PROJECT OVERVIEW AND BACKGROUND - bid4michigan.com  · Web view3.6 Implementation Support and...

58
REQUEST FOR PROPOSAL No. 5940 FOR IP Network Upgrade: Firewall, Core & Edge Switching Proposals Due: Tuesday, December 15, 2015 @ 3 P.M. Submit Proposal to: Macomb Community College Purchasing Department 14500 Twelve Mile Road Warren, MI 48088-3896 (Mailing Address) or [email protected] Request for Proposal Released October 22, 2015

Transcript of PROJECT OVERVIEW AND BACKGROUND - bid4michigan.com  · Web view3.6 Implementation Support and...

REQUEST FOR PROPOSAL

No. 5940

FOR

IP Network Upgrade:Firewall, Core & Edge Switching

Proposals Due: Tuesday, December 15, 2015 @ 3 P.M.

Submit Proposal to:

Macomb Community CollegePurchasing Department14500 Twelve Mile RoadWarren, MI 48088-3896

(Mailing Address)or

[email protected]

Request for Proposal Released October 22, 2015

Dennis CostelloPurchasing Administrator

(586) [email protected]

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

TABLE OF CONTENTS

1 PROJECT OVERVIEW AND BACKGROUND................................................. 3 1.1 Project Overview........................................................................................ 3 1.2 Background Information............................................................................. 4 1.3 Macomb Community College’s Technical Infrastructure............................. 42 PROPOSAL INSTRUCTIONS AND CONDITIONS......................................... 5 2.1 Intent.......................................................................................................... 5 2.2 Schedule of Events.................................................................................... 5 2.3 Proposal Clarifications............................................................................... 6 2.4 Deadline for Proposals............................................................................... 6 2.5 Requirements for Signing Proposal............................................................ 7 2.6 Examination of Work Site........................................................................... 7 2.7 Proposal Response Format......................................................................... 7 2.8 Confidential Information.............................................................................. 7 2.9 Right to Request Additional Information...................................................... 7 2.10 Proposal Preparation Costs....................................................................... 7 2.11 Standard Forms and Contracts................................................................. 8 2.12 Performance Bond................................................................................... 8 2.13 Selection Criteria...................................................................................... 8 2.13.1 Experience ……………............................................................................ 8 2.13.2 Proposal Price and Value......................................................................... 8 2.13.3 Compliance to Specifications..................................................................... 9 2.14 Selection Process...................................................................................... 9 2.15 Federal or State Sales, Excise or Use Taxes............................................. 9 2.16 Right of Refusal......................................................................................... 10 2.17 Turnkey Solution........................................................................................ 10 2.18 Proposal to Become Part of Agreement..................................................... 10 2.19 Confidential Information............................................................................. 103 PROPOSAL RESPONSE FORMAT............................................................... 10 3.1 Introduction................................................................................................ 10 3.2 Executive Summary (Section 1)................................................................. 11 3.3 Company Background (Sedtion2).............................................................. 11 3.4 Proposed Solution Summary (Section 3)................................................... 11 3.5 Implementation Plan (Section 4)................................................................ 12 3.6 Implementation Support and Maintenance (Section 5)............................... 12 3.7 License and Maintenance Agreements (Section 6).................................... 12 3.8 Cost Quotation (Section 7)......................................................................... 13 3.9 List of Clients and References (Section 8)................................................. 13 3.10 Technical and User Documentation (Section 9)......................................... 13 3.11 Exceptions/Deviations from Proposal Requirements (Section 10).............. 134 SCOPE OF WORK........................................................................................ 155 GENERAL CONDITIONS............................................................................... 216 INSURANCE.................................................................................................. 28 Appendix “A” – Supplemental Information………………………………………… 31

2

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

Appendix “B” – Mandatory Bid Response Form…………………………………… 32 Signature Page……………………………………………………………………….. 39 Appendix C………………………………………………………………………. 40

1. PROJECT OVERVIEW AND BACKGROUND

1.1 Project Overview

This RFP seeks proposals to upgrade the College’s existing IP network infrastructure, excluding wireless which was upgraded to an Aerohive environment in 2014. In addition to life-cycling components at EOL (end-of-life), the project will upgrade the College’s network topology from a layer-2 design to a tiered layer-3/layer 2 environment and incorporate dual IPv4/IPv6 protocols.

Proposals and installation sequence shall be structured in a manner to provide the College with the most favorable pricing, phased over a 6-9 month period to minimize disruption and match College staffing resources to effectively manage/perform the changes required. The College will accept (and encourages) proposals from vendors that cannot provide equipment for all three PARTS of the network upgrade (firewall only, for example) as long as the proposed components/systems fully interoperate with other components the College may decide to select. This separation is purposely intended to provide the College manufacturer/platform flexibility should pricing and/or feature sets suggest a “best of breed” philosophy be superior to that offered by a single manufacturer:

PART ONE -Core Switching

PART TWO -Network Security/Firewall

PART THREE -Edge switching

BID ALTERNATE #1 -Systemax iPatch

A successful project will include:

Furnish, install and configure network components selected. The College will provide any additional wiring and/or network switching gear that might be necessary to support the final solution.

Provide spare equipment per bid recommendations. QoS controls to allow for expansion of VOIP capabilities Support for full video-streaming and video-distribution over the LAN Stricter inter-VLAN access rules to improve network and data security -- identify,

isolate and control illegitimate traffic or system anomalies. Enable QOS to guarantee bandwidth allocation and prioritization for mission

critical applications and de-prioritization of less critical network traffic.

3

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

Provide the necessary, scalable network capacity to support instructional technologies for the next five years, including but not limited to, HD/ UHD classroom videoconferencing, internet bandwidth transport support of 2 Gb and 10 Gb on campus network traffic support.

A detailed BOM of equipment and services to upgrade the entire system of all buildings at all four campuses.

Spare parts inventory that supports an appropriate balance of downtime risk, investment cost and procurement latency of warranty replacement components.

1.2 Background Information

Located in Southeastern Michigan, Macomb Community College (MCC) serves more than 43,000 degree-credit students pursuing coursework annually. MCC is fully accredited by the North Central Association of Colleges. MCC offers pre-college programs, continuing and professional education programs, customized workforce training and many cultural and community service programs.

Instruction for over 1,100 courses is delivered in 44 buildings on five campuses and several outreach centers and satellite sites throughout Macomb County.

Macomb Community College makes its academic programs available throughout the year by operating on a calendar that includes fall and winter semesters and abbreviated spring and summer terms. Courses are offered 7 days a week throughout the year during the day light, late afternoon, and evening hours.

MCC is governed by 7 elected trustees and administered by approximately 1,900 staff, including 1,000 faculty members. Community outreach efforts consist of a large compliment of community education and professional certification courses. Rounding out the programming is the Macomb Center for the Performing Arts, the Cultural Center and the John R. Dimitry Student Community Center on our Center Campus, the John Lewis Student Community Center and the 61,000-square-foot Sports & Expo Center on South Campus, a Workforce Development Institute, and the Public Service Institute (Police and Fire Academies).

