Redesign

______________________________________________________________________ REQUEST FOR PROPOSAL Infrastructure Upgrade / Redesign Page 1 of 20 Table o...
Author: Emmeline Young
10 downloads 3 Views 833KB Size
______________________________________________________________________ REQUEST FOR PROPOSAL

Infrastructure Upgrade / Redesign

Page 1 of 20

Table of Contents I. SUMMARY.......................................................................................................................... 4 II. BACKGROUND ................................................................................................................... 4 III. SCOPE OF WORK ............................................................................................................... 4 Scope of Network Infrastructure Redesign and Upgrade Services: .......................................... 5 Detailed Scope ............................................................................................................................ 5 Bill of Materials .......................................................................................................................... 5 2960 POE 48 ports ...................................................................................................................... 6 VoIP: ........................................................................................................................................... 7 Data Network .............................................................................................................................. 7 Network Hardware .................................................................................................................. 7 Configuration .......................................................................................................................... 8 Miscellaneous ......................................................................................................................... 8 VOIP Network ....................................................................................................................... 8 Data Network Wireless Network ........................................................................................... 8 Wireless Hardware .................................................................................................................. 8 Configuration .......................................................................................................................... 8 CTPF Will: .............................................................................................................................. 9 Assumptions............................................................................................................................ 9 Cable Remediation .................................................................................................................. 9 IV. TIMELINE........................................................................................................................ 10 V. CONTACT......................................................................................................................... 10 VI. TERM OF ENGAGEMENT ................................................................................................. 10 VII. SUBMISSION GUIDELINES .............................................................................................. 11 VIII. PROPOSAL CONTENT .................................................................................................... 11 IX. WRITTEN QUESTIONS ..................................................................................................... 13 X. PROPOSAL EVALUATION .................................................................................................. 13 Page 2 of 20

XI. FINALIST PRESENTATIONS ............................................................................................... 14 XII. RFP WITHDRAWL OR MODIFICATION ............................................................................. 15 XIII. INCOMPLETE PROPOSALS ............................................................................................. 15 XIV. SELECTION OF WINNING BID ........................................................................................ 15 XV. REIMBURSEMENT FOR PROPOSAL PREPARATION .......................................................... 15 XVI. QUIET PERIOD .............................................................................................................. 16 XVII. RFP LIMITATIONS AND CONDITIONS ............................................................................ 16 XVIII. MINORITY AFFILIATION .............................................................................................. 17 XIX. WAIVER of CLAIMS ....................................................................................................... 17 XX. CONTRACT NEGOTIATIONS ............................................................................................ 17 XXI. NOTICE REGARDING ILLINOIS PUBLIC RECORDS LAWS ................................................... 17 XXII. MOST FAVORED TERMS ............................................................................................... 18 XXIII. DISCLOSURES.............................................................................................................. 18 XXIV. AGREEMENT AND APPROVAL ..................................................................................... 19

Page 3 of 20

I. SUMMARY This Request for Proposal (“RFP”) is being issued by the Public School Teachers’ Pension and Retirement Fund of Chicago (“CTPF”) to solicit proposals from qualified Certified Cisco Partner - Business Technology Service Provider (“Bidder” or “Consultant” or “Firm” or “Respondent”), to design, implement and ultimately support an upgrade to our IT Infrastructure. If you are interested in the proposed project, we welcome offers from qualified consultants. Bidders must satisfy the qualifications stated in section 3.1 and project requirements stipulated in section 1.3, “Summary of Services Required.”

II. BACKGROUND Established by the Illinois State Legislature in 1895 as The Public School Teachers’ Pension and Retirement Fund of Chicago, CTPF administers a multi-employer defined benefit public employee retirement system. CTPF is administered in accordance with Illinois Compiled Statutes (ILCS) Chapter 40, Articles 1, 17, 20. CTPF’s role is to prudently manage the assets supporting the pension plan and administer the entitlements and benefits provided by the plan. CTPF is governed by a Board of Trustees made up of twelve (12) members. The Board of Trustees oversees the fund’s benefit programs, approves all benefits, makes investment decisions for the fund’s assets, and provides general oversight to CTPF operations. As of June 30, 2015, investments as fair value plus cash and receivables totaled $10.0 billion reflecting a 10% decrease from the $11.2 billion value of June 30, 2014. The Fund’s investment performance for the one-year and ten-year periods ended June 30, 2015, was 3.5% and 6.6% respectively. CTPF has more than 63,000 total active, inactive and retired members with more than 25,000 of these members being retired and/or survivors receiving monthly pension benefits. CTPF employs 87 fulltime and 18 part-time staff and is headquartered in downtown Chicago. For more information about the Fund, please visit the website at http://www.ctpf.org

III. SCOPE OF WORK CTPF is seeking proposals from qualified candidates to perform a redesign and upgrade our current IT infrastructure. The network switch environment, Wi-Fi and IT Security zones will be affected. The successful bidder will be expected to provide support services for the design and implementation of the new architecture. Please describe areas or processes, not included in the scope of this engagement that your firm may examine in order to provide more complete and thorough services. The following information should be used to determine the scope of this project and provide applicable best and final pricing.

