35
Page 1 of 35 REQUEST FOR PROPOSAL AC TRANSIT DISTRICT Purchasing Department 1600 Franklin Street Oakland, CA 94603 PROPOSALS MUST BE RECEIVED at 1600 Franklin Street by 10:00 am on January 27, 2015 Sign the proposal, put it in an envelope, and write the Request for Proposal number and Title on the outside. Sign and return this page. Retain Contractor’s Duplicate copy for your files. SIGN AND RETURN THIS PAGE REQUEST FOR PROPOSAL Proposal #: 2015-1312 Date: December 19, 2014 TITLE: STORAGE AREA NETWORK (SAN) STORAGE ARRAY DO NOT INCLUDE SALES OR EXCISE TAXES in proposal prices. ALL CONTRACTORS COMPLETE THIS SECTION: 2015 Upon execution of a Contract Acceptance form, the undersigned agrees to furnish, subject to provisions on the reverse of this form, all articles or services within the dates specified, in the manner and at the prices stated, in accordance with the advertisement, specifications, proposal, special conditions and general conditions, all of which are made part of the contract proposal, when authorized by Purchase Order, Contract Order, or Letter of Agreement issued by the District. Name under which business is conducted: Business street address: Telephone: City State Zip Code IF SOLE OWNER, sign here: I sign as sole owner of the business named above: Signed Typed Name IF PARTNERSHIP OR JOINT VENTURE, sign here: The undersigned certify that we are partners in the business (joint venture) named above and that we sign this contract proposal with full authority to do so (one or more partners sign): Signed Typed Name Signed Typed Name IF CORPORATION, sign here: The undersigned certify that they sign this contract proposal with full authority to do so: The undersigned certify that they sign this contract proposal with full authority to do so: Corporate Name: Signed Typed Name Title Signed Typed Name Title Incorporated under the laws of the State of Form C102 May 2005

2015-1312 SAN Storage Array RFP - AC Transit SAN...ac transit request for proposal purchasing department no. 2015-1312 storage area network (san) storage array special conditions page

Embed Size (px)

Citation preview

Page 1 of 35

REQUEST FOR PROPOSAL

AC TRANSIT DISTRICT Purchasing Department 1600 Franklin Street Oakland, CA 94603 PROPOSALS MUST BE RECEIVED at 1600 Franklin Street by 10:00 am on January 27, 2015 Sign the proposal, put it in an envelope, and write the Request for Proposal number and Title on the outside. Sign and return this page. Retain Contractor’s Duplicate copy for your files.

SIGN AND RETURN THIS PAGE REQUEST FOR PROPOSAL

Proposal #: 2015-1312 Date: December 19, 2014 TITLE: STORAGE AREA NETWORK

(SAN) STORAGE ARRAY DO NOT INCLUDE SALES OR EXCISE TAXES in proposal prices.

ALL CONTRACTORS COMPLETE THIS SECTION: 2015 Upon execution of a Contract Acceptance form, the undersigned agrees to furnish, subject to provisions on the reverse of this form, all articles or services within the dates specified, in the manner and at the prices stated, in accordance with the advertisement, specifications, proposal, special conditions and general conditions, all of which are made part of the contract proposal, when authorized by Purchase Order, Contract Order, or Letter of Agreement issued by the District. Name under which business is conducted: Business street address: Telephone:

City State Zip Code

IF SOLE OWNER, sign here:

I sign as sole owner of the business named above:

Signed Typed Name IF PARTNERSHIP OR JOINT VENTURE, sign here: The undersigned certify that we are partners in the business (joint venture) named above and that we sign this contract proposal with full authority to do so (one or more partners sign):

Signed Typed Name

Signed Typed Name IF CORPORATION, sign here: The undersigned certify that they sign this contract proposal with full authority to do so: The undersigned certify that they sign this contract proposal with full authority to do so: Corporate Name:

Signed Typed Name Title

Signed Typed Name Title Incorporated under the laws of the State of Form C102 May 2005

Page 2 of 35

GENERAL CONDITIONS, INSTRUCTIONS, AND INFORMATION FOR CONTRACTORS

1. RENDITION OF SERVICES The Consultant hereby agrees to undertake, carry out and complete all work established herein in a professional and efficient manner satisfactory to District standards.

The professional service or the performance of work or services required by the District cannot satisfactorily be performed by the regular employees of the District. 2. CONSULTANT'S STATUS Neither the Consultant nor any party contracting with the Consultant shall be deemed to be an agent or employee of the District. The Consultant is and shall be an independent Consultant, and the legal relationship of any person performing services for the Consultant shall be one solely between said parties.

Consultant shall not subcontract any services to be performed by it under this Agreement without the prior written approval of the District, except for service firms engaged in drawing, production, typing and printing. Consultant shall be solely responsible for reimbursing any subConsultants and the District shall have no obligation to them.

3. OWNERSHIP OF WORK All reports, designs, drawings, plans, specifications, schedules, and other materials prepared, or in the process of being prepared, for the services to be performed by Consultant shall be and are the property of the District and the District shall be entitled to access thereto, and copies thereof, during the progress of the work.

In the event that the work, which is the subject of this Agreement, is not completed, for any reason whatsoever, all materials generated under this Agreement shall be delivered as the District may direct.

4. RECORDS The Consultant shall permit the authorized representatives of the District to inspect and audit all data and records relating to performance under this Agreement. Consultant shall maintain all such records for a period of three (3) years after the District makes final payment under this Agreement. 5. TERMINATION FOR DEFAULT In the event the Consultant breaches the terms or violates the conditions of this Agreement, and does not within ten (10) days of written notice from the District cure such breach or violation, the District may immediately terminate this agreement, and shall pay the Consultant only its allowable costs to the date of termination.

6. TERMINATION FOR CONVENIENCE The District may terminate this Agreement, in whole or in part, at any time for the District's convenience and without cause at any time by giving the Consultant written notice of termination. The Consultant will be paid for those services performed pursuant to this Agreement to the satisfaction of the District up to the date of notice of termination. The Consultant shall promptly submit its termination claim. If the Consultant has any property in its possession belonging to the District, the Consultant will account for the same and dispose of it in the manner the District directs.

7. NON-DISCRIMINATION In connection with the execution of any Agreement hereunder, the Consultant shall not discriminate against any applicant or employee on the grounds of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, gender identity, gender expression, sexual orientation, sex or age as defined in Section 12926 Government Code.

8. INDEMNIFICATION The Consultant shall indemnify, keep and save harmless the District, its Board of Directors, officers, officials, employees, agents and volunteers from and against any and all liability, loss, damage, expense, costs (including, without limitation, costs and fees of litigation) of every nature arising out of or in connection with Consultant's performance of work hereunder or its failure to comply with any of its obligations contained in the Agreement, except such loss or damage which was caused by the sole negligence or willful misconduct of the District. 9. CHANGES If any changes to the scope of services are sought by either party that would require a modification of the amount of compensation, the changes must be reviewed in advance of any action to implement the change by the Project Manager and the Purchasing Department.