1.3 Macomb Community College’s Technical Infrastructure

The current technology environment can be described as follows:Communications and Networking

Cisco Gigabit Ethernet backbone. Dedicated fiber plant between buildings. Dedicated redundant fiber between

South and Center campuses. Leased fiber to connect other campus and outreach locations.

Systemax Gigaspeed copper cable from MDF/IDF to office and classroom locations; about 9,000 total drops.

Approximately 1000 Aerohive 330AP’s installed throughout all campuses.

4

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

Cisco IP telephony system. Includes Unity voice mail, CER, paging application and more.

Exchange 2010 email system tied to Cisco Unity Connections voice mail, front ended with a Cisco Ironport Spam Firewall.

Approximately 120 network servers (physical and virtual) in an Active Directory environment running Windows 2003 and Windows 2008R2. Servers provide a wide array of services. Examples include web servers, print servers, network control servers, storage servers and application servers.

Internet connection is through a direct 1 Gb fiber connection to the Merit (statewide) Network. Packet shaping/traffic prioritization is via an Exinda appliance.

A diagram detailing the current state of the College’s network will be provided at the mandatory vendor meeting. This will include model numbers of current switching gear and endpoints that must operate as originally designed in the new/upgraded switching environment.

2. PROPOSAL INSTRUCTIONS AND CONDITIONS

2.1 Intent

It is the intent of Macomb Community College through this Request for Proposal and contract conditions contained herein, to establish to the greatest extent possible, complete clarity regarding the requirements of both parties to the Agreement resulting from the Request for Proposal. Providers (Vendors) with relevant experience and the ability to provide the necessary services in a timely fashion are encouraged to apply.

Specifications for the proposal are listed herein. All proposals must be for material, labor and services that meet or exceed all specifications described. Proposals for services that deviate from these specifications may be considered invalid.

2.2 Schedule of Events

EVENT Date

MANDATORY bidder meeting (Center Campus Library building room #C267, second floor)

Nov 3, 2015 - 1 PM

Deadline for Submitting Clarifications Nov 13, 2015

Clarifications published for all bidders Nov 20, 2015

Deadline for Proposals and Public Opening Dec 15, 2015

5

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

Cross-vendor interoperability testing/verification

(as/if necessary)

Full Project Funding approval (estimated) Jan 19, 2016

Upgrade begins (estimated) Feb/Mar 2016

Upgrade Completed Aug 2016

2.3 Proposal Clarifications and Contract Information

In order to limit exposure of the College’s private infrastructure layouts, all firms must attend the mandatory bidder meeting to receive ‘Appendix A’ documents from the director of Networking. The College reserves the right to deny access of this information to individuals it cannot authenticate as a legitimate contractor or service firm. This is not a process to deny any firm from responding to the RFP, but to insure that the information remains only in the hands of qualified bidders and limit safety risk to the College’s staff and students. Upon the conclusion of the RFP process, all bidders are required to permanently delete/destroy all copies of this information.

Clarifications are encouraged, especially on RFP specifications that unnecessarily increase cost based on the vendors interpretation or understanding of the College’s present need or system load increases expected over the next five years.

Clarifications will be accepted until the deadline above, must be in written form and include vendor name, contact name, phone number, fax number, e-mail address and reference to the line and Section/Subsection number(s) being addressed. Responses to clarifications will be shared with all organizations that were invited to submit a proposal. MCC will not be bound by any oral responses. Email questions to:

Dennis Costello, Purchasing Administrator [email protected]

2.4 Deadline for Proposals

Proposals will be received at the Purchasing Department Office, 14500 E. 12 Mile Road, Warren, Michigan 48088 (mailing address), 16000 Hall Road, Clinton Twp., MI (office location) or [email protected] (e-mail address), until 3:00 PM on Tuesday, December 15, 2015 at which time and place proposals will be publicly opened. See the College’s website (www.macomb.edu for Campus maps.

6

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

Vendors are required to prepare and submit, at their own cost, one signed original and two copies of the original proposal. Submission must include the Vendor’s full response including all attachments, product services and specifications, and required Vendor documentation. Electronic submission must be pdf or Microsoft Word format. Vendors are encouraged to submit each proposal response under single cover (preferably soft sided).

The outside of the envelope must identify name of Vendor and address of the party that received the RFP, and the name of project for which the proposal is submitted (see title page).

2.5 Requirements for Signing Proposal

Each Vendor, by making a proposal, represents that this document has been read and is fully understood.

The proposal must be signed in ink by an individual authorized to legally bind the person, partnership, company or corporation submitting the proposal.

All manual signatures must have the name typed directly below the line of the signature.

2.6 Examination of Work Site

All respondents are expected to have examined the premises and project site prior to submitting their proposal. Failure to do so will not relieve the successful Vendor from providing any product or performing any labor or services that may be required to carry out the intent of the contract.

2.7 Proposal Response Format

Proposals must follow the format designated in Section 3. Proposals not complying with this format may be considered non-responsive and may be removed from consideration on this basis.

2.8 Confidential Information

Information contained in proposals may be subject to FOIA (Freedom of Information Act) requests.

2.9 Right to Request Additional Information

MCC reserves the right to request any additional information, which might be deemed necessary after the completion of this document.

7

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

2.10 Proposal Preparation Costs

The Vendor is responsible for all costs incurred by the Vendor or his/her subcontractors in responding to this request for proposal.

2.11 Standard Forms and Contracts

Any forms and contracts the Vendor proposes to include as part of any agreement resulting from this proposal between the Vendor and MCC must be submitted as part of the proposal. Any forms and contracts not submitted as part of the proposal and subsequently presented for inclusion may be rejected. This requirement includes, but is not limited to, the following types of forms: subcontractor, franchise, warranty agreements, maintenance contracts, and support agreements.

2.12 Performance bond

MCC may require the Vendor to furnish a Performance Bond and Labor and Material Payment Bond equal to 100 percent of the total amount payable by the terms of the contract by a qualified surety. If a bond is required, the Vendor will be reimbursed for the premium costs upon submission of proof of payment.

The Vendor shall deliver the required bonds to MCC within 15 days after award of the contract. If the work is to be commenced prior thereto in response to a letter of intent, the Vendor shall submit evidence to MCC that such bonds will be furnished prior to commencement of the Work.

Performance Bond and Labor and Material Bond form AIA Document A311/CM, June 1980 Edition is approved for use on this project.

The proposed bonding company of the Vendor shall be acceptable to MCC.

2.13 Selection Criteria

Vendors will be evaluated based on the following selection criteria:

2.13.1 Compliance to SpecificationsA. Submission deadline complianceB. Proposal formatC. Completeness of information supplied

2.13.2 ExperienceA. Success with similar projectsB. Experience with similar tools and applications

8

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

C. Pertinent experience, qualifications, certifications and past performance of proposed personnel that will be directly involved in providing services, including Subcontractors

D. Experience in similar college environmentsE. Ability to provide timely on-site services, problem resolution and telephone

supportF. General impression of Vendor’s ability to successfully provide the required

services G. Credentials of actual installation team members.