CTPF reserves the right to select all or some of any services listed below that best match its needs and budget for the project. Page 4 of 20

SCOPE OF NETWORK INFRASTRUCTURE REDESIGN AND UPGRADE SERVICES: The scope of this project includes but is not limited to: a) Replacement and addition of the Wireless Access Points (WAPs) and the addition and configuration of a wireless centralized controller. b) IT Security Zones c) Upgrade install and configure firewall and add redundancy. d) Upgrade, install and configure Fiber channel switch. e) Replacement of existing core switch environment: upgrade, install and configure. f) Replacement of existing access / POE switch environment: upgrade, install and configure g) Purchase & configure IP Telephony environment. Although the above includes the entire scope the order and priority will need to be part of the proposal. Some of these items may be slated to begin in separate fiscal years.

Detailed Scope Bill of Materials QTY Cisco IronPort C170 1

Product

1

ESA-C170-K9 CON-SNT-C170K9

120

ESA-ESP-1Y-S1

Cisco ASA 5516 - X ASA5516-FPWR2 BUN 2 ASA5516-FPWR-K9 2 CON-SNT-ASA556F9 2 ASA5516-SSD 2 SF-ASA-K-9.5-K8 2 ASA5516-CTRL-LIC 2 SF-ASA-FP5.4.1-K9 2 CAB-AC 2 ASA5500-ENCR-K9 2 2 2 2

FS-VMW-2-SW-K9 CON-SAUVMWSW2 L-ASA5516-URL= L-ASA5516-URL-3Y

Product Description

ESA C170 EMAIL SECURITY APPL WITH SW CCW US ONLY NBD 8X5 SMARTNET ESA C170 EMAIL SECURITY APPL W/SW IRONPORT NEW ORDERS 1YR PREM SW BNDL AS+AV+OF+ENC+DLP LICS

ASA 5516-X with FirePOWER Svcs. Chassis, Subs, FireSight Mgr ASA 5516-X with FirePOWER services, 8GE, AC, 3DES/AES SNTC-8X5XNBD ASA 5516-X with FirePOWER services, 8GE ASA 5516-X SSD ASA 9.5 Software image for ASA 5506/5508/5516 series Cisco ASA5516 Control License Cisco FirePOWER Software v5.4.1 for ASA 5500-X AC Power Cord (North America), C13, NEMA 5-15P, 2.1m ASA 5500 Strong Encryption License (3DES/AES) Cisco FireSIGHT Management Center,(VMWare) for 2 devices SW APP SUPP + UPGR Cisco FireSIGHT Mana Cisco ASA5516 FirePOWER URL Filtering Service License Cisco ASA5516 FirePOWER URL Filtering 3YR Subscription

Page 5 of 20

1 Cisco 2911 Router 1 1 1 1

CISCO2911/K9

1 1

PWR-2911-AC CAB-AC SL-29-IPB-K9 ISR-CCP-EXP MEM-2900-512MBDEF MEM-CF-256MB

1 4 1

SM-S-BLANK HWIC-BLANK S29UK9-15503M

2960 POE 48 ports 7 WS-C2960X-48FPD-L 7 CON-SNT-WSC296XL 7 CAB-16AWG-AC 7 C2960X-STACK 7 CAB-STK-E-0.5M

Cisco 2911 w/3 GE,4 EHWIC,2 DSP,1 SM,256MB CF,512MB DRAM,IPB

Cisco 2911 AC Power Supply AC Power Cord (North America), C13, NEMA 5-15P, 2.1m IP Base License for Cisco 2901-2951 Cisco Config Pro Express on Router Flash 512MB DRAM for Cisco 2901-2921 ISR (Default) 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR Removable faceplate for SM slot on Cisco 2900,3900,4400 ISR Blank faceplate for HWIC slot on Cisco ISR Cisco 2901-2921 IOS UNIVERSAL Catalyst 2960-X 48 GigE PoE 740W, 2 x 10G SFP+, LAN Base SNTC-8X5XNBD Catalyst 2960-X 48 GigE PoE 740W, 2 x 10 AC Power cord, 16AWG Catalyst 2960-X FlexStack Plus Stacking Module Cisco FlexStack 50cm stacking cable

WAP controller 1 1 1 1 1 2

AIR-CT5508-50-K9 CON-SNT-CT5508 LIC-CT5508-50 LIC-CT5508-BASE SWC5500K9-80 AIR-PWR-CORD-NA

1

AIR-PWR-5500-AC

1 1

AIR-CAP2702I-AK910 CON-SNT-AIRCAK10

5508 Series Controller for up to 50 APs SNTC-8X5XNBD 5508 Series Controller for up to 50 APs 50 AP Base license Base Software License Cisco Unified Wireless Controller SW Release 8.0 AIR Line Cord North America Cisco 5500 Series Wireless Controller Redundant Power Supply 802.11ac CAP 10APs w/CleanAir; 3x4:3SS; Int Ant; A Domain SNTC-8X5XNBD 802.11ac CAP 10APs w

