Medical Lake School District. Request for Proposal Network Switches RFP 1502



Similar documents
TECHNICAL SPECIFICATIONS FOR SIP TRUNK AND LONG DISTANCE PROJECT

E-RATE Year 18 ( ) Scalable Internet Access RFP Enterprise Elementary School District

Upgrades requiring quotes at this time: Upgraded district MDF core electronics as specified.

ASPIRUS HEALTH SYSTEM

PIERCE COUNTY LIBRARY SYSTEM. REQUEST FOR PROPOSAL (RFP) for FOR LEASED METRO ETHERNET SERVICES

Request for Proposal: Network Switches

Monrovia Unified School District RFP# M Managed Internal Broadband Services PROVIDER PRE-QUALIFICATION GUIDELINES

Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE

Robla School District

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS

REQUEST FOR PROPOSAL E-RATE Funding Year 2015 HOSTED VOICE OVER IP (VOIP) for Tunica County School District

INTERNET SERVICE FOR OAKLAND UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS (RFP) FOR E-RATE 17 ( )

SERVICE PROVIDER CRITERIA AND CONTRACT REQUIREMENTS

SERVICE PROVIDER CRITERIA AND CONTRACT REQUIREMENTS

Request for Proposal 911- SUPPLEMENTAL ALI DATABASE MANAGEMENT SERVICES AND SUPPORT

Hosted VoIP RFP. Throughout this document, the word System refers to The Jackson Hinds Library System

Lake County, Oregon Request for Proposal VoIP Telephone Communications System

Additional specific restrictions are laid out in the following bid packet. As a courtesy, we have provided the following summary of this bid.

E- Rate RFP Entity # Funding Year 14 With Multi-Year Option 470 # RFP: Data and Cell Service

REQUEST FOR PROPOSAL

BID SPECIFICATION PACKAGE

PIERCE COUNTY LIBRARY SYSTEM. REQUEST FOR PROPOSAL (RFP) for. Telephone Service (Analog Phone Service)

CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

MOUNTAIN EMPIRE UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245

REQUEST FOR PROPOSAL For NETWORK SWITCHES AND FIREWALL EQUIPMENT USAC/E- Rate 470 # Proposal Due: March 26th, 2015

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

WIDE AREA NETWORK (WAN) SERVICE FOR OAKLAND UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS (RFP) FOR E-RATE 17 ( )

REQUEST FOR PROPOSAL WAN AND INTERNET AND HOSTED VOIP

Request for Proposal RFP # Printing & Mailing Services

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

E-RATE CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS QUOTE #

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

N.I.C.E. COMMUNITY SCHOOL DISTRICT TECHNOLOGY INFRASTRUCTURE PROJECT REQUEST FOR PROPOSALS ( RFP )

Center Unified School District

NOTICE: CALLING FOR PROPOSALS VOICE-OVER IP (VOIP) EQUIPMENT AND INSTALLATION ERATE ELIGIBLE SERVICES

Request for Proposal: Network Switches

STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP#

City of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 5044

RFQ No. 4856B /MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 2:00 PM

Request for Proposals Erate Category 1 Hosted VoIP Service Hinds County School District

Request for Proposal NORTEL TELEPHONE SYSTEM MAINTENANCE SERVICES. Luzerne County Information Technology Department LUZERNE COUNTY PENNSYLVANIA

REQUEST FOR PROPOSALS (RFP) Web Hosting Services. for. Rescue Union Elementary School District Entity Number

5. Preparation of the State and Federal Single Audit Reports.

Request for Proposal Hewlett Packard Network Switches and Peripherals

REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

City of St. Helens, Oregon Request for Proposals VoIP Telephone Communications System

UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT (203) E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

Hosted VoIP RFP. Throughout this document, the word District refers to BRUNEAU GRAND VIEW JOINT SCHOOL DISTRICT #365

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, Time: 10:00 a.m.

