RFP #15-1096-12CS

advertisement
IMPORTANT NOTIFICATION:
The Purchasing Office has moved to a new
location. The new address is 8600 Staples Mill
Road, Henrico VA 23228. The Office is located
near the intersection of Staples Mill Road and
Parham Road in Henrico County, VA.
Bidders/Offerors who elect to deliver their
IFB’s/RFP’s in person or by special courier are
encouraged to allow extra time to assure timely
receipt of documents. Call (804) 501-5691 for
further information.
1
COMMONWEALTH OF VIRGINIA
COUNTY OF HENRICO
DEPARTMENT OF FINANCE
CECELIA H. STOWE, CPPO, C.P.M.
PURCHASING DIRECTOR
RFP #15-1096-12CS
December 11, 2015
REQUEST FOR PROPOSAL
LEASE OF CISCO NETWORKING HARDWARE AND SERVICES
FOR ELEMENTARY SCHOOLS
HENRICO COUNTY PUBLIC SCHOOLS
Your firm is invited to submit a proposal to provide for leasing of CISCO Networking Hardware and Services for
Elementary Schools in accordance with the enclosed specifications. The submittal, consisting of the original proposal and
seven (7) additional copies and one (1) electronic copy of proposal submittal to include EXCEL Spreadsheets
contained in Attachment I and J marked, "A Proposal to provide “Lease of CISCO Networking Hardware and
Services for Elementary Schools”, will be received no later than 2:00 p.m., January 6, 2016, by:
IN PERSON OR SPECIAL COURIER
County of Henrico
Department of Finance
Purchasing Division
OR
8600 Staples Mill Road - NEW LOCATION
Henrico, Virginia 23228
U.S. POSTAL SERVICE
County of Henrico
Department of Finance
Purchasing Division
P O Box 90775
Henrico, Virginia 23273-0775
This RFP and any addenda are available on the County of Henrico Purchasing website at
http://www.co.henrico.va.us/genserv/purchasing/ To download the (IFB or RFP), click the link and save the document
to your hard drive. To receive an email copy of this document, please send a request to: sto05@co.henrico.va.us
Time is of the essence and any proposal received after 2:00 p.m., January 6, 2016 whether by mail or otherwise, will be
returned unopened. The time of receipt shall be determined by the time clock stamp in the Purchasing Division,
Department of Finance. Proposals shall be placed in a sealed, opaque envelope, marked in the lower left-hand corner
with the RFP number, title, and date and hour proposals are scheduled to be received. Offerors are responsible for
insuring that their proposal is stamped by Purchasing Division personnel by the deadline indicated.
The awarding authority for this contract is the Henrico County Public Schools School Board.
Nothing herein is intended to exclude any responsible firm or in any way restrain or restrict competition. On the contrary,
all responsible firms are encouraged to submit proposals. The County of Henrico reserves the right to accept or reject
any or all proposals submitted.
Technical questions concerning this Request for
sto05@co.henrico.va.us no later than December 15, 2015.
Proposal
should
be
Very truly yours,
Cecelia H. Stowe, CPPO, C.P.M.
Purchasing Director
Sto05@co.henrico.va.us
8600 Staples Mill Road/P.O. Box 90775/Henrico, Virginia 23273-0775
(804) 501-5660 Fax: (804) 501-5693
2
submitted
via
email
to
I.
II.
REQUEST FOR PROPOSAL
LEASE OF CISCO NETWORKING HARDWARE AND SERVICES
FOR ELEMENTARY SCHOOLS
HENRICO COUNTY PUBLIC SCHOOLS
PURPOSE:
A.
The intent and purpose of this Request for Proposal (RFP) is to solicit sealed proposals
from qualified firms to establish a contract for a Capital Lease (“Lease”) for all
equipment, installation, labor and supplies to perform a logistical refresh of the
Elementary School, Special Programs and Datacenter Cisco Networking Equipment to
include Main Distribution Facility (MDF) Core, Intermediate Distribution Facility (IDF)
Network Switches, Wireless Controller solution and Wireless Access Points (WAP).