3850 POE 48 ports 2 2 2 2 2

WS-C3850-48PW-S CON-SNT-WSC48PWS S3850UK9-32-0SE STACK-T1-50CM CAB-SPWR-30CM

Cisco Catalyst 3850 48 Port Full PoE w/ 5 AP license IP Base SNTC-8X5XNBD Cisco Catalyst 3850 CAT3850 UNIVERSAL 50CM Type 1 Stacking Cable Catalyst 3750X and 3850 Stack Power Cable 30 CM

Page 6 of 20

2 3850 POE 24 ports 2 WAPs 1 1 1 10 10 10 10 10

PWR-C1-1100WAC

1100W AC Config 1 Power Supply

WS-C3850-24P-S

Cisco Catalyst 3850 24 Port PoE IP Base

AIR-CAP2702I-AK910 CON-SNT-AIRCAK10 S3G4K9W7-15303JA SWAP2700-CMB-A1-K9 AIR-AP-BRACKET-1 AIR-AP-T-RAIL-R AIR-CAP2702I-ABULK CON-SNT-AIRCAPAU

802.11ac CAP 10APs w/CleanAir; 3x4:3SS; Int Ant; A Domain SNTC-8X5XNBD 802.11ac CAP 10APs w Cisco 2700 Series IOS WIRELESS LAN Cisco 2700 Series Combined Unified and Autonomous SW 802.11n AP Low Profile Mounting Bracket (Default) Ceiling Grid Clip for Aironet APs - Recessed Mount (Default) BOM Level AP2700i Bulk PID for A reg domainn SNTC-8X5XNBD BOM Level AP2700i Bu

Cisco Fiber Storage Switches: CTPF would need 2 (two) of the following switches. 1

DS-C9148S-D12PSK9

1

CON-SNT-C48S

12

DS-SFP-FC16G-SW

1

M9148S-DPL12PSG

1

DS-9148S-KIT-CSCO

2

CAB-C15-CBN

12 1

DS-SFP-FC16G-SW M9148S-PL12

1

M91S5K9-7.3.0

MDS 9148S 16G FC switch, w/ 12 active ports + 16G SW SFPs SNTC-8X5XNBD MDS 9148S 16G FC switch 16 Gbps Fibre Channel SW SFP+, LC MDS 9148S 16G FC 12-port upgrade license + 16G SW SFPs MDS 9148S Accessory Kit for Cisco Cabinet Jumper Power Cord, 250 VAC 13A, C14-C15 Connectors 16 Gbps Fibre Channel SW SFP+, LC MDS 9148S 16G FC 12-port upgrade license MDS 9100 Supervisor/Fabric-5, NX-OS Software Release 7.3.0

24 of 48 ports licensed 16Gb FC with 16Gb Optics

VoIP: 90 Cisco 8841 IP Phones

Data Network Network Hardware a) Upgrade all switches to the latest IOS b) Will you need Out of Band Management dial up to network devices c) Verify existing UPS is sufficient

Page 7 of 20

Configuration a) Configure layer 3 switch a. Update IOS as required b. Configure DHCP c. Enable routing d. Configure QOS b) Configure data switch a. Update IOS as required b. Configure VLANs c. Configure DHCP d. Configure QOS

Miscellaneous a) b) c) d) e) f)

Update DNS/DHCP servers as required Assign appropriate subnets Configure Out of Band for system management (if applicable) Configure monitoring Complete testing Update final documentation

VOIP NETWORK a) Recycle of old IP phones.

DATA NETWORK WIRELESS NETWORK Wireless Hardware a) Install 06(X new Cisco WAP’s AIR-3702e-K9 on 1 floor b) Provide and install 24 X AIR-ANT2524DW Cisco Aironet Dual-band Dipole 2.4 GHz/5 GHz omnidirectional on each of the above WAP’s. c) Install and configure one (1) new Cisco Wireless Controller with 50 licenses (CTPF Owned) in switch room. d) Provide and install one rack mounting kit for the wireless Controller to be installed in the switch room The hardware for the Mounting bracket will be included in all hardware purchased.

