District Basic Maintenance



|Dillon School District Four |

|NOTICE OF REQUEST FOR PROPOSAL |

| |

|Material and/or Service: |District Basic Maintenance |

|PROPOSAL DUE DATE: |February 24 , 2016 |Time: 10:00 AM |

|Location: |Dillon School District Four | |

| |801 South 9th Ave. |

| |Dillon, SC 29536 |

| | |

Proposals for the material or services specified will be received by Dillon School District Four at the above specified location, until the time and date cited. No consideration of bid award will be made at the bid opening. The bid evaluation and award will be made at a later date. All information contained in the Proposal shall remain confidential until award is made. If you need directions to our office, please call 843-841-3604.

Proposals shall be in the actual possession of the District, at the location indicated, on or prior to the exact time and date indicated above. Late Proposals shall not be considered.

Proposals shall be submitted with the due date and time clearly printed in the lower, left-hand corner and Offeror’s name and address clearly indicated on the package. All Proposals must be written legibly in ink or typewritten. Additional instructions for preparing a Proposal are provided herein.

VENDORS ARE STRONGLY ENCOURAGED TO CAREFULLY READ THE ENTIRE REQUEST FOR PROPOSAL.

Schedule of Activities

Issue Solicitation and Contract Date Time (ET)

Issue RFP 01/26/16

Questions/Inquiries 02/10/16 10:00 A.M.

Proposal receipt deadline 02/24/16 10:00 A.M.

Selection complete 02/25/16

Contract Award 02/25/16

Inquiries

Offerors must submit inquiries on or before the date and time specified. Inquiries may be transmitted by facsimile or e-mail. Only written inquiries will be accepted. No phone calls concerning this RFP will be accepted. Inquiries received after the deadline will not be accepted. All prospective bidders will be supplied with the inquiries made. Inquiries should be made to Paula Yohe, paula@dillon.k12.sc.us or mail to: Dillon School District Four, 801 South 9th Ave, Dillon, SC 29536. All responses to inquiries will be posted on the District website at dillon.k12.sc.us.

Contract Timetable

• Responses to this RFP must be delivered either USPS, express delivery or personally on or before the date indicated in the schedule to the District Technology Office. It is the sole responsibility of the vendor to ensure that their responses arrive in a timely manner. The District reserves the right to reject all late arrivals. Three copies of the response to the RFP are required.

RETURN PROPOSAL NO LATER THAN: MAIL OR HAND DELIVER TO:

February 24 , 2016 at 10:00 a.m. Technology Center,

801 South 9th Ave.,

Dillon, SC 29536

NOTE: FAX RESPONSES TO THIS RFP ARE NOT ACCEPTABLE

DILLON SCHOOL DISTRICT FOUR (THE DISTRICT) ASSUMES NO RESPONSIBILITY FOR IMPROPERLY MARKED OR MISDIRECTED RFP RESPONSES AND/OR CORRESPONDENCE RELATED TO THIS DOCUMENT.

OFFERORS MUST PROVIDE THE FOLLOWING INFORMATION:

NAME OF COMPANY MAILING ADDRESS

(AREA CODE) PHONE NUMBER CITY STATE ZIP CODE

FAX FEDERAL ID. OR SOCIAL SECURITY NO.

IF AVAILABLE

I/WE THE UNDERSIGNED UNDER PENALTIES OF PERJURY CERTIFY:

1) SUBMISSION OF A RESPONSE TO THIS BID/PROPOSAL DOES NOT VIOLATE ANY FEDERAL OR STATE ANTI-TRUST LAWS.

2) COMPLIANCE WITH ALL REQUIREMENTS OF THE SOUTH CAROLINA DRUG-FREE WORKPLACE ACT, SECTION 44- 107-10, ET SEQ, S.C. CODE ANN, (1976). (APPLICABLE TO AWARDS IN EXCESS OF $50,000).