B.
Offerors must submit a proposal for the replacement of Cisco MDF, IDF and Wireless
networking equipment. It is anticipated that the deployment shall occur according to the
timelines in this document. Any adjustments to deployments or timelines shall be made
a part of the contract, which is subject to School Board approval.
BACKGROUND:
The HCPS network is comprised of over 70 facilities connected back to the Datacenter through
a variety of WAN connections that provide access to a switched LAN infrastructure for
approximately 40,000 computing devices across the district. School LANs are both wired and
wireless and provide 10/100/1000 Mbps connections to the device. Servers/services are
provided in a hybrid deployment centralized out of the Datacenter as well as dispersed locally
to schools.
Each school’s LAN is comprised of a MDF containing a layer-three enterprise-level core switch
which controls multiple Virtual Local Area Networks VLANS. IDF distribution frames are
connected with either 1 GB or 10 GB multiple pair fiber providing interconnectivity to layer-two
switches. Student and faculty access is secured by managing layer-three access control lists
that separate the student and faculty networks. This applies both to clients and servers.
All student laptops communicate to the HCPS network via Cisco wireless access points that
are cabled with CAT5e or better to the local IDF strategically located throughout each school
using a dedicated open student SSID. While staff laptops may also access this wireless
subnet, staff must physically connect to the wired network (Ethernet) for any work involving
grades or other confidential information. Information on the wireless subnet is limited to webbased Internet access, server file shares, and selected services hosted at the central data
center, including email. (Students do not have HCPS-provided email accounts.)
All access points and all classroom machines connect back to an IDF which have Cisco layertwo switches. All IDFs connect back to the MDF via fiber and connect to a Cisco layer-three
switch. HCPS operates a combination of autonomous access points managed by Wireless
LAN Solution Engine (WLSE). Light Weight Wireless access points are controlled by a
centralized Wireless LAN Controller (WLC) and managed by Wireless Control System (WCS).
We currently use Access Control Lists (ACLs) to manage resource access.
3
The wide area network is comprised of a series of TLS (Transparent LAN Service) high-speed
telecommunication lines. 100Mbps lines serve all schools. Internet services are provided by
COMCAST Business Services and TLS and ENS services are provided by Verizon and
COMCAST Business Services. See Attachment L for Topology of HCPS Network.
HCPS requires all Cisco network equipment to ensure the proper and successful integration to
the existing Cisco-based infrastructure because other vendor-based solutions do not support
EIGRP nor fully operate or support Cisco’s CDP and QOS protocols. The Cisco brand of
equipment will ensure the proper and continued operations of existing EIGRP and CDP
protocols that support our current network infrastructure and Cisco VoIP platform. Currently
HCPS does not support VoIP over wireless.
HCPS participates in the Federal ERATE program and will request reimbursement under
ERATE Category 2 guidelines for Internal Connections, Managed Internal Broadband
Services, and Basic Maintenance of Internal Connections. It is therefore a mandatory
requirement of this solicitation that the Offeror be properly registered with the School
and Libraries Division and that the Offeror obtain the identifying SPIN number and that
the SPIN number is provided on their response (ATTACHMENT B). The Bidder shall be
cognizant and shall comply with the milestone dates established in the anticipated
schedule, since these dates were established within the requirements of the ERATE
program. It is essential that a contract be awarded and signed no later than one week
prior to the March 2016 submission deadline for the 471 form, as established by the
Schools and Libraries Division. All aspects of this procurement must comply with the
competitive bidding requirement for the Universal Service Fund (USF) support and
services.
The names and addresses of the Elementary schools, Trampton Warehouse, and Data Center
can be found on Attachment G. No renovations are currently scheduled for any of the
Elementary schools that would prevent equipment implementation per the lease/contract
schedule.
III.
HCPS FINANCING REQUIREMENTS, FINANCE/LEASE CONTRACT:
A.
The Successful Offeror shall be thoroughly familiar with the equipment requirements
and shall demonstrate successful implementation of networking equipment in the K-12
environment.
B.