Request for Proposals E-Rate Wireless Project Bolivar High School Bolivar R-1 School District

Enterprise Content Management Consultant

REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL ADVISORY SERVICES

AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401

Kennebec Valley Community College 92 Western Avenue Fairfield, ME Competitive Bid Request for Proposal This is Not an Order

REQUEST FOR PROPOSAL

Request for Proposals for Upgraded or Replacement Phone System

Request for Proposal Business & Financial Services Department

REQUEST FOR PROPOSALS For Health Insurance Billing & Collection Services

Request for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE

CITY OF HIGHLAND PARK

Infrastructure Technical Support Services. Request for Proposal

AUTOMATED AIRCRAFT IDENTIFICATION AND BILLING SERVICES

Wahkiakum County Request for Proposal New Telephony System with Unified Communication support. Due Date: 3:00pm May 15 st 2015

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

HIPAA BUSINESS ASSOCIATE AGREEMENT

Request for Proposal For Fund Developer

STATE OF MAINE DEPARTMENT OF EDUCATION RFP # PAYROLL SERVICES FOR TEMPORARY RESOURCES

Merchant Account Services

NOTICE TO BIDDERS Request for Proposals Legal Notice Advertisement: publish two(2) times:

Hosted VoIP RFP. Throughout this document, the word District refers to Wayne County School District

REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/ ARCHIVING

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.

BENTON COUNTY PERSONAL SERVICES CONTRACT

Request for Proposal. Broker and Claims Management Services For Redlands Christian Migrant Association, Inc. Workers Compensation Insurance Program

BENCHMARK MEDICAL LLC, BUSINESS ASSOCIATE AGREEMENT

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

OSWEGO COUNTY PURCHASING DEPARTMENT

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID

Request for Proposal: Network Switches

Woodland Hills School District Request for Proposals VOICE OVER IP (VOIP) Telephone Communication System

Hosted VoIP RFP. Throughout this document, the word District refers to Smith County School District

REQUEST FOR EXPRESSIONS OF INTEREST 4643 EOI

FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE

IOWA LOTTERY AUTHORITY BID Security Assessment Services

APPALCART REQUEST FOR PROPOSAL

Request for Proposal For: CQ5 Java Developer. ABA Information Systems April 11, Table of Contents

Hosted VoIP RFP. Throughout this document, the word District refers to ANDERSON UNION HIGH SCHOOL DISTRICT.

BUSINESS ASSOCIATE AGREEMENT

Proposal Issued: February 12, Advertisement: February 14 and 21, Last day for Questions: March 5, 2014

Advanced AMC, Inc. Appraiser Services Agreement (Independent Contractor Agreement)


The Institute For Effective Education REQUEST FOR PROPOSAL HOSTED VOIP SOLUTION. E-Rate Program Year 14.

REQUEST FOR PROPOSAL P PROFESSIONAL TELEPHONE ANSWERING SERVICES

SAINT LOUIS COUNTY GOVERNMENT PARKS & RECREATION DEPARTMENT REQUEST FOR PROPOSAL (RFP)

Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION

Transcription:

Medical Lake School District Request for Proposal Network Switches RFP 1502

1. Introduction 1.1. Purpose of RFP This Request for Proposal (RFP) solicits proposals from vendors who can provide the required network equipment to complete Medical Lake School District s network switching implementation. Medical Lake School District will herein be referred to as MLSD. This is an equipment only bid, no installation services are being sought. 1.2. Procuring and Contracting Agency This RFP is issued by MLSD, which is the sole point of contact during the selection process. The Contract resulting from this RFP will also be administered by MLSD. Chad Moss (see below) is responsible for managing the vendor selection process. 1.3. RFP Contacts All general correspondence and inquiries about this RFP should be submitted in writing to the project team. See Section 4.4 below for more information about submitting inquiries. The primary RFP contact is: Chad Moss Business Manager Medical Lake School District PO Box 128 116 W 3 rd St Medical Lake, WA 99022 Telephone: 509.565.3119 Fax: 509.565.3102 E-mail: cmoss@mlsd.org The alternate RFP contact is: Trevor Meade Network Systems Support Analyst Medical Lake School District / ESD 101 PO Box 128 116 W 3 rd St Medical Lake, WA 99022 Telephone: 509.565.3129 Fax: 509.565.3102 E-mail: tmeade@mlsd.org 1.4. Proposal Due Date The proposal is due no later than January 12 th, 2015. This is 30 calendar days from the date the RFP was posted on the MLSD website.