Configuration a) Configure data switch port for wireless access points b) Configure 5 VLANs: employee; trustee; public (guest); training; and test- wireless access c) Configure Wi-Fi VLAN's and stagger the AP's across individual stack members for optimal redundancy. d) Update DNS and DHCP configuration for the Data, employee; trustee; public (guest); training and test VLANs for both external and internal DNS and associated ACL. e) Configuring guest ACL (Access Control List) and applying the same for the guest Wi-Fi

Page 8 of 20

f) Configuring the controller for redundancy both on the controller and the switch side. g) Configuring the Cisco ACS for adding the device to the authentication server for both RADIUS and TACACS services for Wi-Fi and device management. h) Complete testing: Test the Wi-Fi services for employee; trustee; public (guest); training and test. a. Testing the Wi-Fi service availability for employee; trustee; public (guest); training and test. b. Testing the Wi-Fi services with walking the floor to test for coverage spots and roaming functionality, if applicable c. Testing the Wi-Fi using both laptop and a mobile device ( where applicable / possible) i) Update final documentation. j) Provide a Wi-Fi Map and Floor plan

CTPF Will: a) Provide a focal point to work with chosen provider Project Manager. b) Provide chosen provider personnel access to CTPF facilities as necessary to perform the work outlined within the Scope. Any access required outside of normal business hours will be arranged in advance with CTPF. c) Provide adequate system environmental conditions and a secure server room for all voice, data and server equipment. a. Secure access for authorized personnel only d) Dedicated electrical facilities that offer system components a single point of ground (SPG) reference. e) Provide electrical power, HVAC and secure floor space for the IT equipment. f) Be responsible for providing electrical outlets to support the IT equipment. g) A clean and well-ventilated room having a vinyl or mastic tile floor and offering adequate lighting and security. h) UPS systems if required. i) Provide change windows for equipment installation. j) Provide personnel for user acceptance test sign off. k) Make the necessary configuration changes in the database ahead of time. This will significantly decrease the actual change window outage, if required.

Assumptions a) Any changes to the scope, baselines, timelines or architecture could affect this solution and/or costs. A Project Change Request (PCR) will be issued before changes are implemented. b) Customer acknowledges that all work areas are free from asbestos, hazardous waste or other pollutants. c) Customer is responsible for any charges associated with installation and monthly billing for any new Local Exchange Carrier (LEC) circuits. (only applicable for circuit installs) d) Non-service affecting installation services will take place during normal business hours. e) Service affecting installation services will be coordinated with CTPF’s project sponsor.

Cable Remediation a) Chosen provider rearranges the equipment in the existing rack to make room for new cables and patch panels

Page 9 of 20

IV. TIMELINE (REVISED)

EVENT

DUE DATE

RFP Distribution to Bidders Written questions due from Bidders

July 15, 2016 August 10, 2016 12:00 p.m. (CST)

Compilation of questions and answers, and any RFP addenda posted to www.ctpf.org RFP Due Date Finalist Presentations Completed

August 12, 2016 12:00 p.m. (CST)

Announcement of Winning Bid No Later Than

August 24, 2016 12:00 p.m. (CST) August 26th 2016 (time slots will be scheduled) September 16, 2016 12:00 p.m. (CST)

V. CONTACT

Any questions concerning this RFP must be directed to: Name(s)

Address

Phone Email

George Stephenson, Information Security Administrator Thomas Gajewicz Director of IT-Infrastructure Chicago Teachers’ Pension Fund 203 North La Salle Street Suite 2600 Chicago, IL 60601-1210 312-705-1445 – (George, InfoSec Admin) 312-604-1172 (Tom-IT Director) [email protected] [email protected]

VI. TERM OF ENGAGEMENT The term of the engagement will be governed by the negotiated contract or agreement. CTPF may, in its sole discretion terminate the contract at any time during that term.

Page 10 of 20

VII. SUBMISSION GUIDELINES In order to be considered for selection, proposals must be received via email, in PDF format to George Stephenson at [email protected], cc: Thomas Gajewicz at [email protected] no later than 12:00 p.m. (CST) on August, 22, 2016. Paper submissions will be rejected as non-conforming. An e-mail confirmation will be sent to the Bidder upon receipt of the proposal.

VIII. PROPOSAL CONTENT All information requested in the RFP must be addressed in the Bidder’s proposal. Proposals should provide a concise explanation of Bidder’s qualifications and the proposed services to be rendered. Emphasis should be placed on completeness and clarity of content.

A. Cover Letter a. Briefly state the Bidder’s understanding of the work requested, the required time period, and a statement why the Bidder believes itself best qualified to perform the engagement. The letter should be signed by representative of the Firm authorized to contract on behalf of the Firm.

B. Title Page a. Date b. Subject c. Respondent’s name d. Respondent’s address e. Respondent’s phone number f. Respondent’s fax number g. Contact’s name h. Contact’s title i. Contact’s phone number j. Contact’s email address C. Table of Contents D. Project Plan a. Address the various tasks outlined in Section III. Scope of Work and describe the methodology that will be employed. b. Indicate the location of the office from which the work on this engagement is to be performed. c. Identify tasks that will be performed by your Firm and tasks that will be performed by CTPF’s staff. d. Provide a timetable, for each task, complete with estimated hours and completion dates. E. Billing a. Provide billing by tasks outlined in Section III Scope of Work along with hourly rates.