Offeror must provide the written terms of all proposed lease/purchase options, including
proposed payment schedules.
C.
The initial contract lease payment will be no later than September 30, 2015, subsequent
to full deployment and acceptance of the “System” by HCPS. In this RFP, the “System”
means the totality and combination of the equipment, labor and services that the
Successful Offeror is required to provide under a contract between it and the School
Board, to implement this RFP.
D.
Offeror must provide a listing of all costs included in each proposed lease/purchase
option (i.e., equipment, training, installation, and all other required services and
support).
4
E.
Proposals must include any lease interest costs for the following:
1. Six-Year lease with a $1.00 purchase option (buy-out for the System) at the end of
the lease. Other buy-out options can be submitted in detail in the proposals. All
options proposed should include all leased equipment. All costs and terms for a
comprehensive solution should be submitted using Attachment I. If lease structure is
tax-exempt, an IRS 8038G would be executed by Henrico County. The County
reserves the right to review and approve any lease documents in advance.
2. HCPS would prefer to have the ability to prepay the lease balance, plus accrued
interest, without penalty on any lease payment date. Offerors shall provide full
amortization schedules to include interest rates and pre-payment options if any.
3. In the event HCPS does not exercise its option to purchase the System, the
Successful Offeror shall be responsible for any costs and logistics required to return
the leased units at the end of the six year lease.
F.
IV.
Proposals must include an option for the Successful Offeror to recover and dispose of
all assets at the end of the lease, including computers and servers. In addition, Offerors
are encouraged to propose a mechanism to pay HCPS at the end of the lease period to
forego exercising its contractual right to purchase the assets for $1.00. This mechanism
should compensate HCPS for the value of the assets, which the Successful Offeror will
retain title to, and take possession of, in the event HCPS agrees to forego exercising its
purchase option at the end of the lease.
OFFEROR ERATE Qualifications:
A.
The Offeror shall have, at a minimum a working knowledge of the Universal Service
Fund (“USF”) program for schools and libraries, commonly referred to as the “E-rate
Program.”
B.
The Offeror shall be Category 2 service provider as defined by the E-rate Program at
the time of the proposal submission.
C.
The Offeror shall agree to participate in the E-rate Program and cooperate fully and in
all respects with the Henrico County Public Schools (“HCPS”) and any agency or
organization administering the E-rate Program to ensure that HCPS receives all of the
E-rate funding for which it has applied and which it is entitled in connection with the
bidder’s services and/or products.
D.
The Offeror shall submit with their proposal a Service Provider Identification Number
(“SPIN”). (Attachment B)
E.
The Offeror shall provide the HCPS staff in a timely manner, within the posted E-rate
deadlines, all of the information and documentation that the Contractor has or that
Contractor reasonably can acquire that HCPS may need to prepare E-rate applications
and/or to document transactions eligible for E-rate support.
5
At HCPS’s discretion and consistent with E-rate Program regulations, the Offeror shall:
F.
1. Apply the approved E-rate discount to all services and/or products approved for
funding and invoice the Universal Service Administrative Company for the balance
or
2. Remit to HCPS the E-rate discount pursuant to the Billed Entity Application
Reimbursement Process or any other reimbursement process in effect.
G.
V.
Offerors shall list, price, and invoice separately any services that are ineligible for E-rate
funding.
SCOPE OF WORK:
A. Listed below are HCPS’ CISCO Network Infrastructure Equipment requirements. The
equipment is broken out into 51based on location and/or equipment type. Offeror proposal
must include all equipment described on the Bill of Material (BOM) list below.
B. All equipment on the Bill of Material list must be in “New” condition and never unboxed and
placed in production. No refurbished or used equipment will be considered and only the
most up to date and latest revision of equipment model being requested will be accepted.
BILL OF MATERIAL
Trampton Data Center
Lot1
Wireless Controller Licensing
Qty.