2. Description of Infrastructure, Products, and Services Sought 2.1. Overview This RFP is to solicit proposals from vendors who can provide the required network equipment to complete Medical Lake School District s network switching implementation. This is an equipment only bid, no installation services are being sought. A complete equipment list is provided in Section 2.2.2. All quantities listed are guidelines and MLSD has discretion to purchase quantities that fit within their available budget. All potential purchases will also be contingent on E-Rate funding approval. 2.2. Equipment Technical Requirements / Specifications 2.2.1. General Requirements All sites on the network must support full Internet Protocol (IP) services/ports and advanced services, including, but not limited to, H.323 audio and video conferencing, large (100 MB+) file transfers, web-based audio and video streaming, Voice over IP (VoIP), and full support for both IPSec and SSL VPN traffic/services providing complete network convergence throughout the infrastructure. All equipment, transmission methods, and systems must be industry-standard. Industry-standard is defined as the most current version of relative standard(s) set by an American National Standards Institute (ANSI) or International Organization for Standardization (ISO)-accredited Standards Developing Organization (SDO), such as the Institute of Electrical and Electronics Engineers (IEEE), Telecommunications Industry Association (TIA), or Electronic Industries Alliance (EIA). The overall reliability of the network and, therefore, of all components comprising the network is an important proposal evaluation criterion (see Section 5.3 of this RFP). All hardware must be manufactured by a recognized market leader with at least five (5) years of experience. As an attachment to its response to the RFP, the vendor must provide manufacturer specification/data sheets for all hardware that is proposed. All equipment and hardware supplied must be new or refurbished. All new and refurbished equipment must include a lifetime hardware warranty. All equipment must be Restriction of Hazardous Substances (RoHS) compliant.

2.2.2. Summary of Equipment and Hardware Required or Equivalent Item Equal or Better Than* Quantity 8 Port Gigabit switch with HP 2530-8G-POE+ Up to 50 SFP upload port(s) (Part# J9774A#ABA) 24 Port Gigabit switch HP 2530-24G-POE+ Up to 20 with SFP upload port(s) (Part# J9773A#ABA) 48 Port Gigabit switch HP 2530-48G-POE+ Up to 20 with SFP upload port(s) SFP Gigabit transceivers with LC connectors for proposed switches (Part# J9772A#ABA) HP X121 1G SFP LC SX (Part# J4858C) Up to 100 * Vendors may propose different equipment but all equipment must meet specifications in Section 2.2.3 and have equal or better feature sets then models listed above. 2.2.3. Equipment Detail 2.2.3.1. Gigabit switches Required Specifications All ports must support a minimum of 1Gbps Switches must conform to POE+ specifications (IEEE 802.3at PoE+) Power over Ethernet (POE) available to all ports except SFP ports Management via serial, Telnet/SSH, and web interface Port and VLAN based QOS IEEE 802.1AB Link-Layer Discovery Protocol (LLDP) capable Port mirroring IPv6 connectivity capable Auto-MDIX Minimum of one SFP slot Spanning Tree capable STP BPDU port protection Port trunking and link aggregation LACP (IEEE 802.3ad Link Aggregation Control Protocol) Included Items Mounting brackets to attach to 19 rack Warranty Items Lifetime hardware warranty at no addition cost Lifetime software feature updates, bug fixes, and patches at no additional cost