Page 11 of 20

b. State any special considerations with respect to billing or payment of fees and expenses that your firm offers and that you believe would differentiate from other proposals and make your firm’s services more cost effective to CTPF. c. CTPF expects the lowest rate charged by your firm for its governmental and nonprofit clients. If for any reason your firm is unwilling or unable to charge the lowest rate, please explain why. d. Billing rate will be fixed for the term of this engagement. F. Firm’s Background, Qualifications, and Experience a. Briefly describe your firm’s background, history, and ownership structure, including any parent, affiliated or subsidiary company, and any business partners. b. Provide the size of the Firm. Identify the key personnel proposed for the CTPF’s project emphasizing specific experience on contracts similar in scope to the requirements of this RFP. Describe his or her position, current responsibilities, areas of expertise, experience, education, professional designations and memberships. c. Provide number of years the Firm has been providing the services requested in this RFP. d. Indicate the number and nature of part-time professional staff to be employed in this engagement. e. Will your Firm use outside staff for this engagement? If so, what contract for confidentiality is in place to protect identified system vulnerabilities from disclosure? f. Indicate how the quality of staff over the term of the engagement will be assured. g. List any professional or personal relationships your firm’s attorneys may have with CTPF Trustees and/or staff members. h. Identify any potential or actual conflicts of interest you have in providing IT services to CTPF. State whether you have ever represented CTPF, the City of Chicago, the Board of Education (“Chicago Public Schools” or “CPS”), the Chicago Teachers’ Union (“CTU”), any Chicago charter school, or any employee group related to the aforementioned entities. If so, please state the name of each such client or former client, contact information, and the nature and time frame of such representation. In providing such information you consent to and agree to release CTPF from any liability that may result from contacting such client(s) and communicating with such client(s) about your prior engagements, and soliciting an opinion regarding the work performed for such reference. In addition, please state how you intend to resolve any potential or actual conflict of interest. i. Identify all public sector clients who have terminated their working relationship with you in the past five years and provide a brief statement of the reason(s) for the termination. Provide each client’s contact information. In providing such information, you consent to and hereby release CTPF from any liability that may arise from contacting your former client(s) and communicating with them about the work you performed and the reason for your termination. G. Insurance, Liability, Confidentiality, and Litigation a. What assurances can you provide that you yourself will not be subject to cyberattacks? Describe security and protection measures. b. Describe your quality assurance procedures.

Page 12 of 20

c. Please describe the levels of your professional liability insurance coverage for client security breaches (cyber risk) and any fiduciary or professional liability insurance your firm carries. Is the coverage on a per client basis, or is the dollar figure applied to the firm as a whole? List the insurance carriers. i. What limitation on liability, if any, do you impose through your contract? The Firm must not seek to unreasonably limit their liability for negligence. ii. Are you bonded? iii. Does coverage for liability, due to your negligence, continue for a period following termination of the contract? If so, for how long? iv. Amount, type coverage, deductible and coinsurance? d. What is the organization’s policy on confidentiality, during and after the engagement? e. In the last 10 years, has your Firm ever been involved in a lawsuit involving any services provided by the Firm? If so, provide details, including description of the lawsuit, dates and outcomes. f. Has your Firm, related entities, principals and/or officers been a party in any material civil or criminal litigation, disciplinary action subject to regulatory action or professional organizations? Whether or not directly related to services requested by this RFP. If so, provide details, including dates and outcomes. g. Describe any anticipated litigation in which your Firm may be involved. H. Sample Contract or Agreement a. Provide a sample contract for the services proposed by your Firm. Identify standard contractual clauses for protection of sensitive CTPF data as a result of known system vulnerabilities. I. References a. Please provide three references who are clients for whom work similar to that requested in this RFP has been performed. Include the reference name, title, company, address, telephone number, and description of services provided. b. In providing such information, you consent to and hereby release CTPF from any liability that may arise from contacting your references and communicating with such references about your prior engagements, and soliciting an opinion regarding the work performed for such reference. J. Exhibits and Attachments a. Bidder may include additional information or exhibits appropriate for CTPF’s consideration.

IX. WRITTEN QUESTIONS Prospective Respondents who have questions regarding this RFP may email the contact listed above by the due date listed in the Time Table above for written questions. Please reference “Penetration Testing RFP Questions” in the subject line of the email. The questions (without identification of the questioner) and the answer will be posted on the CTPF website according to the above Time Table.