Part #
Description
Manufacturer
1
C1-AIR-K9
Cisco ONE - Wireless License Suite
Cisco
1
CON-ECMU-C1AIRK
SWSS UPGRADES Cisco ONE - Wireless
Cisco
1420
C1FPAIR1000K9
Cisco ONE Foundation Perpetual - Wireless (>=1K qty tier)
Cisco
1420
CON-ECMUC1FPAI1K
SWSS UPGRADES C1 Fndn Perpetual-Wireless (>1K T)
Request 72 Months of SmartNet Coverage
1
Cisco
Cisco
Configuration, Delivery and Installation Services
Lot 2
Adams Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
6
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
6
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
IDF's – Access Switches
3
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
3
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
3
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
7
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
7
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
7
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
1
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
1
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
1
Flex Stack Cables and Modules
3
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
11
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
11
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
3
E2000RM2U
2000 VA UPS
MinuteMan
1
E1500RM2U
1500 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT 3
Qty.
Arthur Ashe Elementary School
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
10
7
IDF's – Access Switches
5
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
5
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
5
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
4
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
4
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
4
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
4
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
4
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
4
Flex Stack Cables and Modules
3
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
13
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
13
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
1
E2000RM2U
2000 VA UPS
MinuteMan
3
E1500RM2U
1500 VA UPS
MinuteMan
2
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT 4
Qty.
Baker Elementary School
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
10
IDF's – Access Switches
5
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
8
Cisco
5
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
5
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
7
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
7
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
7
Flex Stack Cables and Modules
2
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
12
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
12
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
2
E2000RM2U
2000 VA UPS
MinuteMan
1
E1500RM2U
1500 VA UPS
MinuteMan
3
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT 5
Qty.
Carver Elementary School
Part #
Description
Manufacturer
Core MDF
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
5
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
IDF's – Access Switches
5
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
5
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
5
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
5
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
5
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
5
Flex Stack Cables and Modules
1
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
10
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
10
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
9
UPS Refresh
Qty.
Part #
Description
Manufacturer
1
E1500RM2U
1500 VA UPS
MinuteMan
4
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT 6
Qty.
Chamberlayne Elementary School
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
14
IDF's – Access Switches
5
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
5
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
5
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
4
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
4
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
4
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
2
WS-C2960X-24PD-L
Catalyst 2960-X 24 GigE PoE 370W 2 x 10G SFP+ LAN Base
Cisco
2
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
2
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
1
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
1
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
1
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
Flex Stack Cables and Modules
10
1
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
12
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
12
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
1
E2000RM2U
2000 VA UPS
MinuteMan
1
E1500RM2U
1500 VA UPS
MinuteMan
6
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT 7
Qty.
Crestview Elementary School
Part #
Description
Manufacturer
Core MDF
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
7
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
IDF's – Access Switches
6
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
6
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
6
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
4
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
4
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
4
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
1
WS-C2960X-24PD-L
Catalyst 2960-X 24 GigE PoE 370W 2 x 10G SFP+ LAN Base
Cisco
1
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
1
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
1
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
1
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
1
Flex Stack Cables and Modules
1
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
12
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
12
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
11
1
E1500RM2U
1500 VA UPS
MinuteMan
6
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT 8
Qty.
Colonial Elementary School
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
10
SFP-10G-SR=
10GBASE-SR SFP Module
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
10
IDF's – Access Switches
5
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
5
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
5
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
5
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
5
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
5
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
5
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
5
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
5
Flex Stack Cables and Modules
4
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
15
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
15
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
2
E2000RM2U
2000 VA UPS
MinuteMan
3
E1500RM2U
1500 VA UPS
MinuteMan
12
1
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT 9
Qty.