2.2.3.1. SFP Gigabit Transceivers Required Specifications Full-duplex Gigabit solution Must be fully functional with switches proposed Hot swappable Must accept LC style fiber connectors Support multimode fiber up to 550m Warranty Items Lifetime hardware warranty at no addition cost Lifetime software feature updates, bug fixes, and patches at no additional cost 2.3. Delivery/Shipping The vendor is responsible to deliver all items in good condition to Medical Lake School District. The vendor is responsible for replacing any items damaged during shipping or that otherwise arrive not in good working order. The vendor is responsible for any and all cost associated with delivery. Shipment tracking information must be sent to the project team once it is available. All items should be shipped to: Medical Lake School District Attn: Trevor Meade PO Box 128 116 W 3 rd St Medical Lake, WA 99022 3. Additional Requirements 3.1. Ownership of Equipment All equipment will become the property of Medical Lake School District once it is delivered and accepted by the MLSD. 3.1. Invoice Requirements At a minimum, every vendor invoice submitted to MLSD must contain the following data elements: Vendor invoice number; Vendor invoice date; Total invoice amount

Questions regarding the invoicing process should be directed to cmoss@mlsd.org. 4. Preparation and Submission of Proposal 4.1. RFP Process Calendar DATE EVENT 12.12.2014 Date RFP is posted on the MLSD website 12.27.2014 Last day to submit questions 01.12.2015 Proposals due from vendors 4.2. Submission of Proposal 4.2.1. Due Dates and Media Each vendor must submit its proposal in electronic format: Electronic Submission Required. One electronic copy of the proposal in Microsoft Word or Adobe Acrobat PDF format must be e-mailed to MLSD at rfp@mlsd.org no later than 5 p.m. PST on the due date. The total size of any single e-mail should not exceed nine (20) megabytes. If any file(s) will cause the e-mail to exceed that size limit, please separate the submission into two or more separate e-mails and clearly labeled them 1 of n, 2 of n, and so forth (where n = the total number of e-mails). 4.3. Vendor Qualifications All vendors submitting proposals must meet the following minimum qualifications: The vendor must be a manufacture authorized vendor of all the equipment proposed. The vendor must have a current FCC Registration Number (FRN). More information about obtaining an FRN can be found at https://fjallfoss.fcc.gov/coresweb/publichome.do. The vendor must have a current USAC Service Provider Identification Number (SPIN). More information about this process can be found at http://www.usac.org/rhc-pilot-program/vendors/step01/service-providerid.aspx. The vendor must be in good standing with the FCC, the State of Washington, and local governments in the service area. Any bidder found to be in FCC Red-Light Status will be automatically disqualified. The vendor must be thoroughly familiar with any and all laws, statutes, rules or regulations related to this project, including, but not limited to: o FCC Order 06-144 o FCC Order 07-198 including correction

o The Telecommunications Act of 1996 o Other Applicable Local, State, and Federal Laws 4.4. Inquiries about the RFP Other than the methods described in this document, no other communication between prospective vendors and the project team is permitted during the bidding process, from the time the RFP is posted on MLSD s website until award of the contract. Any questions concerning this RFP must be submitted in writing to the project team. Vendors are strongly encouraged to review this RFP and any questions and answers posted on the http://www.mlsd.org website before submitting a question. Questions may be submitted: By e-mail at rfp@mlsd.org OR By mail to: Medical Lake School District Attn: Chad Moss PO Box 128 Medical Lake, WA 99022 Each question and answer will be posted on the project website (http://www.mlsd.org). MLSD will do its best to respond in a timely manner, but an answer may require a response from USAC or the FCC. In no case will a failure of MLSD to answer a submitted question, extend the proposal due date. MLSD will not identify the source of the question. However, vendors are responsible for phrasing questions in a way that does not reveal their identity, if possible. 4.7. What to Submit: Mandatory Proposal Content 4.7.1. Cover Letter A cover letter must accompany the proposal documents. The letter should clearly identify this RFP: MLSD RFP 1501; the vendor; the primary contact for the vendor s proposal; and his or her contact information, especially an e-mail address. The cover letter must be signed by an individual authorized and empowered to bind the vendor to the provisions of this RFP and any Contract awarded pursuant to it. Each proposal shall stipulate that it is predicated upon the terms and conditions of this RFP and any supplements or revisions thereof. 4.7.2. Executive Summary Provide an executive summary with the following information: Overview of the vendor s proposed solution(s); Vendor Capabilities. Describe the firm's experience and capabilities in providing products similar to those requested in this RFP. 4.7.3. Technical In this section vendors must respond in full and with specificity to Part 2 of this RFP ( Description of Infrastructure, Products, and Services Sought ). The vendor s proposal must detail how the proposed equipment will meet all of the requirements of this RFP.