The District may at any time by written order make changes within the Scope of Services described in this Agreement. If such changes cause an increase in the budgeted cost of or the time required for performance of the agreed upon work, the Consultant shall notify the District in writing of the amount of time and compensation adjustments that are required.

In the event the Consultant encounters any unanticipated conditions or contingencies that may affect the scope of services and would result in an adjustment to the amount of compensation specified herein, Consultant shall so advise the District immediately upon notice of such condition or contingency. The written notice shall explain the circumstances giving rise to the unforeseen condition or contingency and shall set forth the proposed adjustment in compensation resulting therefrom.

Any notices shall be given to the District under the NOTICES clause of the Special Conditions. Any and all agreed upon pertinent changes shall be expressed as a written modification to this Agreement prior to implementation of such changes. 10. DISPUTE RESOLUTION In case any disagreement, difference or controversy shall arise between the parties, with respect to any matter in relation to or arising out of or under this Agreement or the respective rights and liabilities of the parties, and the parties to the controversy cannot mutually agree thereon, then such disagreement, difference, or controversy shall be determined by binding arbitration, according to the rules of the American Arbitration Association.

Any award made by the Arbitrator(s) shall be final, binding and conclusive upon all parties and those claiming under them. The costs and expenses of any Arbitration shall be borne and paid as the Arbitrator(s) shall, by their award, direct.

The submission to Arbitration is hereby made a condition precedent to the institution of any action at law or in equity with respect to the controversy involved; and such action at law or in equity shall be restricted solely to the subject matter of the challenge of such award on the grounds and only in the manner permitted by law. 11. NO ASSIGNMENT This Agreement is personal to each of the parties hereto, and neither party may assign or delegate any of its rights or obligations hereunder without first obtaining the written consent of the other. 12. PROHIBITED INTERESTS No member, officer, director or employee of the District during his/her tenure or for one year thereafter, shall have any interest direct or indirect, in this Agreement or the proceeds thereof.

Consultant covenants that it presently has no interest, direct or indirect, which would conflict in any manner or degree with the performance of the services called for under this Agreement. Consultant further covenants that in the performance of this Agreement no person having any such interest shall be employed by Consultant.

The District may require Consultant to file an annual Statement of Economic Interest form pursuant to the Political Reform Act of 1974 (Government Code Section 81000 et seq.) 13. WAIVER Failure of any party to exercise any right or option arising out of a breach of this Agreement shall not be deemed a waiver of any right or option with respect to any subsequent or different breach, or the continuance of any existing breach. 14. GOVERNING LAW This Agreement, its interpretation and all work performed thereunder, shall be governed by the laws of the State of California. 15. INSURANCE Depending on the nature of the services being solicited, the District may have certain minimum insurance requirements.

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

SPECIAL CONDITIONS

Page 3 of 35

I. GENERAL INFORMATION

The Alameda-Contra Costa Transit District is a Special District, organized under the laws of the State of California, which provides public transit service to approximately 191,000 riders daily with a fleet of 584 buses. The District’s service area extends from western Contra Costa County to southern Alameda County. AC Transit has three (3) operating Divisions in addition to the Central Maintenance Facility, Training Center, and the General Office. The District has approximately 1,863 employees and is financed through receipt of transit fares, property taxes, and state and federal funding. This Request for Proposal (RFP) outlines the scope of services requested for the District, as well as information to be included in the proposal. It is the District’s intent to award a one-year fixed-rate contract to a responsible and qualified Service Provider considering overall price, experience and responsiveness to this RFP. To be considered, each proposal submission must include: 1. One (1) original hard copy with two (2) separate sealed envelopes within

the one proposal package. Envelope I will contain all responsive materials except those relating to fees and costs. Envelope II will contain only information relating to fees and costs. (See section IV. REQUIRED DOCUMENTATION AND SUBMITTALS).

2. Two (2) copies of written proposals. Copies of written proposals shall be included in their respective envelope (Envelopes I and II).

3. Electronic copies of the proposal parts I and II shall be included in the respective envelope (Envelopes I and II). Electronic copies must be in a single file (PDF), submitted on a flash drive or CD, and shall be an exact scanned image of the original hard copy.

Submissions are due no later than January 27, 2015 at 10:00 a.m. local time to: AC Transit Purchasing Department Kai Moore, Contract Specialist 1600 Franklin Street Oakland, California 94612 Phone: 510-891-5494 All proposals should be clearly marked RFP 2015-1312: STORAGE AREA NETWORK (SAN) STORAGE ARRAY. Proposals may be mailed or delivered. If mailed, proposals must be mailed in sufficient time to reach the above address before the specified response due date and time. If delivered, the proposals

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

SPECIAL CONDITIONS

Page 4 of 35

should be delivered to the above address. Proposals not received by the designated date/time will not be considered for award. No facsimile or e-mail transmissions of proposals will be accepted. The District may award based upon initial proposals received, and after verifying references, without any discussions or negotiations. Therefore, proposals should be submitted on the most favorable conditions possible from a price and technical standpoint. The District reserves, at its sole discretion, the right to reject any and all proposals, cancel all or part of this RFP and waive any minor irregularities or informalities. Furthermore, the District reserves the right to negotiate with those Contractors with offers determined to be within a competitive range. Proposals will remain in effect for one hundred fifty (150) days from the designated date for receipt of proposals, unless mutually extended. No pre-award costs will be reimbursed by the District. The signature of the District’s General Manager will constitute a binding award. This RFP does not commit the District to award a Contract, to pay costs incurred in the preparation of a proposal, or to procure or Contract for services.

II. QUESTIONS AND CLARIFICATIONS

Contractor inquiries must be submitted in writing via electronic transmission to Kai Moore at [email protected]. The RFP title shall be included in the subject line as “RFP 2015-1312: Storage Area Network (SAN) Storage Array.” In order to allow District staff sufficient time to prepare responses, all questions must be received no later than January 7, 2015 by 10:00 a.m., Pacific Standard Time. Questions will be answered by written addendum to the RFP. Upon issuance of such, the addendum will become a part of the proposal documents and binding on all eligible Contractors. For further information, prospective Contractors may contact Kai Moore, either by telephone (510) 891-5498 or by email [email protected] between the hours of 8:30 a.m. and 4:30 p.m., Monday through Friday, holidays excepted.

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

SPECIAL CONDITIONS

Page 5 of 35

III. SCOPE OF SERVICES See Exhibit A, Scope of Services.

IV. REQUIRED DOCUMENTATION AND SUBMITTALS

Interested parties shall submit proposals in response to this Request for Proposal (RFP), including a detailed statement of qualifications. Each proposal must be submitted in two (2) separate sealed envelopes within the proposal package. Envelope I will contain all responsive materials except those relating to fees and costs. Envelope II will contain only information relating to fees and costs. Contractors shall submit all documentation, in the order listed below and clearly label each section with the appropriate title (i.e. Table of Contents, Letter of Transmittal, etc.). All information shall be presented in a clear and comprehensive format:

A. Technical (Envelope I)

1. Table of Contents: Responses shall include a table of contents

listing the individual sections of the proposal and their corresponding page numbers. Tabs should separate each of the individual sections.