2.13.3 Proposal Price and ValueA. Alignment of response to the College’s needB. The flexibility to stage implementation over a 6-9 month periodC. The ability of equipment to interoperate with existing systems or those of a

different manufacturer should one vendor offer products that fill the requirements better and provide more features to the College.

D. Management system featuresE. Comprehensiveness of reportingF. Labor rates and other charges or expensesG. Value of the proposal to MCCH. CostI. Preference will be given to Vendors that maintain a local office and retain key

staff residency within 40 miles of Warren, MI J. Reference checks

2.14 Selection Process

A. MCC staff will evaluate, rate and select the winning Vendor based on the written information provided in the proposal.

B. Vendors may be required to participate in a presentation and interview process where MCC representatives will further inquire about the firm’s qualifications and experience. Vendors may also be asked to provide a brief overview of their company, key personnel and how they would approach providing services.

C. If MCC is unable to successfully negotiate and execute a contract for services with the company offering highest ranked proposal, MCC reserves the right to interview the second-ranked proposal.

2.15 Federal or State Sales, Excise or Use Taxes

Vendors shall include all applicable taxes, (Federal, State, and Local) in the proposal price. Macomb Community College is exempt from State Sales Tax.

9

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

2.16 Right of Refusal

Macomb Community College reserves the right to reject any or all proposals, either in whole or in part, or to waive any informalities or irregularities therein that are in the best interest of MCC.

2.17 Turnkey Solution

The proposal price will be the total dollar amount of all services, material, equipment and labor described herein inclusive of warranties and shipping FOB Macomb Community College. The proposal amount is to be held firm for at least 120 days from the proposal opening date scheduled for DECEMBER 15, 2015.

All prices quoted must include all equipment necessary to make the system specified fully operational for the intent, function, and purposes stated herein.

2.18 Proposal to Become Part of Agreement

This RFP, Vendor’s response and any subsequent written communications, along with any formal, signed agreement will become part of the contract documentation governing performance of this project. Where conflicts exist, the later dated document will govern.

2.19 Confidential Information

Information contained in the vendor’s proposal that is company confidential must be clearly identified in the proposal itself. Macomb Community College will be free to use all information in the vendor’s proposal for the owner’s purposes.

3. PROPOSAL RESPONSE FORMAT

3.1 Introduction

To facilitate the analysis of responses to this RFP, vendors are required to prepare their proposals in accordance with the instructions outlined in this section.

Proposals shall be prepared as simply as possible and provide a straightforward, concise description of the vendor’s capabilities to satisfy the requirements of the RFP. EMPHASIS SHOULD BE PLACED ON ACCURACY, COMPLETENESS, AND CLARITY OF CONTENT. All parts, pages, figures, and tables should be numbered and labeled clearly. The proposal should be organized as follows:

10

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

Section Title

1 Executive Summary2 Company Background3 Proposed Solution Summary4 Implementation Plan5 Implementation Support & Maintenance6 License & Maintenance Agreements7 Cost Quotations8 List of Clients & References9 Technical & User Documentation10 Exceptions/Deviations from Proposal Requirements11 Bid Alternate(s)

Instructions relative to each part of the response to this RFP are defined in the remainder of this section.

3.2 Executive Summary (Section 1)

This part of the response to the RFP should be limited to a brief narrative not to exceed two (2) pages, describing the proposed solution. The summary should contain as little technical jargon as possible, and should be oriented toward non-technical personnel. The Executive Summary should not include cost quotations.

3.3 Company Background (Section 2)

Vendors must provide information about their company so that Macomb Community College can evaluate the vendor’s stability and ability to support the commitments set forth in response to the RFP. The Vendor should outline the company’s background including a brief description (e.g., past history, present status, future plans, company size, etc.). This section should also include a brief description of the company’s experience performing services similar to those described herein and the type of work in which the vendor specializes.

Vendor may be required to submit audited financial information for the two (2) most recently completed fiscal years, which includes income statements, balance sheets and statement of cash flows.

Privately held companies wishing to maintain confidential financial information must provide information detailing the company’s long-term stability.

3.4 Proposed Solution Summary (Section 3)

Describe how vendor will address all of the requirements included in Section 4 – Scope of Work.

11

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

Also, identify and provide resumes of personnel to be directly involved with providing the products and/or services that are proposed herein, including:

1. List personnel specific to this RFP such as Project Manager (or Support Manager) and a brief description of their responsibilities to be assigned by the submitting Vendor. It is required that the Vendor assign an experienced Project Manager for this project given its scope and complexity.

2. Other personnel. List all relevant experience and qualifications of other personnel within your company that might be expected to provide services to MCC. This must include the credentials of the actual installation team personnel (name and other identifiable information may be masked)

3. Subcontractors. List all relevant experience and qualifications of any known subcontractors that might be expected to provide services to MCC in partnership with your company.

Be sure to provide a listing of any pre-existing conditions required of Macomb Community College to begin work on the project and a list of decisions that will need to be made by the College before the project can begin. Describe any requirements for housing Vendor staff during the project, at Macomb Community College.

3.5 Implementation Plan (Section 4)

Provide a separate work breakdown structure with a timeline and each milestone and decision point identified.

The implementation plan should also include the overall project organization structure with key vendor and client staff identified. Describe the roles and responsibilities of College staff, their qualifications and required experience in previous projects.

Describe the recommended training plan for College staff who will be responsible for support of your system(s) after acceptance.

3.6 Implementation Support and Maintenance (Section 5)

The vendor must give a detailed description of the level and extent of all support to be provided during the implementation. Show any costs associated with this support in Section 7, Cost Quotations.

3.7 License and Maintenance Agreements (Section 6)

Sample license and maintenance agreements should be provided in this part of the vendor’s response for all components of the recommended solution (i.e., hardware, software, operating system, database, etc.).

12

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

Vendor shall also include an explanation of their proposed maintenance plan strategy, a recommended spare parts inventory (if applicable) and how it best supports an appropriate balance of downtime risk, investment cost and procurement latency of warranty replacement components.

3.8 Cost Quotations (Section 7)

All costs must be itemized and included as Section 7 of the vendor’s response and must use the mandatory bid response form found at the end of this RFP. The vendor’s cost quotation must include all costs (e.g., license fees, modifications, travel and per diem, installation, documentation, discounts, etc.). In the event the product or service is provided at no additional cost, the item should be noted as “no charge” or words to that effect.

If the entire project cannot be quoted at a fixed price, describe the portions of the project that can be delivered at a fixed price. Include a description of all deliverables. Include a description of each item or service that will not be part of a fixed cost. Show the item/service, the cost/rate and the unit (for example, Training at $100 per day). It is the College’s intent to establish known costs before a final contract is completed. For all variable priced items, describe how costs will be constrained and managed.

3.9 List of Clients and References (Section 8)

Vendors must provide at least three references from Higher Education clients that are similar in size and complexity to Macomb Community College and the scope of the project contemplated. Include a brief description of the scope of your engagement with the referenced client, and a contact person with appropriate contact information.

Bidders MUST provide proof in form of manufacturer license, certificate or equivalent that they are certified installers/providers of the manufacturer of the system/technology proposed.