X. PROPOSAL EVALUATION

Page 13 of 20

The following guidelines will be used to analyze and evaluate all proposals received. CTPF reserves the right to evaluate all factors deemed appropriate, whether or not such factors have been stated in this section. A. QUALIFICATIONS In order to be selected for this assignment, the Bidder must demonstrate that it can meet the requirements of the RFP and the scope of work contained in the RFP. The Bidder must be regularly established in the industry as a Cisco Certified Partner - Business Technology Service Provider. CTPF may request information substantiating the above requirements. The consulting team must consist of individuals with in-depth experience across multiple technologies including, client platforms, server infrastructures, web applications and IP networking. Individuals on the team should hold valid certifications relevant to their role. Failure to provide this information may result in a Bidder’s proposal being declared nonresponsive. B. REVIEW OF PROPOSALS a. An Evaluation Committee consisting of CTPF staff will evaluate all proposals received. b. The Committee will determine if Bidders meet the Mandatory Requirements listed below: i. The Bidder has no conflict of interest with regard to any other work performed by the Bidder. ii. The Bidder must demonstrate that it can meet the requirements of the RFP and the Scope of Work contained in the RFP iii. The Bidder must adhere to the instructions in this RFP. c. The Committee members will individually evaluate and score each proposal based on: i. Qualifications to perform the services requested ii. Price iii. Responses to the Proposal Content in Section VIII iv. Presentation to the Committee d. The Committee will evaluate bids as a whole, including the proposal content, presentation, price, and reference input. This RFP is not an offer of a contract. Acceptance of a proposal does not commit CTPF to award a contract to any Bidder, even if the Bidder satisfied all requirements stated in this RFP. Publication of this RFP does not limit CTPF’s right to negotiate for the services described in this RFP. CTPF reserves the right to choose to not enter into an agreement with any of the respondents to this request for proposal. The Information Consultant submits in response to this RFP becomes the exclusive property of CTPF.

XI. FINALIST PRESENTATIONS

Page 14 of 20

After the proposal submission due date, the top-ranked Bidders will be contacted by CTPF to set up a meeting (approx. one hour in length) with the RFP Evaluation Committee either on-site at the CTPF offices, 203 N. La Salle or via Webinar or by telephone. At these meetings, Consultants must be prepared to give a brief presentation on their proposal and answer any questions. These meetings will begin with CTPF no later than noon, on August 23rd & August 24th 2016. CTPF will not be responsible for any costs associated with any presentations related to this RFP process or for any Information requested. Some bidders may not be asked to present to the committee. Bidders may be asked to present directly to the Board of Trustees.

XII. RFP WITHDRAWL OR MODIFICATION

Proposals may be withdrawn or modified by a written or e-mail request prior to the RFP due date. CTPF may, by written notice to all respondents, cancel, postpone or amend the RFP prior to the due date. If CTPF decides that the revision or amendment will require additional time for response, the due date will be extended for all respondents.

XIII. INCOMPLETE PROPOSALS If the information provided in a Bidder’s proposal is deemed to be insufficient for evaluation, CTPF reserves the right to request additional information or to reject the proposal outright. False, incomplete, or unresponsive statements in connection with a proposal may be sufficient cause for its rejection. The evaluation and determination of the fulfillment of the requirements will be determined by CTPF and such judgment shall be final. Any proposal received at the designated location after the required time and date specified for receipt shall be considered late and non-responsive. Any late proposals will not be evaluated for award. Proposals submitted shall be valid for 120 days following the closing date noted above. CTPF and the Bidder may extend this period by mutual written agreement. If a solicitation is cancelled before the due date, the offer will be returned unopened to the Bidder who submitted the response.

XIV. SELECTION OF WINNING BID Award of the contract resulting from this RFP will be based upon the most responsive Bidder whose offer is the most advantageous to CTPF in terms of cost and other factors as specified in this RFP. After evaluation of the proposals and approval by CTPF, all bidders will be notified of the result. Contract negotiations will commence with the selected bidder.

XV. REIMBURSEMENT FOR PROPOSAL PREPARATION CTPF will not reimburse any expenses incurred in responding to this RFP including the costs of preparing the response, providing any additional information or attending an interview or interviews. CTPF

Page 15 of 20

reserves the right to retain all proposals submitted and to use any ideas in a proposal regardless of whether that proposal is selected.

XVI. QUIET PERIOD During the RFP review period, there shall be no communication between respondents and Board members or staff not directly involved in the search process regarding any product or service related to the search offered by the respondent. The quiet period shall not prevent customary due diligence or communications with a current service provider who happens to be a candidate, provided that any such communication must be in the ordinary course of business and necessary for the provision of services provided by such service provider. Discussions relating to the pending selection are strictly prohibited.

XVII. RFP LIMITATIONS AND CONDITIONS A.

B.