3) COMPLIANCE WITH THE CODE OF LAWS OF SOUTH CAROLINA REGARDING THE ETHICS, GOVERNMENT COMPLIANCE WITH S.C. TAX WITHHOLDING AMENDMENTS SECTION 12-9-310(A) 2(3).

4) TO FURNISH ITEM(S) AND OR SERVICE(S) IDENTIFIED HEREIN, AT THE PRICE(S) QUOTED, PURSUANT TO ALL TERMS, CONDITIONS, PROVISIONS AND SPECIFICATIONS CONTAINED IN THIS DOCUMENT OR ANY SUBSEQUENT WRITTEN AMENDMENTS, WHICH CLEARLY REFERENCE THIS RFP NUMBER.

5) COMPLIANCE WITH ALL PROVISIONS AND CLAUSES BY REFERENCE IDENTIFIED HEREIN.

6) RECOGNITION THAT THIS SOLICITATION IS GOVERNED BY THE DILLON SCHOOL DISTRICT FOUR PROCUREMENT CODE

______________________________________________ _______________________________________

AUTHORIZED SIGNATURE AUTHORIZED SIGNATURE

(MANUAL) (PRINT/TYPED)

****** MUST BE SIGNED BY AUTHORIZED AGENT TO BE VALID ******

CONDITIONS

1. Unit prices will govern over extended prices unless otherwise stated in notice.

2. Payment in connection with discount offered will be computed from the time of inspection/or acceptance.

3. In case of default on contractor, Dillon School District Four reserves the right to purchase any or all items in default in open market, charging contractors with any excessive costs. SHOULD SUCH CHARGE BE ASSESSED, NO SUBBSEQUENT BIDS OF THE DEFAULTING CONTRACTOR WILL BE CONSIDERED UNTIL THE ASSESSED CHARGE HAS BEEN SATISFIED.

4. All materials and products offered must be granted to meet the requirements of the specifications indicated, given or referred to.

5. Prices bid must be consistent throughout the life of the contract. Discount payment in less than thirty days will not be considered in making award.

6. The right is reserved to reject any bid in which delivery time indicated is considered sufficient to delay the operation for which the commodity is intended.

7. Unless otherwise indicated in the bid notice, prices must be firm.

8. The successful bidder shall indemnify and save harmless Dillon School District Four and all agents, and employees from all suits or claims of any character brought by reason of infringing on any patent, trademark, or copyright.

9. Ambiguous bids which are uncertain as to terms, delivery, quantity, or compliance with specifications may be rejected or otherwise disregarded.

10. Any contract entered into by Dillon School District Four resulting from this bid notice shall be subject to cancellation at the end of any fiscal or appropriated year unless otherwise provided by law.

11. If not submitting a bid, respond returning the form only, marking it “NO BID” and explain the reason.

12. Do not include more than one bid per envelope. The face of the envelope shall contain in additions to the address, the date and time of the bid opening. Bids not submitted on the bid form will be subjected to rejection.

13. All taxes on any item Dillon School District Four may be required to pay must be shown separately, not included in the bid price.

14. All contracts and obligations are contingent upon the District securing the E-rate discount, and the availability of sufficient local funding at the time of contracting. Should funding for subsequent years become unavailable, the contract will be terminated and the vendor will be notified in writing of the termination.

15. All invoice payments made by the District will coincide with established accounts payable schedules observed by the District.

16. Contracts will be renewed on a yearly basis.

17. Vendors may not contract with schools individually.

18. The District reserves the right to employ third party consultants to verify that all work meets acceptable standards.