3.10 Technical and User Documentation (Section 9)

During the evaluation period, the vendor will provide one set of technical documentation and user documentation to Macomb Community College. At the end of the evaluation, the documentation will be returned to the vendor.

3.11 Exceptions/Deviations from Proposal Requirements (Section 10)

If the vendor finds it impossible or impractical to adhere to any portion of these specifications and all attachments, it shall be so stated in its proposal, with all

13

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

deviations grouped together in a separate section entitled, “Exceptions/Deviations from Proposal Requirements.” This section will be all-inclusive and will contain a definition statement of each and every objection or deviation with adherence to specific RFP sections. Objections or deviations expressed only in other parts of the proposal, either directly or by implication, will not be accepted as deviations, and the vendor in submitting a proposal will accept this stipulation without recourse.

14

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

4. SCOPE OF WORK

1 A full, turnkey upgrade of the College’s network infrastructure per Appendix “A” and the specifications listed below

2 The College will be responsible to provide additional wiring required supporting new/additional equipment, but the final bid shall clearly list ALL College provided wiring, components, and support services required to complete the project. The timing of such shall be included in the vendor’s project plan.

3 It is not required that one single vendor provide all components for each of the project PARTS (system phases) listed below. The College will accept (and encourages) proposals from vendors that cannot provide equipment for all three PARTS (firewall only, for example) as long as the proposed components/systems fully interoperate with other components the College may decide to select. This interoperability will be validated prior to bid award and, at the College’s discretion, may require a Proof of Concept to validate interoperability claims. Should such a POC be required, vendor shall provide evaluation equipment (and configuration labor) free of charge for 30 days to facilitate that validation.

PART ONE -Core/Distribution/Top of Rack Switching/Layer 3 Implementation

PART TWO -Network Security/Firewall

PART THREE -Edge switching

BID ALTERNATE #1 -Systemax iPatch

4 Bidders shall include a cross-vendor equipment interoperability list to aid in the preliminary bid evaluation process.

5 All equipment shall be bid with a three year maintenance plan (itemized in bid response form) that begins on the date of equipment final acceptance. See bid form for minimum maintenance coverage for each PART of the upgrade.

6 Per requirements set forth in section 5.I, the College’s operations shall not be interrupted during normal business hours. For configuration/installation/cutover that may cause disruptions to normal operations, bidders must expect to perform that work outside of normal business hours and on weekends. All work must include a back-out/failover plan should new equipment install be unsuccessful before the College reopens for business the following day. Note: some buildings/areas may tolerate outage windows that overlap normal business hours and the College will work with vendor to identify these opportunities. For the purposes of this RFP, however, assume all disruptive work be performed outside of the normal business hours stated below:

15

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

M-F (7 AM – 10 PM). Sat (8 AM – noon), Sun (Noon – 5 PM)

1. PART 1 – Core/Distribution/Top of Rack Switching and Layer 3 Implementation

a. Network Core Switch/Routingb. Network Distribution/Aggregation Switching in 8 Buildings. c. Network Management and monitoring software if neededd. Implementation of Layer 3 routing

2. PART 2 - Network Security a. Edge Firewallb. Data Center/Internal Network Firewallc. IDSd. IPSe. Traffic Shaping

3. PART 3 – Edge Switching a. Replace all network edge switches b. Closet clean up and patch cable management. c. Bid alternate #1: Conversion to Systemax iPatch system

This section stipulates the elements of the RFP under evaluation. Please remember that your solution will be evaluated for content, thoroughness, and clarity of response to all criteria requested in this proposal. Respond precisely and concisely to each and all specific questions and/or topics by providing the requested information on separate pages, clearly labeled in your response.

Note: Please Tab and Label with Response any information directly requested. For “requirements”, include as Tab within your response a statement confirming your ability to comply with all requirements per completed section. For Preferences or Options, please provide narrative per bullet, on your capabilities or applicable comments.

4.3.1 Switching Requirements

A. Qualified Manufacturers:1) Aerohive2) Arista3) Avago Technologies/Brocade4) Cisco Systems5) Dell

16

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

6) Extreme7) HP8) Juniper

B. Minimum Requirement for all Switches All levels of switches must meet the minimum requirements listed below. Bid response must describe how proposed equipment meets those requirements. Vendors must provide clear and concise responses and illustrations can be provided where appropriate. Any additional feature descriptions for your offering can be provided, if applicable.

1) It is preferred that the 1 Gigabit and 10 Gigabit SFP or Ethernet modules will also be able to accept standard Gigabit SFP transceivers without compromising warranty or support. Please describe the capability of your switch. Tab and label with response.

2) Please describe the OS and advantages. Tab and label with response.3) Please describe the stacking capability of the recommended switching

solution and the ability to stack with other recommended switches. Tab and label with response.

4) Redundant power supply is required. 5) Proprietary OOB management (Console Port) should be a commonly

available interface/cable.6) Must support SNMPv1, SNMPv2c, and SNMPv3 7) Must support RMON (Statistics, History, Alarms, Events) 8) Capable of supporting multicast protocols including: MVRP, IGMP

v1/v2/v3, MLD v1/v2, PIMSM, PIM-DM and PIM-SSM. Please describe and quote if any licenses are required to enable these capabilities. Tab and label with response.

9) Must support up to 8 QOS egress queues per port. 10)Capable of supporting high availability network protocols. Please describe

any specific features supported by the switch to ensure high availability. Tab and label with response.

11)Must support 802.1w Rapid Reconfiguration of Spanning Tree and 802.1s Multiple Spanning Trees (If still needed based on network design and licensing cost.)

12)Must support Unidirectional Link Detection: monitor the physical configuration of the cables and detect unidirectional links and disable the port.

13)Must support 802.3ad Link Aggregation. Please specify the number of LACP groups. Tab and label with response.

14)Must support LLDP and LLDP-MED 15)Must support RADIUS Accounting 16)Must support line sFlow or Netflow.

17

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

17)Must support Denial of Service (DoS) protection. Please describe the switch capabilities to protect against DoS attacks. Tab and label with response.

C. Top of Rack/Data Center SwitchThe proposed solution must provide a scalable 10 Gigabit Ethernet switch solution that meets the requirements provided below:

1) Must offer a solution that supports high-density 10 Gigabit Ethernet switching and scalability to support optional 40GbE uplink capabilities. Each switch must support at least 24 10GBase-X SFP+ port. Please describe the recommended switching solution and the expansion capabilities. Tab and label with response.

2) Optional support of iSCSI storage on same switch.3) Must support N+1 redundant hot-swappable fan units 4) Must offer options for air flow to include back-to-front or front-to-back

cooling 5) Explain why your network core solution is better than your competitors.

Tab and label with response.

D. Aggregation/Distribution SwitchesThe proposed solution must provide a scalable 10 Gigabit Ethernet switch solution that meets the requirements provided below:

1) Must offer a solution that supports high-density 10 Gigabit Ethernet. Each switch must support at least 24 10GBase-X SFP+ port. Please describe the recommended switching solution and the expansion capabilities. Tab and label with response.