Davis Elementary School
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
18
IDF's – Access Switches
6
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
6
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
6
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
5
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
5
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
5
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
3
WS-C2960X-24PD-L
Catalyst 2960-X 24 GigE PoE 370W 2 x 10G SFP+ LAN Base
Cisco
3
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
3
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
1
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
1
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
1
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
Flex Stack Cables and Modules
2
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
15
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
15
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
13
1
E2000RM2U
2000 VA UPS
MinuteMan
2
E1500RM2U
1500 VA UPS
MinuteMan
7
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT
10
Donahoe Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
14
IDF's – Access Switches
6
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
6
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
6
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
4
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
4
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
4
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
1
WS-C2960X-24PD-L
Catalyst 2960-X 24 GigE PoE 370W 2 x 10G SFP+ LAN Base
Cisco
1
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
1
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
2
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
2
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
2
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
14
Flex Stack Cables and Modules
2
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
13
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
13
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
1
E2000RM2U
2000 VA UPS
MinuteMan
2
E1500RM2U
1500 VA UPS
MinuteMan
5
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT
11
Dumbarton Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
2
SFP-10G-SR=
10GBASE-SR SFP Module
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
14
IDF's – Access Switches
5
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
5
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
5
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
4
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
4
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
4
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
2
WS-C2960X-24PD-L
Catalyst 2960-X 24 GigE PoE 370W 2 x 10G SFP+ LAN Base
Cisco
2
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
2
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
1
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
15
1
1
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
Flex Stack Cables and Modules
1
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
12
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
12
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
1
E2000RM2U
2000 VA UPS
MinuteMan
1
E1500RM2U
1500 VA UPS
MinuteMan
7
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT
12
Echo Lake Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
4
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
IDF's – Access Switches
4
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
4
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
4
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
8
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
8
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
8
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
2
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
2
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
2
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
Flex Stack Cables and Modules
3
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
1
CAB-STK-E-3M=
Cisco FlexStack 3m stacking cable
Cisco
14
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
14
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
16
Qty.
Part #
Description
Manufacturer
3
E2000RM2U
2000 VA UPS
MinuteMan
1
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT
13
Fair Oaks Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
4
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
IDF's – Access Switches
3
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
3
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
3
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
5
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
5
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
5
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
1
WS-C2960X-24PD-L
Catalyst 2960-X 24 GigE PoE 370W 2 x 10G SFP+ LAN Base
Cisco
1
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
1
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
2
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
2
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
2
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
Flex Stack Cables and Modules
3
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
11
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
11
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
1
E2000RM2U
2000 VA UPS
MinuteMan
2
E1500RM2U
1500 VA UPS
MinuteMan
1
E750RM2U
750 VA UPS
MinuteMan
17
Configuration, Delivery and Installation Services
LOT
14
Gayton Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
12
IDF's – Access Switches
6
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
6
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
6
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
5
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
5
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
5
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
1
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
1
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
1
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
Flex Stack Cables and Modules
1
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
12
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
12
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
1
E2000RM2U
2000 VA UPS
MinuteMan
1
E1500RM2U
1500 VA UPS
MinuteMan
5
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
18
LOT
15
Glen Allen Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
16
IDF's – Access Switches
8
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
8
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
8
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
4
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
4
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
4
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
2
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
2
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
2
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
Flex Stack Cables and Modules
2
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
14
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
14
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
1
E2000RM2U
2000 VA UPS
MinuteMan
2
E1500RM2U
1500 VA UPS
MinuteMan
6
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT
Glen Lea Elementary School
19
16
Qty.
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
8
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
IDF's – Access Switches
3
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
3
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
3
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
3
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
3
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
3
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
1
WS-C2960X-24PD-L
Catalyst 2960-X 24 GigE PoE 370W 2 x 10G SFP+ LAN Base
Cisco
1
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
1
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
2
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
2
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
2
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
Flex Stack Cables and Modules
1
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
9
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
9
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
2
E2000RM2U
2000 VA UPS
MinuteMan
3
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
20
LOT
17
Greenwood Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
8
SFP-10G-SR=
10GBASE-SR SFP Module
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
8
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
IDF's – Access Switches
4
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
4
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
4
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
7
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
7
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
7
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
3
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
3
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
3
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
Flex Stack Cables and Modules
3
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
1
CAB-STK-E-3M=
Cisco FlexStack 3m stacking cable
Cisco
14
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
14
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
3
E2000RM2U
2000 VA UPS
MinuteMan
1
E1500RM2U
1500 VA UPS
MinuteMan
1
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
21
LOT
18
Harvie Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
8
SFP-10G-SR=
10GBASE-SR SFP Module
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
8
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
IDF's – Access Switches
4
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
4
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
4
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
9
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
9
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
9
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
1
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
1
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
1
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
Flex Stack Cables and Modules
4
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
14
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
14
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
3
E2000RM2U
2000 VA UPS
MinuteMan
2
E1500RM2U
1500 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT
Highland Springs Elementary School
22
19
Qty.