2. Cover Letter: Responses shall include a statement acknowledging

all Addenda. The cover letter must also include the following statement: “As an authorized representative of [FIRM], I bind the firm to every condition included in the RFP as well as to all the commitments made in this proposal. This proposal is a firm offer and is binding on [FIRM] for one hundred fifty (150) days from the submittal response due date.”

3. Letter of Transmittal: Proposals shall include a letter of

introduction and an executive summary of the proposal. The introductory letter must be signed by a person or persons authorized to obligate the firm (or firms in the case of a joint venture) to honor the commitments set forth in the proposal, in accordance with RFP requirements. Submission of the letter will constitute a representation by the firm or joint venture that it is willing and able to successfully fulfill project requirements.

Contractor shall provide a description of its qualifications, relevant specialized experience and its role in current and past projects of

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

SPECIAL CONDITIONS

Page 6 of 35

similar scope and responsibility, and knowledge in operational support for public or private transit organizations, performing training needs assessments, establishing training and development functions and/or enhancing their effectiveness.

4. Description of Proposed Design The proposal will include a

complete description of the proposed solution detailing all of the storage array requirements, make and model of the proposed equipment, drawings of the proposed configuration, included software options, an implementation plan, a training plan / agenda, and a complete bill of materials of what will be delivered and what services will be provided.

5. Description of Training Approach: Proposal shall include a description of the general approach to training, including a description of proposed training classes, the locations and duration of those classes, a sample agenda, presentation sample materials, terms for the class size, equipment that will/will not be provided by Contractor, statement describing how training materials will support various learning styles of our network engineers.

6. References: Contractor shall provide a list of at least one, but not more than four references, current or former clients/firms, for whom your firm has performed similar scope, volume and requirements as those outlined in this RFP within the past twelve (12) months, specifying:

• Company name • Contact person and contact person’s title • Contact person’s address, phone number, fax number and e-

mail address • Length of your working relationship • Description of type of work performed for client

7. Key Personnel:

a. A summary of key project personnel and supporting staff assigned to this procurement, including their names, titles, resumes, and describe briefly their responsibilities and prior experience relevant to the District’s scope of services; including all certifications, training, accreditations, and licenses of each person.

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

SPECIAL CONDITIONS

Page 7 of 35

8. Insurance: A statement that the insurance coverage required for

these services can be obtained and will be carried without reservation or exclusion should a contractor be awarded the contract.

9. Certifications: Contractor shall submit all other certifications/forms/attachments attached to this RFP. NOTE: if the certifications do not apply, the form MUST indicate “N/A” and an explanation. All signatures must be signed in ink and shall be made by an officer of the contractor with the authority to bind the contractor to the terms of the RFP.

a. Attachment A, Designation of Subcontractors b. Attachment B, Small Local Business Procurement

Worksheet c. Attachment C, Reference Questionnaire Form d. Attachment D, Cost Proposal Forms

10. Electronic Copy: Contractor shall submit an electronic copy of the

technical proposal. Electronic copy must be in a single file (PDF), submitted on a flash drive or CD, and shall be an exact scanned image of the original hard copy.

B. Cost Proposal (Envelope II)

1. Contractor shall complete Attachment D – Cost Proposal Form

shall provide the proposed One-Year Contract Total. Contractor shall submit the Bill of Materials attached to the Attachment D – Cost Proposal Form. Attachment D – Cost Proposal Form and the attached Bill of Materials shall be submitted in a separate envelope (Envelope II).

2. Electronic Copy: Contractor shall submit an electronic copy of the cost proposal. Electronic copy must be in a single file (PDF), submitted on a flash drive or CD, and shall be an exact scanned image of the original hard copy.

V. PROPRIETARY INFORMATION

Any information submitted in the proposal that the Contractor has determined to be PROPRIETARY in nature, shall be marked accordingly.

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

SPECIAL CONDITIONS

Page 8 of 35

Any restriction on disclosure of proposal data must be clearly marked directly on the proposal as “Proprietary”. Failure to adequately mark proposal information is tantamount to an agreement that all sections are non-proprietary and can be made available to the general public upon request. In the event a proprietary information designation is challenged, the Contractor agrees to provide legal counsel or other necessary assistance to defend the designation and agrees to indemnify and hold the District harmless for any cost or damages arising from such challenge.

VI. EVALUATION PROCESS 1. All proposals are first evaluated for compliance with Pass/Fail Minimum

Requirements. Proposals achieving a pass rating will be evaluated further on responses to Technical and other RFP elements.

2. All proposals are evaluated and ranked on evaluation criteria specified in

the RFP. Evaluation is an assessment of the proposal and the Contractor’s ability to accomplish the Scope of Services in accordance with RFP requirements, terms and conditions.

3. Technically acceptable proposals are evaluated with cost as a

consideration. 4. Using both evaluation elements and service cost criteria, proposals are

ranked to identify a competitive range. A competitive range is defined as the group of proposals which have a reasonable chance for award.

5. The District may negotiate, or hold discussions, with all responsible

Contractors in the competitive range, or award without discussion. 6. The District, at its sole discretion, may present a Best and Final Offer

opportunity from which scores will be evaluated to determine best overall proposals.

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

SPECIAL CONDITIONS

Page 9 of 35

PROPOSAL EVALUATION CRITERIA Evaluation Criteria Weight Total A. Responsiveness to Request for Proposal Pass/Fail B. Cost 35 C. Past Performance/Relevant Experience 10 D. Technical Design 15 E. Technical Requirements 30 F. Implementation Plan 10 TOTAL WEIGHT 100

7. Technical proposals will be evaluated based on the reviewer’s

determination of the degree of compliance with RFP requirements. The evaluation criteria will be applied in the determination of competitive range, final evaluation, and elsewhere as needed in the evaluation steps described in subsequent sections. Based upon individual evaluations, a record of raw evaluation scores will be tabulated through the application of established weights (see section VIII Evaluation Weighted Criteria).

8. This evaluation process will be used to determine those Contractors in the competitive range. The determination will be based on an overall composite score, arrived at by separate analysis of individual proposals by the evaluation team members.

9. Scoring Guidelines: Technical Proposal

a. The Proposals will be evaluated based on each evaluator’s determination of each criterion and sub-criterion compared to the degree of compliance with RFP requirements. The zero to five-point scale range is defined as follows:

0 Unacceptable

Totally deficient and not in compliance with Contract requirements; demonstrates a lack of understanding of Contract requirements; extremely difficult and time consuming to correct.

1 Deficient Non-compliant with Contract requirements; errors, or risks, or weaknesses or omissions; difficult to correct and make acceptable.

2 Minimal Minimally compliant with Contract requirements; errors, or risks, or weaknesses or missions; possible to correct and make acceptable.