2) Must support routing protocols including: OSPF v2/v3, VRRP. Please describe and quote if any licenses are required to enable all of these capabilities.

3) Switch must offer system performance of at least 400Mpps forwarding rate, 600Gbps switch fabric capacity (full duplex). Please describe the performance levels for the recommended switching solution. Tab and label with response.

4) Provide and describe IPv4 and IPv6 routing and performance. Tab and label with response.

5) Must support N+1 redundant hot-swappable fan units 6) Must offer options for air flow to include back-to-front or front-to-back

cooling7) Explain why your distribution solution is better than your competitors. Tab

and label with response.

E. Network Core Switching/Routing

18

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

The proposed solution must provide a scalable 10 Gigabit Ethernet switch solution that meets the requirements provided below:

1) Must offer a solution that supports high-density 10 Gigabit Ethernet switching and scalability to support optional 40GbE uplink capabilities. Each switch must support at least 24 10GBase-X SFP+ port. Please describe the recommended switching solution and the expansion capabilities.

2) Switch must offer system performance of at least 800 Gbps switch bandwidth and 700 Mpps forwarding rate. Please describe the performance levels for the recommended switching solution. Tab and label with response.

3) Must support N+1 redundant hot-swappable fan units 4) Must offer options for air flow to include back-to-front or front-to-back

cooling 5) Must support routing protocols including: OSPF v2/v3, VRRP. Please

describe if any licenses are required to enable these capabilities. 6) Must support multicast protocols. Please describe what protocols are

supported and if any licenses are required to enable these capabilities. 7) Explain why your network core solution is better than your competitors.

Tab and label with response.

4.3.2 Network Security Requirement

The intent of Macomb is to eliminate multiple points of failure. The below requirements are to be used in replacement of the Colleges current ASA5540 HA pair, IDS, IPS and FWSM HA pair currently being used at the College. The ASA5540 is used at the edge and for DMZ’s. THE FWSM is currently used to handle VLANs internally. Although the entire network design is changing to a Layer 3, the proposed solution must handle all of the services that the current technology does. The bid should be broken out to give pricing for a firewall replacement, URL filtering, IPS on firewall, Zero Day detection/Advanced threat and a price for everything if purchased as a bundle.

A. Security Appliance1) List the network flow protocols supported (e.g., NetFlow, J-Flow,

SFlow).2) Provide a detailed description of the effort and steps required to begin

“seeing application traffic” on the network.3) Describe the use of anti-malware in your security solution. Is it cloud-

based? Frequency of updates?4) How often our the IPS signatures updated? From where is this

gathered?5) In regards to pricing and licensing explain how each is calculated?

19

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

6) Are reporting tools available to understand how the network is being used and to highlight changes in network usage?

7) Is stateful inspection traffic classification performed separately, prior to application identification? If so, describe how, once an application is identified, the changes in application state are monitored, tracked and made use of within the policy.

8) Does the product support URL filtering? Describe the URL filtering database. Is this performed on this device or another? What methodology is used for categories? Can this be used with Active Directory for policy?

9) What is the upgrade capacity of the proposed solution? How is licensing affected? (Ex. If we increased users, increased internet connection bandwidth, selected additional features that may not have been selected here ex. Advanced Threat Protection.)

10) IPv4 and IPv6 compliant?11) Multi-cast Compliant?12) Optional. The ability to perform traffic shaping based on policies that

can be applied to physical interface, IPsec VPN tunnels, applications, users, source, destination. Please describe ability and method used. Describe QoS implementation methodology.

13) Optional. The ability to allow for the management of aggregate traffic via guaranteed minimums and capped maximums. Please describe ability and method used.

14) The final firewall design must provide high availability with preferred load balancing capabilities. Describe how this is performed. Install note: To reduce implementation risk and complexity, initial implementation will only require one firewall be primary with the second configured for failover. Final system acceptance will require configuration and testing of high availability and load balancing capability (if so featured).

15) Can your solution be deployed “transparent” to the network? Briefly explain the different deployment scenarios of how your solution can be positioned in the network.

16) Explain how your approach to security is better than your competitors.17) Describe in detail your company’s ability to provide onsite and/or online

training available for the equipment and software. Provide what options are available to MCC for the training (onsite, online, etc.).

18) Vendor must provide forty (40) hours of training for four (4) MCC staff members which leads to certification in selected firewall.

B. Session and Throughput Minimums1) Minimum of 3 Gbps firewall throughput with application identification

included each (External/Internal)2) Minimum of 2 Gbps Threat prevention throughput w/ IPS running

(External/Internal)

20

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

3) Minimum of 70,000 sessions per second (External/Internal)4) Minimum of 1000 IPSec tunnels

4.3.3 Edge Switching Requirements The proposed solution will replace all network edge switches. This will include closet cleanup and labeling of ports. The closet cleanup will include cable color selection based on purpose with cable management.

A. Access Switch The proposed solution must provide a 100/1000Base-TX Ethernet switch solution that meets the requirements provided below: 1) Must offer a switching solution that supports 48 100/1000Base-TX ports and

the capability to support either four 1Gig SFP ports and/or two 10Gig SFP+ ports. Please describe and recommended the switching solution, including port densities and models that are proposed.

2) 48 port switch must offer system performance of at least line-rate switching of 175 Gbps. Please describe the performance levels for the recommended switching solution.

3) Must support 802.3af and 802.3at PoE+. Must be capable of supporting up to 30 watts of PoE power per switch port. Please describe how the solution can achieve this.

4) Must support Port mirroring including remote mirroring and VLAN mirroring 5) Optional support of stacking options. Please describe the available stacking

methods. Please give detailed information on specs when switches are stacked.

6) Optional support of routing protocols including: OSPF v2/v3, VRRP. Please describe if any licenses are required to enable these capabilities. If product has an ability to provide routing without needing these protocols, please describe the solution.

7) Explain why your edge switch solution is better than your competitors. Explain if distribution could be eliminated and at what cost.

8) Warranty must include sustaining releases for software, phone support and advanced hardware replacement. Please describe the warranty that is provided.

5. GENERAL CONDITIONS

The topics in this section will inform potential vendors of typical language to be included in a contract resulting from this RFP.

21

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

1.1.Macomb Community College Locations

Locations (see Appendix – Campus Maps) pertinent to this RFP (Contract) include:

Center Campus College Park Annex44575 Garfield 27956 College Park Dr.Clinton Township, MI 48038 Warren, MI 48088

South Campus Administration Building14500 E. 12 Mile Rd 16000 Hall RoadWarren, MI 48088 Clinton Twp., MI 48038

East Campus 21901 Dunham Rd. Clinton Township, MI 48036

MTEC7900 Tank Avenue Warren, MI 48092

1.2 Vendor as Independent Contractor

This is not an Agreement of partnership or employment of Vendor or any of Vendor's employees by MCC. Vendor is an independent Vendor for all purposes under this Agreement.

1.3 Conflict of Interest/Disclosure

No company or corporation in which an employee of the College has a direct or indirect interest shall transact business with the College unless such interest is disclosed to the Purchasing Department prior to entering into any contract or agreement with the College. Further, the employee shall not take part in the negotiations for or approval of such contract or agreement.

