Specifications include, but are not limited to: 2.1. Respondent Qualifications-- Respondent must demonstrate the ability to meet all the requirements described in this solicitation. 2.1.1. RESPONDENT CORPORATE OVERVIEW: Provide a concise overview of the Respondent organization including, as a minimum, the following information. If you will be using subcontractors to deliver the systems and services required, include the same information for each subcontractor. Please provide this information in Appendix E. 2.1.2. Legal structure (i.e., corporation, partnership, & etc.) and ownership. If a closed corporation or partnership, name the owners and percentage of ownership. In all cases, include an organization chart identifying the management team. 2.1.3. Age of company and years’ operating in the St. Paul – St. Paul metropolitan area. 2.1.4. Headquarters location, other facilities, maintenance, and service location, and proposing location. 2.1.5. Total employees, employees at each respective location, operations department employees, and applicable service your company provides. 2.1.6. Personnel Qualifications: A description of the background and qualifications of the project manager assigned to SPPS, on-site network engineers, and installation coordinators assigned to this project is required. Personnel changes may not be made without the prior written approval of St. Paul Public Schools. 2.1.7. EXPERIENCE: Respondent must provide references and profiles for a minimum of three (3) customers, installed by the Respondent, for each service described. Services include high speed (500 Mbps – 40 Gbps) data and Internet services to organizations having four (4) or more high-speed locations and maintenance service for respondent’s proposed equipment. Please provide this information in Vendor Proposal’s Appendix F. 2.2. Leased WAN Transport Services Provided Over Third-Party Networks 2.2.1. Offerors may propose solutions for all modes of transport and all proposed solutions that meet the requested scope of service requirements will be evaluated to include, but not limited to: 2.2.1.1. Fully managed, dedicated, symmetrical, scalable transport bandwidth) between the Internet Access location and each site listed in the Service Request section of this document. Service providers are requested to submit offers for incremental bandwidths from 500 Mbps up to 40 Gbps, in 1 Gbps increments between the designated endpoints. 2.2.1.2. Description of the proposer’s network design and proposal that does not rely on third-party equipment or facilities, including construction routes. 2.2.1.3. Contract options for 36 months terms of service with two, optional oneyear signed renewals and 60 month contract options. 2.2.1.4. Confirmation that all solutions will adhere to the Service Level Agreement (SLA) terms in Section 2.4. 2.2.1.5. A description of any installation charges that will be required. 2.2.1.6. Any special construction required, including, but not limited to: a. construction of network facilities, including cost allocations made for ineligible strands b. design and engineering c. project management NOTE: To the extent that the winning service provider installs additional strands of fiber for future business ventures, the winning service provider assumes full responsibility to ensure those incremental costs are allocated out of the special construction charges to the district in accordance with FCC rules and orders. If, after the issuance of the FCDL, USAC or the FCC determines that the winning service provider did not cost allocate those charges associated with the additional strands, Applicant will not be responsible for reimbursing the winning vendor and the winning vendor will assume all responsibilities deemed ineligible by USAC. 2.2.1.7. Aggregate uptime statistics for your proposed service in the geographic area encompassing Applicant.