C. D.

E. F.

G. H.

This RFP does not commit CTPF to award an agreement or procure services of any kind whatsoever. CTPF reserves the right, in its sole discretion, to negotiate with any or all applicants considered, or to postpone, delay or cancel this this RFP, in whole or in part. CTPF may terminate discussions, in its sole discretion, or select another finalist. CTPF reserves the right to award an agreement or agreements based upon the proposals received; you should not assume that there will be an opportunity to alter or amend your proposal at a later date or at the time of contract negotiations. CTPF may request that respondent clarify the content of the proposal. Other than for purposes of clarification, no respondent will be allowed to alter or amend its proposal after the RFP due date. All materials submitted in response to this RFP shall be the sole property of CTPF. CTPF reserves the right to use any and all ideas submitted in the proposals. CTPF reserves the right to reject or cancel in whole or in part at any time, any and all proposals received; to waive minor irregularities; to negotiate in any manner necessary to best serve CTPF and to make a whole award, multiple awards, a partial award, or no award. CTPF reserves the right to reject any or all offers and discontinue this RFP process without obligation or liability to any potential vendor. CTPF reserves the right to reject the proposal of Bidder who is not currently able to perform the contract. CTPF reserves the right to award a contract, if at all, to the Firm which will provide the best match to the requirements of the RFP and the consulting services needs of CTPF, which may not be the proposal offering the lowest fees. CTPF may take into consideration any factor it deems relevant, including but not limited to, past experience, financial stability, the ability to perform the requirements as set forth in the RFP or who has previously failed to perform similar contracts in accordance with the terms, or in a timely manner, and other relevant criteria. CTPF is not required to accept for consideration any proposal that fails to address or does not comply with each of the requirements or the criteria set forth in this RFP. CTPF reserves the right to award a contract on the basis of initial offers received, without discussions or requests for best and final offers. If Bidder submits a proposal, CTPF reserves the right to conduct its own due diligence and to undertake such investigations as it deems necessary to determine Bidder’s satisfaction of

Page 16 of 20

the qualifications and ability to furnish the required services. Upon request, Bidder agrees to provide any and all information for this purpose. I. CTPF reserves the right to request additional documentation or information from Bidders. Requested information may vary by Bidder. CTPF may ask questions of any Bidder to seek clarification of a proposal to ensure the Bidder understands the scope of the work or other terms of the RFP. J. CTPF does not guarantee or commit to contracting any specific number of projects to Bidder during the life of the agreement. K. Written approval from CTPF will be required for any news releases regarding the award of contract. XVIII. MINORITY AFFILIATION

CTPF is an equal employment opportunity employer. Provide any information relative to your Firm’s minority Firm affiliations or minority Firm participation in the project and a MWDBE breakdown for your Firm.

XIX. WAIVER OF CLAIMS By submitting a proposal, the Bidder agrees to waive any claim it has or may have against CTPF, CTPF Board and/or CTPF officers, employees and agents, arising out of or in connection with the administration, evaluation, or recommendation of any proposal, the waiver of any requirements under the RFP, the acceptance or rejection of any proposal, and/or the award of the Contract.

XX. CONTRACT NEGOTIATIONS Once the Bidder(s) has been selected to perform the services, the parties will begin negotiating the terms of the engagement. CTPF does not anticipate or desire a lengthy negotiation. If the parties are unable to expediently negotiate an agreement or reach a bargaining impasse, CTPF may, in its sole discretion, terminate negotiations and proceed to engage another party for such services, whether or not that party was a Bidder.

XXI. NOTICE REGARDING ILLINOIS PUBLIC RECORDS LAWS The proposal that you submit will be subject to the Illinois Freedom of Information Act (5 ILCS 140/) “FOIA Act”). The FOIA Act provides generally that all records in the custody or possession of a public body are presumed to be open to inspection or copying. Any public body that asserts that a record is exempt from disclosure has the burden of proving by clear and convincing evidence that such record is exempt from disclosure. If a request is made in accordance with the FOIA Act for materials submitted in response to this RFP, CTPF will determine, in its sole discretion, whether the materials are subject to public disclosure. If CTPF denies a public records request based on a respondent’s representation that such information is proprietary, privileged, or confidential, respondent, by submission of a response to this RFP, agrees to reimburse CTPF for, and to indemnify, defend, save and hold harmless CTPF, its officers, trustees, fiduciaries, employees, and agents from and against any and all claims, damages, losses, liabilities, suits, judgments, fines, penalties, costs, and expenses including, without limitation, attorneys’ fees, expenses and court costs of any nature whatsoever (collectively, “Claims”) arising from

Page 17 of 20

or relating to CTPF’s complete or partial FOIA denial. By submitting your proposal, you further agree to indemnify, save, and hold CTPF harmless from and against any and all Claims arising from or relating to CTPF’s complete or partial disclosure of your proposal if CTPF determines, in its sole discretion, that such disclosure is required by law, or if disclosure is ordered by a court of competent jurisdiction.

XXII. MOST FAVORED TERMS All prices, terms, warranties and benefits offered by the respondent in its proposal must be comparable or better that those offered by the respondent in agreements with substantially similar governmental or quasi-governmental clients. Should the respondent make available more favorable terms to a substantially similar governmental or quasi-governmental client with respect to the types of services set forth in respondent’s proposal, respondent will make such prices, terms or conditions available to CTPF.