1.4 Use of Qualified and Experienced Personnel

Vendor agrees at all times to maintain an adequate staff of experienced and qualified employees for efficient performance under this Agreement. Vendor agrees that, at all times, the employees of Vendor furnishing or performing any services shall do so in a professional, work-person like, and dignified manner.

1.5 Equal Opportunity Employer

22

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

Vendor shall be an equal opportunity employer and shall conform to all Affirmative Action and other applicable requirements; accordingly, Vendor shall neither discriminate nor permit discrimination in its operations or employment practices against any person or group of persons on the grounds of race, color, religion, national origin, age, or sex in any manner prohibited by law.

1.6 Compliance with Rules and Regulations

Vendor agrees that all persons working for or on behalf of Vendor whose duties bring them upon MCC's premises shall obey the rules and regulations that are established by MCC and shall comply with the reasonable directions of MCC's officers. MCC may, at any time, require the removal and replacement of any of Vendor's employees for good cause.

In the event of such a removal, the Vendor shall, within fifteen (15) days, fill this representative vacancy. Regardless of whom the Vendor has designated as the representative, the Vendor organization remains the ultimate responsible party for performing the tasks and responsibilities presented in this Agreement.

1.7 Site Damage

Vendor shall be responsible for the acts of its employees and agents while on MCC's premises. Accordingly, Vendor agrees to take all necessary measures to prevent injury and loss to persons or property located on MCC's premises. Vendor shall be responsible for all damages to persons or property caused by Vendor or any of its agents or employees. Vendor shall promptly repair, to the specifications of MCC, any damage that it, or its employees or agents, may cause to MCC's premises or equipment; on Vendor's failure to do so, MCC may repair such damage and Vendor shall reimburse MCC promptly for the cost of repair.

1.8 In the Event of an Accident

Vendor agrees that, in the event of an accident of any kind, Vendor will immediately notify MCC's Security Department and thereafter, if requested, furnish a full written report of such accident.

1.9 Non-interference with Institution Operations

College's operations must continue uninterrupted throughout the completion of the work contemplated herein. Certain portions of the work must be performed and completed in such order as directed by MCC's representative as to permit the orderly operation of MCC's activities. Vendor shall review the work to assure that operations will not impede the utilization of the facilities.

23

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

1.10 Site Inspection and Clean Up

Prior to all field work and installation or upgrade of all related equipment, the awarded Vendor will visit and inspect the project premises in order to confirm the conditions under which the Work for this project is to be performed, and determine the availability of facilities for access, delivery, transportation and storage.

Vendor at all times shall keep the premises free from accumulation of waste materials or rubbish caused by the Vendor’s operations. When the project is placed into service, the Vendor shall remove all such waste materials and rubbish from and about the Project premises as well as the Vendor’s installation equipment, machinery and surplus materials and restore all project premises back to the original condition as found when the project commenced.

1.11 Campus Identification Required

Vendor and its employees are required, each day while work is being performed on campus, to check in with Campus Security and receive the necessary campus identification.

1.12 Responsibility for Personal Property

MCC shall have no responsibility for the loss, theft, mysterious disappearance of, or damage to, equipment, tools, materials, supplies, and other personal property of Vendor, its employees, Subcontractors, or material persons.

1.13 Copyright Indemnity

The awarded Vendor shall indemnify and hold MCC harmless from any claim that a product or accessory or its use, infringes on another person or company’s patent, copyright, trade secret or other property right.

1.14 General Indemnity

To the fullest extent permitted by law, the Vendor shall indemnify, hold harmless, and defend Macomb Community College and its agents, employees, officers and successors, from and against any claims, causes of action, damages, losses and expenses, including but not limited to attorneys fees, arising out of or resulting in any way from Vendor’s performance of this contract, provided that such claim, cause of action, damage, loss or expense is attributable to bodily injury, sickness, disease or death to any person, including employees or agents of the Vendor, subcontractor, or construction manager, or to injury to or destruction of tangible property including loss of use resulting there from, but only if caused in whole or in part by a negligent act or omission of the Vendor, a subcontractor, the construction manager, anyone directly or indirectly employed by them or any for whose acts they may be liable, regardless

24

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

of whether or not such claim, cause of action, damage, loss or expense is caused in part by a party indemnified hereunder. Vendor shall not be obligated to hold harmless, indemnify or defend Macomb Community College or its agents, employees, officers, or successors if any claim, cause of action, damage, loss or expense arises from the sole negligence or fault of a party indemnified hereunder.

Vendor shall assume the defense of Macomb Community College pursuant to the provisions of paragraph 5.16 within fourteen (14) days of receipt of written notice. Any legal cost or expense, including attorney’s fees incurred by Macomb Community College for enforcement of its rights under paragraph 5.16 between the time by which Vendor should have assumed Macomb Community College’s defense and the time when Vendor assumes Macomb Community College’s defense shall be reimbursed by Vendor. Any legal cost or expense, including attorney’s fees, incurred by Macomb Community College in the successful prosecution of any litigation or arbitration seeking to enforce the provisions of paragraph 5.16 or in negotiating a settlement of such claim, shall also be reimbursed by Vendor.

1.15 Risk During Equipment Storage and Installation

Delivery shall be made in accordance with the implementation schedule referenced as part of this Agreement. It will be possible to allow for minor variances from this implementation schedule as mutually agreed upon by both parties and confirmed by prior written notice. The equipment shall be installed and placed into good working order by representatives of the Vendor. During the time period where the equipment is in transit and until the equipment is fully installed in good working order, the Vendor and its insurer shall be responsible for the equipment and relieve the College of responsibility for all risk of loss or damage to the equipment. In addition, Vendor shall hold the College and agents harmless from any risk of loss or damage arising out of occurrences during the installation of the equipment.

1.16 Submitting Disputes to Arbitration

Should the parties agree to submit claims, disputes or other matters arising out of this Agreement to arbitration, they may do so only with the specific, written agreement of all parties, including Macomb Community College.

1.17 Advertising / Permission

Vendor shall not use, in its external advertising, marketing programs, or other promotional efforts, any data, pictures, or other representation of MCC except on the specific written authorization in advance of MCC’s Purchasing Agent. Vendor will limit and direct any of its advertising on MCC’s premises to MCC’s student media and bulletin boards, and shall make arrangements for such advertising through the Student Activities Department. Vendor shall not install any signs or other displays

25

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

anywhere on MCC's premises unless in each instance the prior written approval of MCC's Purchasing Agent has been obtained. However, nothing in this clause shall preclude Vendor from listing MCC on its routine client list for matters of reference.

1.18 Survival Clause

The terms, conditions, representations, and warranties contained in this Agreement shall survive the termination or expiration of this Agreement.

1.19 Governing Law

This Agreement, and all matters or issues collateral to it, shall be governed by, and construed in accordance with, the law of the State of Michigan.

1.20 Entire Agreement

This Agreement constitutes the entire agreement between the parties and supersedes all prior agreements or understandings, written or oral, prior to signing of a contract.