3 Good Generally compliant with Contract requirements;

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

SPECIAL CONDITIONS

Page 10 of 35

b. Evaluators may utilize non-whole numbers, i.e. decimals, in

providing their raw scores. The evaluation team members will carry out and document its evaluations. Any extreme proposal deficiencies which may render a proposal unacceptable will be documented. The team members will make specific note of questions, issues, concerns and areas requiring clarification by Contractor(s) and to be discussed in any meetings with Contractors determined to be within the competitive range.

10. Scoring Guidelines: Cost Proposal

a. In accordance with Cost Proposal Form instructions, complete all forms and respond to all requested information and documentation contained in the section.

b. Price will be evaluated based on the one-year contract total (base

period), the support contract years, and the optional spares kit combined.

c. The firm with the lowest price will receive the maximum raw score

available for the cost/price criterion. The remaining firms will receive a pro-rated raw score based on the following formula: (Low Price/Compared Price) x 5 = cost co-efficient (5 = the maximum raw points available) Cost coefficient x number of evaluators x criterion weight = weighted score.

some minor errors, or risks, or weaknesses or omissions. Minor weaknesses can be readily corrected.

4 Compliant Fully compliant with Contract – Meets in all aspects and may in some cases exceed the critical requirements.

5 Exceptional

Fully compliant with Contract requirements and with desirable strengths or betterments, no errors, or risks, or weaknesses or omissions. There is a high probability of success.

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

SPECIAL CONDITIONS

Page 11 of 35

For example: 4.6 x 3 x 20 = weighted score for cost/price, as an example, where 3 represents the number of evaluators and 20 represents the weight of the cost/price evaluation criteria. Note: If pricing sheets are required in Excel format contact the Contract Specialist for an emailed copy.

11. Tabulation and Determination of Competitive Range

A final list of proposals ranked according to the results of the evaluation team scored evaluations will be prepared. Maximum potential points attainable per Contractor per proposal – this is only an example for illustrative purposes: 2,500 points: 5 evaluators x 5 raw points per category x weighting factor = 2,500 points.

12. Discussions with Contractors in the Competitive Range a. If required, the Contractors determined to be within the competitive

range, will be notified and any questions and/or requests for clarifications provided in writing. A negotiating team will be designated by Purchasing Department staff. Each Contractor may be invited for an interview(s) and discussions to discuss answers to written or oral questions, clarifications, and any facet of its proposal.

b. No information, financial or otherwise, will be provided to any

Contractor about any of the proposals. Contractors will not be given a specific price or specific financial requirements they must meet to gain further consideration. Contractors will not be told of their rankings among the other Contractors.

13. Best and Final Offers (BAFO)

a. After all interviews and/or oral presentations have been completed,

each of the Contractors in the competitive range may be afforded the opportunity to amend its proposal and submit a BAFO If the BAFO step of the evaluation process is deemed necessary, the request shall include:

1) Notice that discussions/negotiations are concluded.

2) Notice that this is the opportunity for submission of a BAFO.

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

SPECIAL CONDITIONS

Page 12 of 35

3) A common date and time for submission of written BAFOs, allowing a reasonable opportunity for preparation of the written BAFOs.

4) Notice that if any modification to a proposal or BAFO is submitted, it must be received by the date and time specified for the receipt of BAFOs and is subject to the late submissions, modifications, and withdrawals of proposals provisions of the RFP.

5) Notice that if Contractors do not submit a BAFO or a notice of withdrawal, their immediate previous Offer will be construed as their BAFO.

6) Any modifications to an initial proposal made by a Contractor in its BAFO shall be identified in the BAFO. The evaluation team will evaluate the BAFO using the same criteria used to evaluate the original Proposals, for items that have been re-addressed in the BAFO. BAFO final scores and rankings within each criterion will be tabulated and ranked for consideration according to the relative degrees of importance of the criteria.

b. The District may award to a proposer that does not receive the

highest score. The proposal which is most advantageous to the District based on the tabulated results will be recommended to the Board of Directors for award. The results of the evaluations and the selection of a proposal for any award will be documented.

c. If applicable, the AC Transit Board of Directors has the option of accepting the recommendation or of making an award to another firm if it feels that such a selection is in the best interests of AC Transit and public transit in the metro Bay area.

VII. EVALUATION PASS/FAIL CRITERION

A. Responsiveness

Proposals shall be evaluated for conformity and responsiveness to all sections of the RFP, submittal of required Technical Proposal Content and Cost Proposal Content, and completion of required forms. Exceptions, conditions, reservations or understandings that are explicitly, fully and separately stated will be evaluated for their acceptability. A proposal having a preponderance of unacceptable exceptions and

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

SPECIAL CONDITIONS

Page 13 of 35

conditions may be cause for the proposal to be rejected. Each of the exceptions and/or conditions made in a proposal will be evaluated and the Procurement Office will determine their individual acceptability. An unacceptable exception, condition, reservation or understanding, if not withdrawn by the Contractor upon the request by the Procurement Office, would be cause for the proposal to be rejected. In addition, if a Contractor receives a score of “0” in any one of the sections of the Technical Specifications, the Contractor will be given an opportunity to bring that section into compliance with the specifications. If the Contractor declines to do so, that proposal may be rejected as non-responsive.

VIII. EVALUATION WEIGHTED CRITERIA Written proposals will be evaluated, scored, and ranked to a competitive range. Proposals will be evaluated using criteria listed below, shown with the maximum weight value for each category. The maximum weighted score available for all combined categories will be a score of one hundred (100). NOTE: The District will evaluate each proposal submitted, using the evaluation and scoring methodology below:

Criterion Weight A. See section VII. EVALUATION PASS/FAIL

CRITERION

B. Cost Pricing will be evaluated upon the credibility of the Price Proposal as it relates to the level of service proposed, the service requirements of the RFP, and what is in the best interest of the public including best value. Pricing for the full duration of the contract will be evaluated. The formula will be applied to the total gross costs for the full term included in the price proposal. Note: Cost is based on a mathematical formula; it is not a qualitative review.

35

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

SPECIAL CONDITIONS

Page 14 of 35

IX. AWARD

The District reserves the right to:

1. Reject any and all proposals.

2. Withdraw, cancel, all, or part, of the RFP, at any time, without prior notice.

Reissue a subsequent RFP, as considered necessary by the District.

3. Waive any minor irregularities, technical errors, or information, in the procurement process.

4. Verify all information submitted in a proposal submission.

5. Approve or disapprove the use of particular subcontractors.

C. Past Performance/Relevant Experience Proposals will be evaluated against the RFP specifications and, but not limited to, the questions below: 1. Do the individuals assigned to the project have

experience on similar projects? 2. Does the proposed team have the knowledge

and background required to perform the required work and will those proposed actually perform the work if contracted?

3. Does the Contractor have demonstrated training experience?

10

D. Technical Design The technical solution will be evaluated as to whether the new SAN storage arrays will properly interface with the existing Cisco UCS servers and installed VMware software.