GENERAL PROVISIONS

ORDER OF PRECEDENCE:

In the event of inconsistency between provisions of this solicitation, the inconsistency shall be resolved by giving precedence in the following order:

The Bidding Schedule

General Provisions

Instructions to Bidders and Conditions

Other provisions of the contract whether incorporated by reference or otherwise; and

The Specifications

S.C. LAW CLAUSE:

Upon award of a contract under this bid, the person, partnership, association, or corporation to whom the award is made must comply with the laws of South Carolina which require such person or entity to be authorized and/or licensed to do business in this State. Not withstanding the fact that applicable statutes may exempt or exclude the successful bidder from requirements that it be authorized and/or licensed to do business in this State, by submission of this signed bid, the bidder agrees to subject itself to the jurisdiction and process of the courts of the State of South Carolina as to all matters and disputes arising or to arise under the contract and the performance thereof, including, any questions as to the liability for taxes, licenses, or fees levied by the State.

BIDDERS QUALIFICATION:

Bidders must, upon request of Dillon School District Four, furnish satisfactory evidence of their ability to furnish products or services in accordance with the terms and conditions of these specifications. The District reserves the right to make the final determination as to the bidder’s ability to provide the products of services.

BIDDERS RESPONSIBILITY:

Each bidder shall fully acquaint himself with conditions relating to the scope and restrictions attending the execution of the work under the conditions of this bid. It is expected that this will sometimes require on-site observation. The failure or omission of a bidder to acquaint himself with existing conditions shall in no way relieve him of any obligation with respect to this bid or to the contract.

AWARD CRITERIA:

Award will be made to the lowest responsible bidder (s) who submits a responsive bid which is most advantageous to Dillon School District Four. The District reserves the right to select and award on any individual item basis, group basis, or all or none basis.

RIGHT TO PROTEST:

Any vendor desiring to exercise rights under Section 13 (Legal and Contractual Remedies) of Dillon School District Four Procurement Code should direct all correspondence to 801 South 9th Avenue, Dillon, S.C. 29536.

REJECTION:

Dillon School District Four reserves the right to reject any bid that contains prices for individual items or service that are inconsistent or unrealistic when compared to the prices in the same or other bids, or to reject any or all bids, if such action would be in the best interest of Dillon School District Four.

ASSIGNMENT:

No contract may be assigned, subject, or transferred without the written consent of Dillon School District Four.

DRUG-FREE WORKPLACE:

For All contracts in excess of $50,000, the signing of this bid is certification that the bidder will comply (is in compliance) with amended Title 44, Code of Laws of South Carolina, 1976, Chapter 107, The Drug-Free Workplace Act.

PAYMENT:

Dillon School District Four will pay invoices within 30 working days. After receipt of the invoices (s) or satisfactory completion of the order, which is later. We will pay no invoices until goods are received.

ALTERATIONS:

VERBAL COMMENT OR DISCUSSION BY DILLON SCHOOL DISTRICT FOUR TO THIS SOLICITATION CANNOT ADD, DELETE OR MODIFY ANY WRITTEN PROVISION. ANY ALTERATION MUST BE IN THE FORM OF A WRITTEN AMENDMENT TO ALL BIDDERS.

INSTRUCTIONS TO BIDDERS

1. Submit one original and three copies of each bid.

2. Bids, amendments thereto or withdrawal requests received after the time advertised for bid opening will be void regardless of when they were mailed.

3. The bid evaluation and award will be made at a later date.

4. Attach complete specifications for any permitted substitutions offered, when amplification is desired or necessary.

5. If specifications or descriptive papers are submitted with bids, enter bidder’s name thereon.

6. If the article bid upon has a grade name or brand, show same in the bid.

7. All prices must reflect FOB location within the Dillon School District Four. List of schools and addresses are provided.

8. Address and mark bids as indicated above. DILLON SCHOOL DISTRICT FOUR ASSUMES NO RESPONSIBILITY FOR UNMARKED ENVELOPES BEING CONSIDERED FOR AWARD.

9. The commodities and/or services must be furnished as described and specified, delivered FOB destination freight prepaid unless otherwise specified herein.

10. Bidders to visibly mark as “Confidential” each part of their bid they consider to be proprietary information.

11. Dillon School District Four must receive such acknowledgement by the time, date, and the place specified for receipt of bids.