XXIII. DISCLOSURES All Respondents to any subsequent RFP will be required to comply with the following disclosures: (i) The Respondent has disclosed in writing: (a) any entity that is a parent of, or owns a controlling interest in, the Respondent, (b) any entity that is a subsidiary of, or in which a controlling interest is owned by, the Respondent, (c) any persons who have an ownership or distributive income share in the Respondent that is in excess of seven and one-half percent (7.5%), or (d) serves as an executive officer of the Respondent. (ii) The Respondent has disclosed in writing prior to the date hereof: (a) any direct or indirect payments made by Respondent, any executive officer of the Respondent, any parent entity, the executive officers of any entity that is a parent of, or owns a controlling interest in, the Respondent, and any Shareholder of Respondent, in excess of $1,000 per calendar year within the prior five (5) calendar years and/or formal involvement with any community or notfor-profit organization relating to public education; and (b) any involvement by Respondent, any executive officer of the Respondent, or by any executive officer of any entity that is a parent of, or owns a controlling interest in, the Respondent, and any Shareholder as a member or director of a charter school that contributes to the Fund. For purposes of this Section I (ii) and (iii), “Shareholder” shall mean any person who has an ownership or distributive income share in the Respondent. (iii) The Respondent has disclosed if any executive officer of the Respondent, any parent entity, the executive officers of any entity that is a parent of, or owns a controlling interest in, the Respondent, and any Shareholder of the Respondent, has given any direct or indirect financial support in excess of $1,000 per calendar year within the prior five (5) calendar years and/or formal involvement with any community or not-for-profit organization with a central purpose of influencing public policy related to budgetary and fiscal policy which directly or indirectly relates to the continued availability and long-term viability of defined benefit pensions in the public sector, to education policy, or to retirement security policy. For the purposes of this disclosure, an organization has the “central purpose” of influencing policy if it is understood with the exercise of reasonable due diligence, including but not limited to the examination of the organization’s IRS filings and other publicly- available statements of purpose, that the organization intends to affect policy or engage in lobbying or other advocacy

Page 18 of 20

activity. A Respondent is not required to disclose contributions to organizations that engage in such activities in furtherance of providing medical research, aid to the poor, disaster relief, or other such tangible goods or service. The Trustees have determined that the organizations listed in Exhibit A to the Fund’s Procurement Policy presently fall under this required disclosure policy. (iv) The Respondent and any parent, controlling entity, subsidiary, or affiliate have disclosed any direct or indirect financial relationships, transactions, or consulting agreements with the Board of Education of the City of Chicago entered into within the five (5) year period prior to the execution of an agreement. Any such direct or indirect financial relationships, transactions, consulting agreements, or consulting related contracts with the Board of Education of the City of Chicago entered into on or after the execution of an agreement shall be identified in an amended Respondent Disclosure within thirty (30) days of any new relationship, transaction, investment, agreement, or contract with the Board of Education of the City of Chicago. (v) The Respondent has disclosed the names and addresses of any subcontractors and the expected amount of money each will receive under the agreement if authorized by the Fund. (vi) The number of Respondent’s senior staff and percentage of its senior staff who are (1) a minority person, (2) a female, (3) a person with a disability. (vii) The number of contracts, oral, or written, for investment services, consulting services, and professional and artistic services that the Respondent has with a (1) a minority owned business, (2) a female owned business, or (3) a business owned by a person with a disability. (viii) The number of contracts, oral, or written, for investment services, consulting services, and professional and artistic services that the Respondent has with a business other than (1) a minority owned business, (2) a female owned business, or (3) a business owned by a person with a disability, if more than 50% of services performed pursuant to the contract are performed by (1) a minority person, (2) a female, and (3) a person with a disability. (ix) The Respondent shall annually disclose various EEO data and diversity of vendor’s contracts as required by the Fund.

XXIV. AGREEMENT AND APPROVAL The IT Infrastructure Committee will select the firm to provide the IT services described herein. CTPF will negotiate an agreement with the selected firm, giving due consideration to the stipulations in the firm’s submitted standard agreement. The selected firm shall be required to assume full responsibility for all services and activities offered in its proposal whether or not provided directly. Further, CTPF will consider the selected firm to be the sole point of contact with regard to contractual matters, including payment of fees.

Page 19 of 20

The selected firm and its personnel, including subcontractors, shall treat any and all information provided by CTPF as confidential and is prohibited from using that information for any other purposes than those provided by contract, without CTPF’s express written consent. The selected firm shall not sue a subcontractor without CTPF’s express written consent. All terms and conditions of a contract with the selected firm shall be equally binding on any subcontractor. The selected firm shall meet specific performance standards established during the contract negotiation process. The approved project schedule, specifying agreed upon, significant milestone events and a project completion date, shall be incorporated into the contract as projects are identified and assigned to the successful respondent by CTPF.

Page 20 of 20