15

E. Technical Requirements Proposals will be evaluated for conformance with the requirements. Failure to meet the requirements could result in disqualification of the proposal.

30

F. Implementation Plan The implementation plan will be evaluated for feasibility, soundness, and completeness.

10

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

SPECIAL CONDITIONS

Page 15 of 35

6. Award without negotiation, written or oral discussions, based on

Evaluation Criteria and Service Price Schedule submissions of written proposals. Therefore, Contractors are encouraged to submit their best offer initially.

7. Make award to a responsible Contractor, with a responsive proposal, which is the most advantageous to the District, providing the best overall value consistent with the RFP, evaluation criteria, and award methodology.

8. Notify unsuccessful Contractors, after District approval of such award, in a timely manner. Upon submittal, all proposals will be retained by the District.

X. RIGHTS IN DATA

The term “subject data” as used herein means recorded information, whether or not copyrighted, that is delivered under this Contract. The term includes graphic or pictorial delineation in media, text in specifications or related performance or design-type documents and machine forms. Except for its own internal use, Contractor may not publish or reproduce such data in whole or in part, nor may Contractor authorize others to do so, without the written consent of the District, until such time as the District may have either released or approved release of such data. In the event that the scope of services in this Contract is not completed, all data generated under this Contract shall become subject data and shall be delivered as the District may direct.

XI. RELEASE OF INFORMATION Contractor must receive prior permission from the District before releasing any reports, promotional materials or information prepared in connection with this Contract. The Contractor shall provide a copy or copies for first review by the District.

XII. PROTEST PROCEDURES A. Protests based upon the content of the solicitation: Any protest concerning

the contents of the solicitation must be filed prior to the bid opening or proposal submission date.

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

SPECIAL CONDITIONS

Page 16 of 35

B. Protests based upon grounds other than the content of the solicitation: Protests must be filed no later than ten (10) calendar days after the District’s notice of intent to award, or notice of award, or notice of non-award; whichever occurs first. Copies of the District’s Procurement Protest Procedures can be obtained online at http://www.actransit.org/about-us/board-of-directors/board-policies/ .

C. FAILURE TO COMPLY WITH ANY OF THE REQUIREMENTS SET

FORTH IN THE DISTRICT’S WRITTEN PROPOSAL PROTEST PROCEDURES MAY RESULT IN REJECTION OF THE PROTEST.

XIII. CONFLICT OF INTEREST

By signing this Contract, the Contractor covenants that it presently has no interest, direct or indirect, which would conflict in any manner or degree with the performance of the services called for under this agreement. The Contractor further covenants that, in the performance of this agreement, no person having any such interest shall be employed by the Contractor, and that the Contractor receives no commissions or other payments from parties other than the District as a result of work performed hereunder. Failure to comply with this provision serves as a basis for termination for default and the collection of any damages.

XIV. INSURANCE It is strongly recommended that contractors confer with their respective insurance carriers and/or brokers to determine in advance of proposal submission the availability of insurance coverage as required under this solicitation. Failure to comply with the insurance requirements may result in disqualification from award of the contract. Compliance with insurance requirements hereunder is considered a material term of the contract. A. Contractor shall procure and maintain for the duration of the contract and for

a period of three years thereafter or the period of any contract warranties, whichever is longer, insurance against claims for injuries to persons or damages for property which may arise from or in connection with the performance of the work hereunder by the contractor, contractor’s agents, representatives, employees or subcontractors. The District reserves the right to alter, amend, increase or otherwise modify the insurance requirements stated herein. Coverage shall be at least as broad as:

1. General Liability coverage is to be equal to Insurance Services

Office Commercial General Liability Occurrence Form CG0001.

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

SPECIAL CONDITIONS

Page 17 of 35

2. Automotive Liability coverage is to be equal to Insurance Services

Office Business Auto Form CA0001 covering Automobile Liability.

3. Workers’ Compensation insurance as required by the State of California and Employer’s Liability Insurance.

4. Professional Errors and/or Omissions insurance appropriate to Contractor’s profession.

B. Contractor shall maintain limits no less than:

1. General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage. If aggregate limit is used, either separate aggregate limit shall apply or aggregate limit shall be twice the required occurrence limit.

2. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage, $1,000,000 aggregate.

3. Workers’ Compensation: Workers’ Compensation limits as required by State of California and Employer’s Liability limits of $1,000,000 per accident for bodily injury or disease.

4. Errors/Omissions Liability: $1,000,000 per occurrence.

C. Deductible and/or self-insured retentions must be declared to and approved by the District. The District reserves the option to require insurer to reduce or eliminate such deductible and self-insured retention as to District and/or require Contractor to procure a bond guaranteeing payment of any deductible or self-insured retention of losses, related investigations, claims, administration and defense expenses.

D. Policies are to contain the following provisions:

1. General Liability and Automotive Liability

a. The District, its officers, officials, directors, and employees are to be covered as additional insured’s as respects to liability arising out of activities performed on behalf of Contractor, products and completed operations of Contractor, premises owned, occupied or used by Contractor, and automobiles owned, leased, hired or borrowed by Contractor. Coverage shall contain no special

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

SPECIAL CONDITIONS

Page 18 of 35

limitation on scope of protection afforded to the District, its officers, officials, directors or employees.

b. For any claims related to this contract, Contractor’s insurance coverage shall be primary insurance as respects to the District, its officers, officials, directors and employees. Any insurance or self-insurance maintained by District, its officers, officials, directors or employees shall be in excess of Contractor’s insurance and shall not contribute with it.

c. Any failure with reporting provisions of the policies including breaches of warranties, shall not affect coverage provided to the District, its officers, officials, directors or employees.

d. Contractor’s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of insurer’s liability.

2. Workers’ Compensation and Employers Liability Insurer shall agree to waive all subrogation rights against the District, its officers, officials, directors, and employees for losses arising from work performed by the Contractor.

3. All Coverages

a. Each policy required shall be endorsed to state that coverage shall not be suspended, voided or canceled by either party or reduced in coverages or limits, except after 30 days prior written notice by certified mail, return receipt requested, has been given to the District.

b. Each policy is to be on an “Occurrence” form. “Claims Made” form requires prior approval by the District as well as Contractor required to provide acceptable evidence of policy retroactive date and to maintain coverage with same retroactive date for a period of not less than five (5) years following termination of services.

4. Acceptability of Insurance

Insurance is to be placed with California admitted insurers having a current A.M. Best & Co. rating of no less than “A-:VII”.

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

SPECIAL CONDITIONS

Page 19 of 35

5. Verification of Coverage

Contractor shall furnish the District with appropriate Certificates of Insurance and Endorsements effecting coverage’s required and signed by a person authorized by insurer to bind coverage. Certificates and Endorsements are to be received and approved by the District prior to commencement of any work under Contract. The District reserves the right to require certified copies of all required insurance policies.