Multiple Award

The District reserves the right to make a multiple award to more than one vendor. The award will be limited to the least number of vendors that the District determines is necessary to meet the needs of the District.

Award Basis

The successful offeror will be determined by Evaluation Criteria including but not limited to pricing. The lowest responsible and responsive offer will be awarded. Dillon School District Four reserves the right to award as many contracts for the services as may be in the best interest of the District.

Evaluation

Representatives of Dillon School District Four will evaluate the proposals and rank them from the most likely to the one least likely to meet the requirements outlined in the RFP. If several proposals are very closely ranked, the District may call for interviews to assist in the decision making. In addition to interviews, the District reserves the option to call for and enter into discussions with the firms considered most likely to meet the requirements for the purpose of negotiations, on pricing and/or other portions of the proposal, if considered by the District to be in the best interest of the District.

Evaluation criteria include:

A. Responsiveness of the proposal in clearly stating and understanding the scope of work, and in meeting the requirements of the RFP.

B. Qualifications of the offeror, financial and otherwise, to provide the District with these services for the required period of time, provide appropriate staffing, provide necessary resources and show a history of demonstrated competence.

C. District’s assessment of the offeror’s abilities to meet and satisfy the needs of the District, taking into consideration additional services, or expertise offered, that exceed the requirements, or the vendor’s inability to meet some of the requirements of the specifications.

D. SLD Competitive Bidding recommendation for Erate compliance.

Equipment Requirements

While the majority of equipment will be purchased through state contract, specific situations may require purchases outside of the state contract. All purchases outside state contract must meet the criteria determined by the District and meet all state and local procurement procedures, and the SLD Competitive Bidding Process.

.

Vendor Requirements

• All documentation requested is to be included when bids are submitted.

• Vendors will be required to list details and be prepared to present proof of the following partnerships and certifications; Microsoft, Cisco, HP ProCurve and System Center. Please list your company’s partnership levels as well as details of certifications, specializations, and list of certified employees.

• All documentation requested is to be included when bids are submitted.

• A+ hardware certification will be required for at least one employee.

• Vendor must have at least five years’ experience in successfully implementing and maintaining large Microsoft Active Directory Networks including extensive experience with System Center and Microsoft Active Directory Policies in a large environment (at least 2,000+ computers)

|Product |Experience |Location |

|Microsoft Active Directory Networks | | |

|System Center | | |

|Microsoft Active Group Policies | | |

|Microsoft Office 365 | | |

• Vendors will provide detailed information relating to experience with telecommunications, networks, educational environments, and hardware capacity, planning, sizing and installation. List all experience within the last three years that is directly related to the proposed contract. Additionally, list the percentage of business that is focused directly on technology integration and installation in the area of K-12 education. Percentage of business focused on support after installation. (Post-installation support)

|Product |Experience |Location |K-12 |

|Telecommunications | | | |

|Networks | | | |

|Educational Environments | | | |

|Hardware Capacity | | | |

|Planning | | | |

|Sizing | | | |

|Installation | | | |

|Troubleshooting | | | |

• A vendor submitting a proposal involving equipment such as servers, routers, switches must have at least two-certified professionals on staff and a certified professional must complete any installation or repair.

• Vendors may be asked to submit proof of any Authorized Sales and Service certifications.

• Vendor must provide a SPIN number from the SLD and a FCC Registration number.

|SPIN Number | |

|FCC Number | |

• The current environment is extremely complex and involves the use of many integrated technologies. Since each of the districts network systems are tightly integrated proper support requires a solid understanding of all specified systems. Therefore the vendor MUST have extensive knowledge of the following technologies: Microsoft and HP Print Services, Microsoft Active Directory, Microsoft and VMware virtualization solutions, Microsoft Exchange 2012, Microsoft AD Policies, Cisco Switching and Firewall services, HP switching and Azure Active Directory. Vendors will provide information regarding experience to ALL of the products listed and include references for each.