1.21 Effect of Regulation

Should any local, state, or national regulatory authority having jurisdiction over Macomb Community College enter a valid and enforceable order upon the College which has the effect of changing or superseding any term or condition of the Agreement, such order shall be complied with, but only so long as such order remains in effect and only to the extent actually necessary under the law. In such event, this Agreement shall remain in effect, unless the effect of the order is to deprive the College of a material part of its Agreement with the Contractor. In the event this order results in depriving the College of materials or raising their costs beyond that defined in the Agreement, the College shall have the right to rescind all or part of this Agreement (if such a rescission is practical) or to end the Agreement term upon thirty (30) days prior written notice to the Vendor. Should the Agreement be terminated under such circumstances, the College shall be absolved of all penalties and financial assessments related to cancellation of the Agreement.

1.22 Termination

In the event that either party shall fail to maintain or keep in force any of the terms and conditions of this Agreement, the aggrieved party may notify the other party in writing via certified mail of such failure and demand that the same be remedied within ten (10) business days. Should the defaulting party fail to remedy the same within said period, the other party shall thereupon have the right to terminate this Agreement by giving the other party thirty (30) days written notice. Notwithstanding

26

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

the foregoing, due to lack of State or County funding, MCC may at any time during the life of this Agreement, terminate same by giving thirty (30) days notice in writing via certified mail to Vendor. In addition, if at any time a voluntary petition in bankruptcy shall be filed against the Vendor and shall not be dismissed within thirty (30) days, or if the Vendor shall take advantage of any insolvency law, or if a receiver or trustee of the Vendor's property shall be appointed and such appointment shall not be vacated within thirty (30) days, MCC shall have the right, in addition to any other rights of whatsoever nature that it may have at law or in equity, to terminate the contract by giving (30) days notice in writing of such termination.

1.23 Assignment

This Agreement or any part thereof shall not be assigned or subcontracted by Vendor without the prior written permission of MCC; any attempt to do so without said prior permission shall be void and of no effect.

1.24 Ownership of Documents

All plans, studies, documents and other writings prepared by and for Vendor, its officers, employees and agents in the course of implementing this Agreement, except working notes and internal documents, shall become the sole property of MCC upon payment to Vendor for such work, and MCC shall have the sole right to use such materials in its sole discretion without further compensation to Vendor or to any other party.

1.25 Employment of Other Vendors, Specialists or Experts

Vendor will not employ or otherwise incur an obligation to pay other vendors, specialists or experts for services in connection with this Agreement without the prior approval of MCC.

1.26 Warranty of Fitness for a Particular Purpose

The College has presented detailed technical specifications of the particular purpose for which the network and technology is intended. The College has provided detailed descriptions and criteria of how the system can be defined to accomplish a particular purpose. The College has also defined the exact procedures and techniques to be employed in testing whether the system has achieved the defined performance of this particular purpose. Given this advanced preparation concerning, and documentation about the College’s particular purpose, the Vendor at the time this Agreement is in force has (1) reason and opportunity to know the particular purpose for which products are required, and (2) that the College is relying on the Vendor’s experience and knowledge of these products to provide those which are most suitable and appropriate. Therefore, the Vendor warrants that the system is fit for the purpose for which it is intended as described in this document.

27

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

1.27 Final Acceptance of the System

The system proposed shall be defined to be finally accepted by the College after the installation of the equipment and successful completion of the following performance examinations: system hardware and software examination and performance, software acceptance and documentation. The College and its consultants shall be the sole judge of whether all conditions for final acceptance criteria have been met.

1.28 Non-Collusion Covenant

The Vendor hereby represents and agrees that it has in no way entered into any contingent fee arrangement with any firm or person concerning the obtaining of this Agreement. In addition, the Vendor agrees that a duly authorized Vendor representative will sign a non-collusion affidavit, in a form acceptable to the College that the Vendor firm has received from the College no incentive or special payments, or considerations not related to the provision of automation systems and services described in this Agreement.

1.29 Vendor Not an Agent of Institution

Macomb Community College retains all rights of approval and discretion with respect to the projects and undertakings contemplated by this Agreement. Vendor, its officers, employees and agents shall not have any power to bind or commit MCC to any decision.

6. INSURANCE

Before commencement of any work, a Certificate of Insurance executed by Vendor's insurance carrier showing required insurance coverage shall be submitted. An endorsement or statement waiving the right of cancellation or reduction in coverage unless thirty (30) days prior written notice is given to MCC by registered or certified mail shall be included.

As a condition of performing work for MCC, Vendor must provide satisfactory evidence of insurance coverage as follows:

A. Worker's Compensation and Employer's Liability Insurance - covering statutory obligations in the state(s) in which work is to be performed.

B. Automobile Liability Insurance - with a limit of $1,000,000 per accident covering owned, non-owned, and hired automobiles.

C. Commercial General Liability Insurance - written on an OCCURRENCE policy form that includes coverage for operations, personal injury, XCU

28

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

(explosion, collapse and underground), independent Vendors, contractual, and products - completed operations with limits of liability as follows:

1. If policy is written on the 1986 ISO Simplified form:

$1,000,000 Occurrence

$2,000,000 General Aggregate

$2,000,000 Product - Completed Operations Aggregate. If the Vendor's policy's general aggregate is per job, then a $1 million limit of liability is acceptable for the general aggregate and the products - completed operations aggregate.

2. If policy is written on a form other than the 1986 ISO Simplified form:

$1,000,000 Occurrence (bodily injury and property damage combined).

$1,000,000 Aggregate (applicable to products - completed operations only).

3. Products - completed operations liability must be maintained for not less than one year after start of service of work.

D. Other Requirements

Evidence of insurance coverage, required herein, is to be provided to MCC in ACORD Certificate Form 25 or 25-S and must indicate:

1. That Commercial General Liability insurance policy includes coverage for item specified in 5.31 C3 above.

2. A Best's rating for each insurance carrier at B+VII or better.

3. That the insurance company will provide 30 days written notice of cancellation to the certificate holder and other words “endeavor to” and “but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives” do not apply or have been removed.

4. That “Macomb Community College” is additional insured on the General Liability policy certified.

29

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

1. Any deviation in coverage provided by the Standard 1986 IS0 Simplified General Liability policy form, and

. Any deductible over $2,500 applicable to any coverage.

E. Insurance Options

General Liability and Auto Liability limits may be attained by individual policies or by a combination of underlying policies with umbrella and/or excess liability policies.

Vendor may prevent unnecessary follow up resulting from incomplete insurance certificates, by sending or faxing a copy of these insurance requirements to Vendor’s agent when requesting an insurance certificate.