6. Other Requirements

a. Should any work under this Contract be sublet, Contractor shall require each subcontractor to comply with all of Contract’s insurance provisions and provide proof of such compliance to the District.

b. These insurance requirements shall not in any manner limit or otherwise qualify liabilities and obligations assumed by Contractor under this Contract, including indemnification provisions.

c. Compliance with these insurance requirements is considered

a material part of the Contract. Breach of any such provision may be considered a material breach of Contract and result in action by the District to withhold payment and/or terminate Contract.

XV. NOTICES

Any notice which may be required under any contract resulting from this RFP shall be in writing, shall be effective when received, and shall be given by personal service or by certified or registered mail, return receipt requested, at the address specified in writing by the parties to the Contract.

XVI. EQUAL OPPORTUNITY/NON DISCRIMINATION In addition to requiring compliance with applicable state and federal antidiscrimination laws, it is the policy of the District to ensure non-discrimination in the award and administration of all contracts and to create a level playing field on which minority and small/local business can compete for all District contracts. In connection with the performance of this contract, the contractor will cooperate with the District in furthering the District’s policy.

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

SPECIAL CONDITIONS

Page 20 of 35

XVII. SMALL LOCAL BUSINESS PROGRAM

AC Transit has established a Small Local Business Procurement Program (Board Policy 351) to ensure that small local business enterprises have a meaningful opportunity to participate in AC Transit’s procurements. AC Transit believes that a Small Local Business Procurement Policy can provide support to small local businesses and enable them to more effectively compete for AC Transit procurements, especially those businesses that have been at a disadvantage in the past. Under the current Policy, a Small Local Business is a business which meets the U.S. Government’s Small Business Administration (SBA) size standard and is located within AC Transit’s geographical service area. Contractors doing business with AC Transit are encouraged to utilize small local businesses in their subcontracts. Contractors responding to this solicitation shall complete and submit with their response, the Designation of Subcontractors (Attachment A) which indicates whether they intend to use small local businesses in the contract to be awarded, and, if so, the percentages of contract work to be allocated to small local businesses. Contractors can contact Mr. Phillip McCants, Contract Compliance Administrator for information on SLBE/DBE resources at [email protected].

XVIII. INDEPENDENT CONTRACTOR Whether Contractor is a corporation, partnership, or other legal entity, Contractor is considered an independent contractor whose duties will be performed with the understanding that Contractor has special expertise as to the services which Contractor is to perform; and, is customarily engaged in the performance of the same or similar services for others. Contractor shall control the manner in which the services are performed; however, the District shall specify the nature of the services and the results to be achieved. Contractor is not to be deemed an employee or agent of the District and has no authority to make any binding commitments or obligations on behalf of the District except to the extent expressly provided herein.

XIX. SUBCONTRACTING Contractor shall not subcontract services, in whole or in part, without the District's prior written approval. Contractor shall require any approved subcontractor to agree, as to the portion subcontracted, to comply with all obligations of Contractor specified in this Contract. Notwithstanding the District's approval of a subcontractor, Contractor shall remain obligated for full performance of this Contract and the District shall incur no obligation to any subcontractor.

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

SPECIAL CONDITIONS

Page 21 of 35

Contractor shall indemnify, defend, and hold the District harmless from all claims of subcontractors.

XX. TYPE OF CONTRACT This RFP shall result in a fixed-price contract.

XXI. PERIOD OF PERFORMANCE The base period of performance is estimated at one (1) year from the date of the award.

XXII. OPTION TO EXTEND THE CONTRACT PERIOD OF PERFORMANCE At the sole discretion of the District, the contract may be extended unilaterally by the exercise of up to a six-month period. If exercised, the District shall notify the contractor in writing of its intent to exercise an option at least six (6) months prior to the end of contract expiration.

XXIII. GOVERNING LAW All matters arising under the Contract shall be governed by California law, as applicable.

XXIV. VENUE

In the event of a dispute or breach of contract, venue shall be in Alameda County, California.

XXV. VENDOR REGISTRATION Online Vendor Registration is required prior to contract award. Contractors should access www.actransit.org, select: About Us, Doing Business with AC Transit, Vendor Login and Registration, and Vendor Registration, to register as an Online Purchasing User. To complete the process, include a W-9, Request for Taxpayer Identification Number and Certification (containing original signature) in proposals. If online access is not available, contact the Purchasing Department for instructions.

XXVI. CONTRACT ADMINISTRATION

A. The Contracts Specialist, in coordination with the Project Manager, will administer the contractual and operational aspects of the contract. Changes to the Scope of Services, contract fees, quantity, quality, or

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

SPECIAL CONDITIONS

Page 22 of 35

delivery schedules, shall be coordinated with the Contracts Specialist and will be made official by a properly executed amendment. Any proposed change or amendment, and all correspondence that in any way concerns a term and/or condition of the Contract shall be submitted directly to the Contracts Specialist at: Purchasing Department, AC Transit District, 1600 Franklin Street 8th Floor, Oakland, California 94612, telephone (510) 891-5498.

B. Performance Interference Contractor shall immediately notify the Contracts Specialist or Purchasing

Manager of any occurrence or condition that interferes with the full performance of the Contract. If notification is through telephone exchange, the Contractor is required to follow-up with a written notification within twenty-four (24) hours of the occurrence.

XXVII. INVOICING

A. Invoice scheduling and format shall be coordinated with the Project

Manager based on compliance with task deliverables.

B. Invoices shall contain the District PO number, invoice number, remit to address and itemized service description, including breakdown of billable hours by task and personnel.

C. Invoices shall be accompanied by acceptable proof of service delivery. D. Contractor shall submit all invoices, in duplicate, to the District. The

original invoice shall be submitted to Accounts Payable and a copy shall be submitted to the Project Manager.

E. Each invoiced payment will be contingent upon satisfactory performance

and the receipt and acceptance of the required deliverable by the Project Manager. All invoices shall be accompanied by substantiating documents.

V. FURTHER INFORMATION

For further information, prospective Contractors may contact Kai Moore, by calling (510) 891-5498 or by emailing [email protected] between the hours of 8:30 a.m. and 4:00 p.m., Monday through Friday, holidays excepted. (END OF SPECIAL CONDITIONS)

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

EXHIBIT A - SCOPE OF SERVICES

Page 23 of 35

A. Current SAN Disk Storage Environment

AC Transit has two SAN disk storage environments. One disk storage environment is used for production and the second environment is used for business continuity and disaster recovery. Each storage environment includes an EMC Clariion CX3-20 with two redundant storage processors (SP’s), 40 TB of tier 1 and 2 storage, and four 4GB Fiber Channel HBA’s. Two Cisco MDS-9134 Multi-Fabric switches provide two 4GB fiber channel zones for SAN connectivity. At the General Office, two Cisco UCS 6120XP Fabric Interconnect switches with system version 5.0(3)N2(2.03a) and two 8GB HBA (P/N DS-SFP-FC8G-SW) connect to the MDS9134’s. At the Sacramento DR Site, two Cisco UCS 6248UP Fabric Interconnect switches with system version 5.0(3)N2(2.03a) and two 8GB HBA (P/N DS-SFP-FC8G-SW) connect to the MDS9134’s.