|Product |Experience |Location |

|Microsoft and HP Print Services | | |

|Microsoft Active Directory | | |

|Microsoft and VMware Virtualization | | |

|Solutions | | |

|Microsoft Exchange 2012 | | |

|Microsoft AD Policies | | |

|System Center | | |

|Cisco Switching and Firewall Services | | |

|HP Switching | | |

|Azure Active Directory | | |

Please note your company’s experience with some of the products below that are currently in use in Dillon School District Four.

|Product |Experience |Location |

|HP Procurve Switches | | |

|(Layer 3 Routing) MPLS | | |

|Cisco Router | | |

|Office 2xxx | | |

|Sophos | | |

|Outlook | | |

|System Center | | |

|MS SQL Server | | |

|PowerSchool | | |

|Active Directory | | |

|Cisco Switches | | |

|Cisco ASA Firewall | | |

|Cisco Access Points | | |

|NetCrunch | | |

|SolarWinds | | |

Vendors will provide three general references, preferably from school districts within the state of South Carolina with contact name, county/school name, address, phone number, and a brief description of the work performed in paragraph form.

|Contact Name |School District |Address |Phone Number |Work Performed |

| | | | | |

| | | | | |

| | | | | |

Contract Requirements

• All bids must cover all those items which fall under coverage of the E-RATE. Refer to the “Schools and Libraries Eligibility List”, CC Docket NO. 96-45 for actual eligibility of components. This information is available via the World Wide Web at . Bids must provide for unlimited phone support. Vendors are encouraged to carefully read the information regarding “Basic Maintenance of Internal Connections” for bids dealing with this area. Vendors are required to separate ineligible services and/or equipment from their bids.

• If you are placing bids for internal connections, you will need to price your bids by site (i.e. Elementary School, Middle School, High School, or shared services (District)).

• If you will be providing maintenance for ineligible equipment, provide a separate line item or bid for the ineligible items.

• Maintenance/Warranty for NEW items: Include maintenance and/or warranty charges as a line item on the bid for the new product or service. Do NOT list maintenance and/or warranty charges for new products & services as a separate bid.

• Maintenance/Warranty for EXISTING items: The only time you will bid maintenance separately is when you are placing a bid to maintain products and services that the school/library already owns.

• All equipment bids must provide:

o line item detail for each separately priced component

o make, model number, SKU and description

o separate line item detail for additional items required including installation/configuration, maintenance/warranty, travel and per diem, shipping and handling charges

o all warranties must specify the period of warranty coverage. If the period is for more than one year, bidder must provide: (1) cost of additional years and (2) whether or not the warranty quoted is the minimum, standard warranty available

• Bids must include hourly, daily or weekly rates. The district will use these costs to purchase additional services that do not fall under Erate Eligible Services. Projects will be negotiated using stated labor rates in the contract.

• Bids must include rates for emergency requests. Include all travel and hourly or daily rates.

• All Internal Connections bids must list manufacturer (make), model number and associated price for each item.

• A line item detail with associated pricing is required for all bids.

• All bids are to be subtotaled by each location.

• Vendor to update or create new drawings. (Visio required)

• All installed equipment and cable will be labeled and appropriate information documented.

• If system is a multi-vendor installation, separate warranties from each manufacturer must be provided. All warranty information must be included with proposal.

• Network Maintenance should include maintenance of the network router(s), network switches firmware updates, Access point(s), switches, firewalls, and all other LAN components required for the network to function. Maintenance bids need to be as detailed as possible. Bids should include detailed description of necessary work as required by the SLD.

• Hardware Maintenance should include all hardware updates and necessary work for the hardware to function. Bids should include details for updates as required by the SLD.

• List installation/configuration, maintenance/warranty, travel, per diem and delivery charges as individual line items with the associated service.

• Vendors must include a supporting schedule for maintenance and/or installation of equipment/software.