30

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

Appendices

APPENDIX “A” – Existing site documentation

The following information will ONLY be provided at the mandatory bidder meeting:

Appendix A Part 1 (PDF) - South Campus Building LayoutsAppendix A Part 2 (PDF) - Center Campus Building LayoutsAppendix A Part 3 (Zip) – 2013 wireless site surveyAppendix A Part 4 (TBD) – a high level network diagram

31

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

APPENDIX “B” – MANDATORY BID RESPONSE FORM – RFP No. 5940Network Infrastructure Upgrade

[Bidder: for use in section seven of your proposal]

TO: Macomb Community College December 15, 2015 14500 Twelve Mile Road Warren, MI 48088

ATTENTION: Purchasing Administrator

The contractor in compliance with the Request For Proposal for the Network Infrastructure Upgrade project having examined the RFP documents and being familiar with the site of the proposed project including the availability of materials and labor, hereby proposes to furnish and install all labor, materials, tools, equipment, machinery, and all services to provide work described herein in accordance with the RFP documents for the amounts stated below.

Bid prices must be guaranteed for a minimum of 120 days from bid opening to allow for purchase authorization and contract development. This project requires purchase authorization by the College’s Board of Trustees and is subject to the timelines required to obtain such approval.

Bid MUST include a sample contract (if to be something other than the RFP itself) for review and for use in finalizing contract terms and conditions prior to Board of Trustees purchasing approval. If none is provided, then the RFP and purchase order shall serve as the binding contract.

Contractor, if awarded a contract, agrees to commence work upon receipt of a written “Notice to Proceed/Letter of Intent” / Purchase Order and to fully complete the work in a mutually agreeable time.

Contractor understands that the College reserves the right to reject any or all proposals and to waive any informalities therein.

32

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

Each PART of the entire network upgrade (PART ONE, PART TWO or PART THREE as denoted below) should be priced separately assuming each is a standalone purchase.

Bids for single PARTS: The College will accept proposals from vendors for some or all ‘PARTS’ (one, two or three) below as long as the proposed components/systems fully interoperate with all other systems selected and each PART is bid in its entirety as a standalone implementation. Bids for single PARTS shall include a “best effort” manufacturer component interoperability list/statement to aid in the preliminary bid evaluation process and the College will seek a detailed interoperability statement from all manufacturers once the preferred OEM per PART have been identified (if not from same OEM).

1. BID SCOPE Please indicate [x] which PART(S) for which you are providing a bid.

[ ] PART ONE -Core Switching[ ] PART TWO -Network Security/Firewall[ ] PART THREE -Edge switching[ ] BID ALTERNATE #1 -Systemax iPatch

2. PART ONE – Core Switching

1. COMPONENTS, HARDWARE, SOFTWARE (Must Provide supporting Bill of material with unit pricing)

$______________

_________________________________________Dollars (in words)

2. ADDITIONAL EQUIPMENT, SUPPLIES OR SERVICES (list)

$______________

___________________________________________Dollars (in words)

33

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

3. INSTALL LABOR AND PROJECT MGMT $______________

___________________________________________Dollars (in words)

4. TRAINING FOR UP TO (4) I.T. SUPPORT STAFF $______________

___________________________________________Dollars (in words)

5. PERFORMANCE BOND $______________

__________________________________________Dollars (in words)

6. WARRANTY 4 HR hardware replacement, 24 x 7 call in support, all firmware and software upgrades and patches for 36 months after day of equipment acceptance

$______________

__________________________________________Dollars (in words)

GRAND TOTAL PART ONE: $______________

___________________________________________Dollars (in words)

3. PART TWO – Network Security/Firewall

1. COMPONENTS, HARDWARE, SOFTWARE (Must provide supporting Bill of material with unit pricing)

Firewall$______________

_________________________________________Dollars (in words)

34

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

Url Filtering$______________

_________________________________________Dollars (in words)

IPS on Firewall$______________

_________________________________________Dollars (in words)

Zero Day Detection/Advanced Threat$______________

_________________________________________Dollars (in words)

Bundle Discount$______________

_________________________________________Dollars (in words)

2. ADDITIONAL EQUIPMENT, SUPPLIES OR SERVICES (list)

$______________

___________________________________________Dollars (in words)

3. INSTALL LABOR AND PROJECT MGMT $______________

___________________________________________Dollars (in words)

4. TRAINING FOR UP TO (4) I.T. SUPPORT STAFF $______________

___________________________________________Dollars (in words)

35

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

5. PERFORMANCE BOND $______________

__________________________________________Dollars (in words)

6. WARRANTY 4 HR hardware replacement, 24 x 7 call in support, all firmware and software upgrades and patches for 36 months after day of equipment acceptance

$______________

__________________________________________Dollars (in words)

GRAND TOTAL PART TWO: $______________

___________________________________________Dollars (in words)

4. PART THREE – Edge Switching

1. COMPONENTS, HARDWARE, SOFTWARE

Supporting Bill of material with unit pricing required.Spare parts inventory to support overnight replacement plan

$______________

_________________________________________Dollars (in words)

2. ADDITIONAL EQUIPMENT, SUPPLIES OR SERVICES (list)

$______________

___________________________________________Dollars (in words)

36

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

3. INSTALL LABOR AND PROJECT MGMT $______________

___________________________________________Dollars (in words)

4. TRAINING FOR UP TO (4) I.T. SUPPORT STAFF $______________

___________________________________________Dollars (in words)

5. PERFORMANCE BOND $______________

__________________________________________Dollars (in words)

6. WARRANTY Overnight hardware replacement, 24 x 7 call in support, all firmware and software upgrades and patches for 36 months after day of equipment acceptance

$______________

__________________________________________Dollars (in words)

GRAND TOTAL PART THREE: $______________

___________________________________________Dollars (in words)

5. BID ALTERNATE 1 – SYSTEMAX iPATCH

7. COMPONENTS, HARDWARE, SOFTWARE

Supporting Bill of material with unit pricing required

$______________

37

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

_________________________________________Dollars (in words)8. ADDITIONAL EQUIPMENT, SUPPLIES OR SERVICES (list)

$______________

___________________________________________Dollars (in words)

9. INSTALL LABOR AND PROJECT MGMT $______________

___________________________________________Dollars (in words)

10. PERFORMANCE BOND $______________

__________________________________________Dollars (in words)

11. WARRANTY $______________

__________________________________________Dollars (in words)

GRAND TOTAL BID ALTERNATE #1: $______________

___________________________________________Dollars (in words)

MULTIPLE PART DISCOUNT STRUCTURE

Explain and Define by percentage any applicable multi-PART discounts that might apply.

Description:

_____________________________________________________________________

Discount percentage: __________________________________________________

38

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

The undersigned agrees to the provisions of contract documents and hereby affix authorized signature(s):

Signature(s):_____________________________________________________

Title:____________________________________________________________

Company Name:__________________________________________________

Address: ________________________________________________________

City: __________________________ State _________Zip Code____________

Telephone Number: ________________ Fax Number:___________________

Email Address: __________________________________________________

Print Name of Signature: __________________________________________

Date: ___________________________________________________________

IT IS MANDATORY OF ALL CONTRACTORS TO RETURN THIS SHEET FULLY COMPLETED WITH THEIR PROPOSAL.

39

MACOMB COMMUNITY COLLEGERFP NO. 5940

Network Infrastructure Upgrade

Appendix “C” – Campus Maps

Current maps of the college’s campuses can be found on www.macomb.edu under the ‘Contact us’ link.

40