Each MDS switch hosts a fiber channel zone and each zone is completely independent. At the General Office, sixteen Cisco UCS servers host VMware 5.5 ESXi operating systems. At the Sacramento DR Site, eight Cisco UCS servers host VMware 5.5 ESXi operating systems. The disk storage environments are only used for VMware based virtual machines. The current SAN Fiber Channel equipment cabling configuration for the General Office is shown in Attachment F Figure 1. The current SAN Fiber Channel equipment cabling configuration for the Sacramento DR Site is shown in Attachment F Figure 2.

AC Transit is looking to retire the Clariion CX3-20 disk storage arrays and the Cisco MDS switches. AC Transit is looking to replace the SAN environment with a new solution that will allow us to process database data at extremely fast rates and support new projects and technologies that we will be implementing in the next few years. For each data center, we would like to use 16GB Fiber Channel or 10GB iSCSI Ethernet to directly connect the two existing Cisco UCS Fabric Interconnect switches directly to a new SAN storage appliance without using additional switches.

B. Minimum Manufacturer Background and Business Requirements

1. The Storage Area Network (SAN) storage array manufacturer must have at least three (3) years’ experience in the Storage Networking industry and be recognized as a viable, long-term supplier.

2. The SAN manufacturer must have a mature support organization to provide 24/7 services.

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

EXHIBIT A - SCOPE OF SERVICES

Page 24 of 35

C. Specific Requirements The vendor will provide the following hardware, software, and technical services:

D. SAN Storage Array Design The vendor will propose a complete SAN storage array solution that will seamlessly integrate with the existing Cisco UCS server environment and VMware vSphere ESXi 5.5 software.

E. SAN Storage Arrays Upon award of the contract, the vendor will provide two complete SAN storage arrays. Each array will include all the hardware and software necessary to fulfill the requirements of this RFP. The vendor will install one disk storage array at the AC Transit General Office computer room in Oakland, CA and the second array at the Business Continuity/Disaster Recovery site at Raging Wire in Sacramento, CA. The vendor will completely install, connect, and configure the two storage arrays to work seamlessly with the two existing Cisco UCS environments in Oakland and Sacramento. The vendor will provide the required SFP interface modules, interface cabling, software, and any necessary UCS licenses required to connect each environment’s two Cisco UCS 6120XP/6248UP Fabric Interconnect switches to the new storage arrays.

F. SAN Disk Storage Array Requirements The new disk storage array must adhere to the following requirements:

1. The storage array will provide 100,000 32k IOPS @ <1 ms average. 2. The storage array must be considered 99.999% reliable with no single point

of failure. 3. The storage array will be configured with SSD flash drives. The new array

will not have tiered spinning disk storage. 4. Each storage array will have at least 50 TB of usable storage. Actual

physical storage can be less when compression technologies are used but the allocated and usable storage must equal or exceed 50GB.

5. The arrays must have enough additional storage capacity to do 7 days of snapshots for 120 servers.

6. The storage array will use compression technology like Deduplication. 7. The storage array will provide seamless integration with VMware vSphere

ESXi version 5.5. 8. The storage array will support VMware thin provisioning.

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

EXHIBIT A - SCOPE OF SERVICES

Page 25 of 35

9. The storage array will support VMware virtual machine migration support for thick to thin provisioning.

10. The storage array will provide seamless integration with Cisco UCS. 11. The storage array will have an option to encrypt stored data. 12. The storage array will provide non-disruptive hardware & firmware updates,

upgrades, and maintenance. 13. The storage array will equip and support the 16GB Fiber Channel and/or

10GB iSCSI communication protocols. 14. The storage array will have redundant storage controllers. 15. The storage array will have redundant storage. 16. The storage array must be scalable. 17. The storage array will include all the hardware, software, and licensing

necessary to interface with the exiting UCS server environments. 18. The storage array will include management software to report on the

performance of the array. 19. The storage array will include reliable support contract services. 20. The storage array will include an optional, configurable ‘phone home’ service

whereby diagnostic information is automatically sent to the OEM for remote alerting.

21. The storage array will have a minimum working life expectancy of 6 years. This equipment must not hit the manufacturer’s end of life (EOL) for at least 6 years after the date of purchase.

22. The storage array must have hardware and software support services available for the life of the array. The vendor will include a hardware and software support schedule for six years after the array’s installation.

23. The storage array will include the first year of hardware and software support. Pricing will be provided for years 2 through 6.

24. An optional, local spares kit will be available.

G. Cisco UCS Network Connectivity The vendor will work with AC Transit’s Network Engineering department to design a SAN networking configuration for the new storage arrays. The vendor will configure the Cisco UCS 10GB iSCSI Ethernet or 16GB Fiber Channel networking to provide network connectivity to the two new storage arrays. The vendor will configure VMware to use the two new storage arrays.

IP address blocks for the 10GB iSCSI Ethernet interfaces will be assigned after the contract is awarded. For 10GB iSCSI Ethernet demonstration purposes, please use the IP block 10.250.1.0/24 for the General Office Ethernet network and 10.251.1.0/24 for the Sacramento DR Ethernet network.

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

EXHIBIT A - SCOPE OF SERVICES

Page 26 of 35

H. SAN Storage Arrays Initial Configuration The vendor will work with the Network Engineers to initially configure the storage arrays. This includes setting up physical or virtual LUNs, setting up administration modules and components, snapshots, call home interfaces, reporting services, and developing a plan to migrate existing virtual machines. The migration plan must include steps to setup thin provisioning on the new virtual machines.

I. Training The vendor will provide on-site training to the Network Engineering team. The training will include administration, management, and maintenance of the new SAN storage arrays.

J. Testing The vendor will help AC Transit Network Engineers test operation, connectivity, and performance of the two new storage arrays. Existing utility and test virtual machines will be migrated, tested, and validated before any production virtual machines are migrated.

K. Virtual Machine Migration Support AC Transit Network Engineers will migrate all production servers. The vendor will provide technical migration support if any migration issues develop.

(END OF SCOPE OF SERVICES)

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

ATTACHMENT A: DESIGNATION OF SUBCONTRACTORS

Page 27 of 35

If there is no opportunity for Sub-Contractor utilization, please indicate on the form with “N/A” and provide an explanation as to why not. This attachment is to be completed by Contractors – not contractor’s clients. Attach additional copies of this form if more space is required. Name: Address: Estimated dollar amount of subcontract & description of work: Is the firm a DBE? (YES/NO/PENDING) How many years has the firm been in business? What are the firm’s gross annual receipts for the most recent three years? Name: Address: Estimated dollar amount of subcontract: & description of work: Is the firm a DBE? (YES/NO/PENDING) How many years has the firm been in business? What are the firm’s gross annual receipts for the most recent three years?