Vendor Responsibilities

Technicians will be required to meet the following guidelines:

• Technicians may not respond to verbal requests for assistance from users. The technician must have an authorized request for assistance approved by the District Technology Director in order to meet Erate Program Eligibility Rules.

• Technicians may not accept verbal requests unless approved by the District Technology Director.

• No dates for completion of work should be stated unless the technician can guarantee that the work will be completed.

• Non-Erate requests for assistance will be scheduled and billed to the District at contract pricing for services upon approval of the District Technology Director.

• Conflicts with any school personnel should be reported immediately to a site principal or to the appropriate District supervisor.

District Responsibilities

District representatives will be required to meet the following guidelines:

• The District will provide information to all employees and site representatives stating the actual coverage provided by the contract.

• The District will inform all employees that only approved requests will be handled; the technicians will not be responsible for providing assistance for any other requests not approved by the District Technology Director.

• Request for assistance will be completed via Web Desk web based system to the District Technology Director.

• All employees will be required to complete requests for assistance regardless of the nature of the request.

• The District or Site representative will provide after-hours access to facilities when necessary.

• The District or Site representative will ensure that backups of file servers are complete and correct. If problems arise that require assistance, then the proper documentation will be submitted.

• The District will provide battery backups for all file servers to prevent loss of data and damage to equipment.

• Home phone numbers will be provided to technicians when calls for assistance are made.

• The District will resolve any conflicts arising between technicians and District personnel in the handling of requests for assistance.

Additional Notes

• The District may require references and reserves the right to investigate the vendor with his/her local Better Business Bureau.

• The District will not be liable for any cost incurred by the respondents in preparing responses to this RFP or negotiations associated with award of the contract.

• Questions regarding this RFP must be submitted in writing and received by the District Technology Director by the date indicated in the Schedule of Activities.

• Responses to all questions received in proper time frames will be answered in writing and distributed to all vendors via the District website, dillon.k12.sc.us. The District bears no obligation to respond to questions received after stated deadlines.

• The District may at its discretion and at no fee to the District, invite any vendor to appear for questioning during response evaluation for the purpose clarifying statements in the response.

• The District reserves the right to accept or reject all proposals or sections thereof. In addition, the District reserves the right to award contract(s) without further discussion.

• In the event any provision of the contract is violated by the vendor, the District may give written notice to the vendor stating the deficiencies and unless the stated deficiencies are corrected within five (5) working days, the District reserves the right for immediate cancellation.

STATEMENT OF NO BID

If you are not bidding on this service/commodity, please complete and return this form to: Dillon School District Four, 801 South 9th Ave., Dillon, SC 29536 (Please print or type, except signature)

COMPANY NAME: ____________________________________________________________

ADDRESS: ________________________________________________________________

CITY: ___________________________________STATE: __________

ZIP: ________________

CONTACT PERSON: _______________________TELEPHONE: _________________

We, the undersigned, have declined to bid on your RFP because of the following reasons:

Service/Commodity

__________ We do not offer this product or the equivalent.

__________ We do not offer these services.

__________ Insufficient time to respond to the Request For Proposal.

__________ Remove our name from this bid list only.

__________ Our company does not have trained staff to permit us to sufficiently perform.

__________ Unable to meet insurance requirements.

__________ Other. (Specify below)

REMARKS: ______________________________________________________________

SIGNATURE: ____________________________________DATE:_________________

Evaluation Criteria

Evaluation of proposals will be based on the following criteria, listed in the order of priority:

|Criteria |Possible Points |

| | |

|Price |20 |

|Prior Experience |18 |

|Personnel Qualifications |15 |

|Overall Service Offered |15 |

|Understanding of the project and scope of work |7 |

|Quality of Service |5 |

|Submission in accordance with proposal detail |5 |

|Responses of selected past and present clients |5 |

|Management Capability |5 |

|Other Cost Factors (including price of ineligible |5 |

|goods and services, etc.) | |

|Make |Model |Location |Quantity |Function | |Notes |

|CISCO |2960 |Dillon High School |1 |Switch\Router | | |

|CISCO |4402-25 |Dillon High School |1 |Switch\Router | | |

|CISCO |2602 |Dillon High School |65 |Access Point | | |

|HP |5308 |Dillon High School |1 |Switch\Router | | |

|HP |2650 |Dillon High School |14 |Switch\Router | | |

|HP |2626 |Dillon High School |6 |Switch\Router | | |

|APC |1500-UPS |Dillon High School |2 |UPS | | |

|APC |1500-UPS |Dillon High School |4 |UPS | | |

|CISCO |3750 |East Elementary |1 |Switch\Router | | |

|CISCO |4402-25 |East Elementary |1 |Switch\Router | | |

|CISCO |2602 |East Elementary |23 |Access Point | | |

|CISCO |1242 |East Elementary |2 |Switch\Router | | |

|HP |5308 |East Elementary |1 |Switch\Router | | |

|HP |2650 |East Elementary |8 |Switch\Router | | |

|HP |2626 |East Elementary |3 |Switch\Router | | |

|APC |1500-UPS |East Elementary |2 |UPS | | |

|APC |1500-UPS |East Elementary |2 |UPS | | |

|CISCO |3750 |Gordon Elementary |1 |Switch\Router | | |

|CISCO |4402-25 |Gordon Elementary |1 |Switch\Router | | |

|CISCO |2602 |Gordon Elementary |54 |Access Point | | |

|HP |5308 |Gordon Elementary |1 |Switch\Router | | |

|HP |2650 |Gordon Elementary |12 |Switch\Router | | |

|HP |2626 |Gordon Elementary |4 |Switch\Router | | |

|APC |1500-UPS |Gordon Elementary |2 |UPS | | |

|APC |1500-UPS |Gordon Elementary |2 |UPS | | |

|CISCO |2620 |Lake View Elementary School |26 |Access Point | | |

|Cyberpower |RT3000-UPS |Lake View Elementary School |3 |UPS | | |

|HP |Procurv wireless |Lake View Elementary School |1 |Switch | | |

| |services mod | | | | | |

| |3500yl24-G |Lake View Elementary School |1 |Switch | | |

|HP |Procurve gigabit sx-lc|Lake View Elementary School |3 |Switch | | |

| |mini | | | | | |

|HP |Procurve 5412zl-96G |Lake View Elementary School |1 |Switch | | |

|HP |Procurve 5412zl 24 |Lake View Elementary School |1 |Switch | | |

| |port | | | | | |

|HP |5400zl 20 port +4 GBIC|Lake View Elementary School |1 |Switch | | |

|APC |1500 AVR UPS |Lake View High School |8 |UPS | | |

| | | | | | | |

|CISCO |C3560 |Lake View High School |4 |Switch | | |

|HP |C3560x |Lake View High School |4 |Switch | | |

|HP |3500yl24-G |Lake View High School |1 |Switch | | |

| | |Lake View High School |12 |Switch | | |

|CISCO |2620 |Lake View High School |24 |Access Point | | |

|HP |3500yl24-G |Lake View High School |2 |Switch | | |

|HP |Procurve gigabit sx-lc|Lake View High School |9 |Switch | | |

| |mini | | | | | |

|Cyberpower |RT3000-UPS |Lake View High School |3 |UPS | | |

|HP |Procurve 5412zl-96G |Lake View High School |1 |Switch | | |

|HP |Procurve 5412zl 24 |Lake View High School |6 |Switch | | |

| |port | | | | | |

|Cisco |5400zl 20 port +4 GBIC|Lake View High School |1 |Switch | | |

|HP |Procurve 2626 |Lake View High School |2 |Switch | | |

