20/LM, Network Electronics Configuration and Installation the facilities to determine ability to perform. The District reserves the right to reject proposals where evidence submitted, investigation and/or evaluation, is determined to indicate inability of the proposer to perform. 11.0 CANCELLATION OF AWARD/TERMINATION: 11.1 Cause: In the event the Contractor, either willfully or unintentionally violates any of the provisions of the Contract, the Superintendent or designee shall give written notice stating the deficiencies. The Contractor shall provide to the District its action plan within two (2) business days after the Districts notification, and the Contractor shall have ten (10) business days after the Districts initial notice to complete the cure set forth in its action plan. 11.2 Convenience: The District, reserves the right to terminate any contract resulting from this RFP, at any time and for any reason, upon giving no less than sixty (60) calendar days prior written notice. If said Contract should be terminated for convenience as provided herein, the District shall be relieved of all obligations under said Contract. Access to any and all work papers will be provided to the District after the termination of the Contract. The parties understand and agree that the Contractor shall in no event have the reciprocal right to terminate the Contract; it being understood that the Districts payments to the Contractor forms the consideration for the Districts termination for convenience not being available to Contractor. In the event of the Districts termination of the Contract, the District (in its sole election) may also require the Contractor to provide the transition assistance as set forth in Section 11.6 of this RFP. 11.3 Breach of contract resulting in termination of the Contractor for cause may result in the Contractor being debarred from future solicitations pursuant to School Board Policy 7.70. 11.4 FORCE MAJEURE: Whenever the Contractors place of business, mode of delivery or source of supply has been disrupted by acts of government, God, civic commotion, or war, it shall be the responsibility of the Contractor to promptly send written notice to the Districts Director of Purchasing Services, as to the extent of this disruption and its probable effect upon this Contract. If, in the opinion of the District, the disruption presented is commensurate with the conditions established herein, the District may elect to modify delivery/service timelines, renegotiate the Contract in whole or in part, or cancel all or any portion of the Contract. The Contractor will be given written notification of all decisions made. The decision of the District shall be final, and the Districts objective will be a solution that is mutually beneficial. 11.5 Notwithstanding anything to the contrary herein, each payment obligation of the District created by the Contract is conditioned upon the availability of funds that are appropriated or allocated for the payment of services. If such funds are not allocated and available, the Contract may be terminated by the District at the end of the period for which funds are available. The District shall notify the Contractor at the earliest possible time before such termination. No penalty shall accrue to the District in the event this provision is exercised, and the District shall not be obligated or liable for any future payments due or for any damages as a result of termination under this section. Page 13 of 26 RFP No. 06-20/LM, Network Electronics Configuration and Installation 11.6 In order to provide transition assistance to the District in the event that the Contract is terminated or expires, the Contractor agrees that the District may provide written notice to the Contractor retaining the Contractor for a mutually agreed upon period of time (at a minimum of one calendar month, plus five (5) additional calendar months on a month-by-month basis at the Districts sole and unilateral election) on the same terms and conditions set forth in the Contract (the Transition Assistance). The provisions of this section will not apply if the Contract is terminated by the Contractor based on an uncured event of default by the District. 12.0 DEFAULT: In the event that the Contractor breaches the Contract, the District reserves the right to seek any and all remedies in law and/or in equity. 13.0 LEGAL REQUIREMENTS: 13.1 It shall be the responsibility of the Contractor to be knowledgeable of and adhere to the requirements of any Federal, State, County and local laws and ordinances, rules and regulations that in any manner affect the items covered herein which may apply. Lack of knowledge by the Contractor shall in no way be a cause for relief from responsibility. Upon award, Contractor shall execute and deliver to the District, concurrent with its signature of the Agreement, the following, all of which shall be incorporated into the Agreement by this reference, and which are attached as composite Exhibit 2: (a) Federal Regulatory Compliance Statement; (b) Certification Regarding Drug-Free Workplace Requirements; (c) Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion; and (d) Non-Collusion Affidavit. 13.2 The District is committed to a policy of providing equal job opportunities on public contracts and prohibiting discrimination against any employee, applicant or Subcontractor. Accordingly, Contractor represents and warrants to the District that Contractor does not and will not engage in discriminatory practices and that there shall be no discrimination in connection with Contractors performance under the Contract on account of a persons actual or perceived identity with regard to race, color, religion, gender or gender identity, age, marital status, disability, sexual orientation, political or religious beliefs, national or ethnic origin, veteran status, any other protected status under applicable law, or any other distinguishing physical or personality characteristics. Contractor further covenants that no otherwise qualified individual shall, solely by reason of his/her actual or perceived identity with regard to race, color, religion, gender or gender identity, age, marital status, disability, sexual orientation, political or religious beliefs, national or ethnic origin, veteran status, any other protected status under applicable law, or any other distinguishing physical or personality characteristics, be denied the benefits of, or be subjected to discrimination, or be denied access and services, under any provision of the Contract. 13.3 Respondents affirm by submitting their proposals that they are equal opportunity and affirmative action employers and shall comply with all applicable federal, state and local laws and regulations including, but not limited to: Executive Order 11246 as amended by 11375 and 12086; 12138; 11625; 11758; 12073; the Rehabilitation Act of 1973, as amended; the Vietnam Era Veterans Readjustment Assistance Act of 1975; Civil Rights Act of 1964; Equal Pay Act of 1963; Age Discrimination Act of 1967; Immigration Reform and Control Act of 1986; Public Law 95-507; the Americans with Disabilities Act; 41 CFR Part 60 and any additions or amendments thereto. 13.4 JESSICA LUNSFORD ACT: Page 14 of 26 RFP No. 06-20/LM, Network Electronics Configuration and Installation The Contractor shall comply with and be responsible for all costs associated with the Jessica Lunsford Act, which became effective on September 1, 2005 (if applicable).

1701 Prudential Drive Jacksonville, FL 32207Location

Address: 1701 Prudential Drive Jacksonville, FL 32207

Country : United StatesState : Florida

You may also like

SOLARWINDS NETWORK CONFIGURATION MANAGER

Due: 19 Sep, 2024 (in 5 months)Agency: DEPT OF DEFENSE

Network Electronics

Due: 30 Sep, 2024 (in 6 months)Agency: Duval County Public Schools

SOLARWINDS NETWORK MANAGEMENT PLATFORM RENEWAL

Due: 28 Mar, 2024 (Today)Agency: OFFICES, BOARDS AND DIVISIONS

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.