Responses should include the manufacturer s hardware specification/data sheet for each proposed model of equipment. These items may be provided as attachments to the proposal. 4.7.4. Exceptions/Alternatives to These Requirements All exceptions to the requirements of this RFP must be delineated in this section of the vendor s response to the RFP; otherwise, all requirements of this RFP will be considered to be acceptable by the vendor. For the proposal to be considered, proposed alternatives must be identified and explained in this section. 4.7.5. Miscellany If any bidder plans to request that MLSD include in the Contract all or a portion of the vendor s form of contract, that form must be attached to the proposal. 4.8. Fixed Price Period All prices, costs, and conditions outlined in a vendor s proposal shall remain fixed for a period of 360 days after award of Contract. A contractor may request a minimum increase in costs upon MLSD approval for new technologies not available at time of bidding. 4.9. Incurred Costs to Propose MLSD is not liable for any costs incurred by any bidders or vendors prior to the execution of a Contract by all parties. 4.10. Errors and Omissions in a Proposal A vendor may revise a proposal on its own initiative at any time before the deadline for submission. The vendor must submit the revised proposal in the same manner as the original was submitted. In no case will a statement of intent to submit a revised proposal, or commencement of a revision process, extend the proposal due date. 4.11. Errors and Omissions in the RFP If a vendor discovers any significant ambiguity, error, conflict, discrepancy, omission, or other deficiency in this RFP, the vendor should immediately notify MLSD (at rfp@mlsd.org) of such error and request modification or clarification of the RFP document. In the event it becomes necessary to provide additional data or information, or to revise any part of this RFP, MLSD will provide supplements and/or revisions via email to all vendors who have submitted a letter of intent to bid. MLSD will also post the supplements and/or revisions on the project website, http://www.mlsd.org. Each vendor is responsible for ensuring that its proposal reflects any and all supplements and revisions issued prior to the proposal due date, regardless of how early in the process a vendor submits a proposal. 4.12. Objections to RFP Terms Should a vendor object on any ground to any provision or legal requirement set forth in this RFP, the vendor must send a written letter setting forth with specificity the

grounds for the objection. The letter must be received 15 days before proposal due date (See Section 1.4.). Letters should be sent to: Medical Lake School District Attention: Chad Moss PO Box 128 Medical Lake, WA 99022 Objections letters will not be acknowledged by MLSD; if a vendor wants proof of delivery, the letter should be sent by certified mail or some other form of service that provides proof of delivery. The failure of a vendor to object in the manner set forth in this paragraph shall constitute a complete and irrevocable waiver of any such objection and the right to object. 4.13. No Waiver of RFP Provisions No waiver by MLSD of any provision of this RFP shall be implied from any failure by MLSD to recognize or take action on account of any failure by a vendor to observe any provision of this RFP. 4.14. Ownership and Disclosure of Proposals Submitted in Response to This RFP Proposals submitted in response to this competitive procurement shall become the property of MLSD. MLSD will share all proposals with internal staff and all the members of the Evaluation Committee. All proposals received shall remain confidential, with the exception of any information MLSD is legally required to disclose. 4.15. Acceptance of RFP/Proposal Content The contents of this RFP and the vendor s proposal will become contractual obligations, if a Contract ensues. Failure of the vendor to accept these obligations will result in cancellation of the award. 5. Evaluation / Selection / Award Process 5.1. Evaluation Procedure The evaluation and selection of a vendor will be based on the information submitted in the proposal, and any required oral presentations and/or demonstrations. Vendors should respond to ALL requirements of the RFP. Failure to respond completely may lead to rejection of a proposal. 5.2. Evaluation Committee MLSD s Evaluation Committee will consist of MLSD staff and representatives from ESD101 (Educational Service District 101). They will be chosen because of their special expertise in procurement of the product(s) and/or service(s) that are the subject of this RFP or because of their knowledge of MLSD s requirements for these product(s) and/or