|HP |Procurve 2610 |Lake View High School |2 |Switch | | |

|Cisco |3750 |South Elementary |1 |Switch\Router | | |

|HP |4402-25 |South Elementary |1 |Switch\Router | | |

|CISCO | |South Elementary |18 |Access Point | | |

| |2602 | | | | | |

|CISCO |1242AG |South Elementary |3 |Access Point | | |

|HP |5308 |South Elementary |1 |Switch\Router | | |

|HP |2650 |South Elementary |5 |Switch\Router | | |

|HP |2626 |South Elementary |10 |Switch\Router | | |

|APC |1500-UPS |South Elementary |2 |UPS | | |

|APC |1500-UPS |South Elementary |3 |UPS | | |

|CISCO |3750 |Stewart Heights Elementary |1 |Switch\Router | | |

|CISCO |4402-25 |Stewart Heights Elementary |1 |Switch\Router | | |

|CISCO |2602 |Stewart Heights Elementary |23 |Access Point | | |

|CISCO |1242AG |Stewart Heights Elementary |1 |Access Point | | |

|CISCO |5308 |Stewart Heights Elementary |1 |Switch\Router | | |

|CISCO |2650 |Stewart Heights Elementary |8 |Switch\Router | | |

|CISCO |2626 |Stewart Heights Elementary |3 |Switch\Router | | |

|APC |1500-UPS |Stewart Heights Elementary |2 |UPS | | |

|APC |1500-UPS |Stewart Heights Elementary |3 |UPS | | |

|CISCO |1PWS-C3750X-48PF-S |Dillon Middle School |4 |Switch\Router | | |

|CISCO |1PC3KX-NM-1G= |Dillon Middle School |4 |Switch\Router | | |

|CISCO |1PWS-C2960S-48FPS-L |Dillon Middle School |27 |Switch | | |

|CISCO |1PSUA2200XL |Dillon Middle School |5 |UPS | | |

|CISCO |1PSUA2200XL |Dillon Middle School |1 |UPS | | |

|CISCO |1PAIR-CT5508-100-K9 |Dillon Middle School |1 |wireless controller | | |

|CISCO |1142N |Dillon Middle School |70 |Access Point | | |

|CISCO | |Technology Office - Internet Access |2 |Switch\Router | | |

| |3850 |Pt | | | | |

|CISCO | |Technology Office - Internet Access |1 |Firewall | | |

| |5525 |Pt | | | | |

|HP | |Technology Office - Internet Access |2 |Switch\Router | | |

| |5308 |Pt | | | | |

|CISCO | |Technology Office - Internet Access |3 |Switch\Router | | |

| |2960 |Pt | | | | |

|HP | |Technology Office - Internet Access |6 |Switch\Router | | |

| |2626 |Pt | | | | |

|APC |1500-UPS |Technology Office - Internet Access |2 |UPS | | |

| | |Pt | | | | |

|APC |1500-UPS |Technology Office - Internet Access |4 |UPS | | |

| | |Pt | | | | |

|APC |1500-UPS |Technology Office - Internet Access |4 |UPS | | |

| | |Pt | | | | |

| | | | | | | |

|Cisco |2602 |Technology Office - Internet Access |4 |Access Pt | | |

| | |Pt | | | | |

| | | | | | | |

| | | | | | | |

|CISCO |7500 |Flex Wireless Controller |1 |Wireless Controller | | |

| | | | | | | |

| | | | | | | |

| | | | | | | |

| | | | | | | |

| | | | | | | |

| |Proposed Erate Basic Maintenance | | | | | |

| | | | | | | |

| |Basic Maintenance of all eligible service |Rate per hour |*Hours/site |Total Amount | | |

| |On-site Network Engineers (All Practices) |$ |  |$ | | |

| |During regular business hours (Estimated) | | | | | |

| |On-site Network Engineers (All Practices) |$ |  |$ | | |

| |Friday 6 PM to Monday 6 AM (Estimated) | | | | | |

| |Break Fix Funds |25% of above |  |$ | | |

| |(For purchase of replacement/repair parts) | | | | | |

| |  |  |  |$ | | |

| |Service not covered under erate | | | | | |

| | | | | | | |

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download