[END OF DESIGNATION OF SUBCONTRACTORS]

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

ATTACHMENT B: SMALL LOCAL BUSINESS PROCUREMENT WORKSHEET

Page 28 of 35

Contractors doing business with the District are encouraged to utilize small local businesses in their subcontracts. Under the current Board Policy (351), a Small Local Business is a business that meets the U.S. Government’s Small Business Administration (SBA) size standard and is located within AC Transit’s geographical service area. Contractors can contact the Contract Specialist or Buyer assigned to this procurement for information on SLBE resources. Contractors responding to this solicitation shall complete the following questions and include this Worksheet with their bid or proposal, indicating whether they intend to use Small Local Businesses in the contract to be awarded and, if so, the percentages of contract work to be allocated to Small Local Businesses. Note: If small local businesses are utilized as subcontractors in a contract awarded from this RFP, Contractor shall submit to the District, on a monthly basis, a summary of those payments made to all subcontractors. The form for reporting monthly payments to subcontractors will be supplied by the District to the successful contractor after contract award. If there is no opportunity for Small Local Business utilization, please indicate on the form with “N/A” and provide an explanation as to why not. Subcontractor name SLBE % of project work Certification No. Subcontractor name SLBE % of project work Certification No. Subcontractor name SLBE % of project work Certification No. Subcontractor name SLBE % of project work Certification No. Subcontractor name SLBE % of project work Certification No.

(END OF SMALL LOCAL BUSINESS PROCUREMENT WORKSHEET)

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

ATTACHMENT C: REFERENCE QUESTIONNAIRE FORM

Page 29 of 35

GENERAL INFORMATION All questions must be answered and the data given must be clear and comprehensive. If necessary, questions may be answered on separate attached sheets. 1. Name of Organization: 2. Telephone Number: 3. Number of Years in Business: 4. Organization is (check one): ___ Corporation ___ Partnership ___ Association

___ Joint Venture ___ Sole Proprietorship ___ Public Agency ___ Quasi-Public Agency

5. If a California DBE, provide agency name that certified your firm: 6. Date firm organized 7. Employee/Tax Identification Number: 8. Organization's Address, Phone Number and Email Address: 9. Average Annual Gross Receipts Spanning Most Recent 3 Years (check one): __Less than $500,000__$500,000-$1,000,000,000__Greater Than $1,000,000 10. Name, Title, and Signature of Individual Providing the Above Data: 11. Name, Title, and Telephone Number of the Organization's Authorized Representative: 12. List all major officers (including titles) in the Organization: 13. If firm is a partially, or a fully owned subsidiary of another firm, an appropriate statement must be included identifying all levels of corporate management required to approve contracts relating to any project resulting from this RFP.

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

ATTACHMENT C: REFERENCE QUESTIONNAIRE FORM

Page 30 of 35

12. Indicate whether a specific corporation or joint venture would be formed for the sole purpose of receiving this Contract: 13. Organization's Credit References and, Dun and Bradstreet number (list name, address and telephone number of at least three, including business bank): Contractors Dun and Bradstreet Number: A. Reference B. Reference C. Reference 14. Has the firm ever been subject to a regulatory, state or Federal agency investigation for alleged improper, fraudulent, disreputable or unfair activities related to business practices? Have any employees ever been investgated? Explain. 15. Has a contract been “defaulted”? __________ If so, where, when and why? How was it resolved?

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

ATTACHMENT C: REFERENCE QUESTIONNAIRE FORM

Page 31 of 35

16. Has there been a past contract “debarment” action? ___________________ If so, where, when and why? _______ How was it resolved? 15. Attach City, County, State Business License(s), Permit(s) copies to include dates and geographic areas of operation. 16. Firm experience. State the number of year’s Contractor has provided like services for this RFP requirement. Years 17. List three current or past Public sector clients and contracts, whose services are comparable to or greater is size than the District’s requirements. Include the contract value, scheduled contract completion date, a contact person,telephone number, email address and describe the level of services rendered for each contract. A. Firm Name: Street: City, State, Zip: Contact: Telephone Number: Email Address: Length of Service: MM ______ YR ______ to MM _______ YR Contract Value: ______________________________________ Brief Description of Products & Services Provided: B. Firm Name: Street: City, State, Zip: Contact: Telephone Number: Email Address: Length of Service: MM________ YR ________ To MM ______ YR _______

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

ATTACHMENT C: REFERENCE QUESTIONNAIRE FORM

Page 32 of 35

Contract Value: ____________________________________________ Brief Description of Products & Services Provided: C. Firm Name: Street: City, State, Zip: Contact: Telephone Number: Email Address: Length of Service: MM _____ YR ______ to MM _______ YR Contract Value: ____________________________________ Brief Description of Products & Services Provided:

[END OF REFERENCE QUESTIONAIRE FORM]

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

ATTACHMENT D: COST PROPOSAL FORM

Page 33 of 35

Pricing shall be submitted on Attachment D: Cost Proposal Form, as is with no alterations. The Bill of Materials must be attached to the Attachment D: Cost Proposal Form. If the Bill of Materials is not attached, the proposal will be deemed non-responsive. The Lump Sum, Firm Fixed Price shall cover all costs to provide a complete SAN storage array solution, including all labor, equipment, cabling and materials to meet the requirements of the RFP. First year of support services shall be included in the cost of the complete solution.

Description Amount 1. Complete SAN storage array solution per Exhibit A Scope

of Services

2. Hardware and Support Services - Year 2 3. Hardware and Support Services - Year 3 4. Hardware and Support Services - Year 4 5. Hardware and Support Services - Year 5 6. Hardware and Support Services - Year 6

Subtotal of lines 1-6 Applicable Taxes (@ 9.00%)

Lump Sum Contract Total Please check box to verify that the Bill of Materials is attached.

Description Amount Optional Spares Kit

[END OF COST PROPOSAL FORM(S)]

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

ATTACHMENT E: AC TRANSIT FIBER CHANNEL CABLING CONFIGURATION

Page 34 of 35

EMC Clariion CX3-20

Cisco MDS-9134 #2

Cisco UCS 6120XP #2

Cisco MDS-9134 #1

AC Transit Fiber Channel Cabling ConfigurationGeneral Office Computer Room

Figure 1

SFP Ports 11-18 are available on both UCS 6120XP switches

SFP Ports 1-10 are used on both UCS 6120XP switches for LAN network and UCS server chassis connections

Cisco UCS 6120XP #1

AC TRANSIT REQUEST FOR PROPOSAL PURCHASING DEPARTMENT NO. 2015-1312

STORAGE AREA NETWORK (SAN) STORAGE ARRAY

ATTACHMENT E: AC TRANSIT FIBER CHANNEL CABLING CONFIGURATION

Page 35 of 35

EMC Clariion CX3-20

Cisco MDS-9134 #2

Cisco UCS 6248UP #2

Cisco MDS-9134 #1

AC Transit Fiber Channel Cabling ConfigurationSacramento DR Site

Figure 2

Cisco UCS 6248UP #1

SFP Ports 1-6 are used on both UCS 6248UP switches for

LAN network and UCS server chassis connections

SFP Ports 7-26 are available on both UCS 6248UP switches