service(s). Vendors may not knowingly contact members of the Evaluation Committee (other than the primary and alternate RFP contacts) regarding this RFP or the wireless project except at MLSD s request. Any intentional, unauthorized contact may disqualify the vendor s proposal. 5.3. Evaluation Criteria and Weighting The proposals will be reviewed first to determine if all mandatory requirements have been met. Failure to meet any mandatory requirement may result in the proposal being rejected. Proposals will then be ranked using the following criteria: 35% - Cost 10% - Understanding of needs 25% - Cost of ineligible goods / services 5% - Prior experience 25% - Reliability of service 5.4. Contract Award: Once bids have been received and evaluated, MLSD will provide copies of all the compliant bids to the Evaluation Committee. The Evaluation Committee will then evaluate the bids and elect a vendor. The Evaluation Committee may request additional information from any bidder. MLSD will notify the selected vendor. 5.5. Contract Award: Right to Reject Proposals and Negotiate Contract Terms MLSD expressly reserves the right to accept or reject any or all bids in whole or in part, to waive any irregularities therein, and to award the Contract(s) to other than the low-cost bidder. MLSD reserves the right to award the Contract to a bidder who, in MLSD s sole discretion, provides bid quotations that are in the overall best interests of MLSD and this project. If a Contract is awarded, it will be granted to the most responsive and responsible vendor with whom MLSD is able to negotiate a Contract that meets the objectives of the wireless project. The Contract will contain all of the requirements and terms set forth in this RFP, plus such additional terms as are acceptable to MLSD and its legal counsel to carry out the intent of this RFP and address the information submitted by the bidder(s) in response to this RFP. Any agreement entered into as a result of this RFP will be contingent upon USAC and FCC approval. 5.6. Notification of Intent to Award Any vendor who responds to this RFP will be notified by e-mail of MLSD s intent to award a Contract as a result of this RFP.

6. Additional Information 6.1. Commitment of Funds The district superintendent is the only individual who may legally commit MLSD to the expenditures of funds for a Contract resulting from this RFP. 6.2. Laws That Apply All proposals submitted in response to this RFP and any Contract shall be subject to all applicable laws and procedures, including, but not limited to, all FCC Orders, Statutes, and USAC requirements mentioned in this RFP. 6.3. Indemnification MLSD is to be indemnified and held harmless by the vendor and all subcontractors for the vicarious liability of MLSD as a result of this RFP and any resulting Contract(s). 6.3.1. General Indemnification Vendor agrees to indemnify, defend, and hold harmless MLSD and its administrators, employees, agents, contractors, successors, and assignees, from and against any and all costs, expenses, damages, and liabilities, including reasonable attorney s fees, arising out of the: (i) acts or omissions of the vendor, its officers, directors, employees, successors, assignees, contractors, and agents; (ii) any breach of the terms of the Contract by vendor; or (iii) any breach of any representation or warranty by vendor under the Contract. 6.4. Right to Audit / Cooperation with FCC/USAC Auditors MLSD reserves the right to conduct, at its expense, an independent audit of the vendor s records pertaining to this project. In the event any question arises during an FCC/USAC audit of MLSD s project records, the vendor is required to reply to auditor questions about the wireless project within three business days. The FCC and or USAC may audit the winning vendor; vendors are expected to cooperate fully. Failure to cooperate with any audits may result in termination of the Contract. 6.5. Maintenance of Requirements to Do Business and Provide Services The vendor and any subcontractors, at their cost, shall obtain and maintain all licenses, permits and authority necessary to do business and render service under this RFP and any resulting contact(s) and, where applicable, shall comply with all applicable laws including, but not limited to, those regarding safety, unemployment insurance, disability insurance, and worker's compensation.