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
12
IDF's – Access Switches
6
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
6
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
6
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
4
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
4
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
4
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
2
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
2
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
2
Flex Stack Cables and Modules
1
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
12
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
12
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
2
E2000RM2U
2000 VA UPS
MinuteMan
5
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT
20
Qty.
Holladay Elementary School
Part #
Description
Manufacturer
Core MDF
23
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
12
IDF's – Access Switches
5
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
5
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
5
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
6
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
6
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
6
Flex Stack Cables and Modules
1
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
11
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
11
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
1
E2000RM2U
2000 VA UPS
MinuteMan
1
E1500RM2U
1500 VA UPS
MinuteMan
5
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT
21
Johnson Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
24
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
8
SFP-10G-SR=
10GBASE-SR SFP Module
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
8
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
IDF's – Access Switches
1
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
1
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
1
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
3
WS-C2960X-24PD-L
Catalyst 2960-X 24 GigE PoE 370W 2 x 10G SFP+ LAN Base
Cisco
3
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
3
Flex Stack Cables and Modules
1
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
4
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
4
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
1
E2000RM2U
2000 VA UPS
MinuteMan
4
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT
22
Kaechele Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
SFP-10G-SR=
10GBASE-SR SFP Module
Cisco
10
Configuration, Delivery and Installation Services
LOT
23
Laburnum Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
25
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
6
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
IDF's – Access Switches
3
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
3
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
3
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
7
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
7
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
7
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
2
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
2
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
2
Flex Stack Cables and Modules
3
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
12
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
12
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
2
E2000RM2U
2000 VA UPS
MinuteMan
2
E1500RM2U
1500 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT
24
Lakeside Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
26
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
2
SFP-10G-SR=
10GBASE-SR SFP Module
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
12
IDF's – Access Switches
6
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
6
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
6
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
3
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
3
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
3
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
2
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
2
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
2
Flex Stack Cables and Modules
1
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
11
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
11
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
1
E2000RM2U
2000 VA UPS
MinuteMan
1
E1500RM2U
1500 VA UPS
MinuteMan
6
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT
25
Longdale Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
27
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
12
IDF's – Access Switches
6
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
6
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
6
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
4
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
4
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
4
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
3
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
3
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
3
Flex Stack Cables and Modules
3
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
13
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
13
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
1
E2000RM2U
2000 VA UPS
MinuteMan
3
E1500RM2U
1500 VA UPS
MinuteMan
3
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT
26
Longan Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
7
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
IDF's – Access Switches
5
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
5
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
5
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
28
5
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
5
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
5
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
2
WS-C2960X-24PD-L
Catalyst 2960-X 24 GigE PoE 370W 2 x 10G SFP+ LAN Base
Cisco
2
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
2
Flex Stack Cables and Modules
1
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
12
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
12
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
1
E1500RM2U
1500 VA UPS
MinuteMan
5
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT
27
Maybury Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
16
SFP-10G-SR=
10GBASE-SR SFP Module
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
16
IDF's – Access Switches
6
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
6
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
6
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
7
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
29
7
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
7
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
2
WS-C2960X-24PD-L
Catalyst 2960-X 24 GigE PoE 370W 2 x 10G SFP+ LAN Base
Cisco
2
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
2
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
1
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
1
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
1
Flex Stack Cables and Modules
2
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
16
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
16
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
1
E2000RM2U
2000 VA UPS
MinuteMan
2
E1500RM2U
1500 VA UPS
MinuteMan
6
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT
28
Mehfoud Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
2
SFP-10G-SR=
10GBASE-SR SFP Module
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
8
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
IDF's – Access Switches
4
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
4
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
30
4
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
6
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
6
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
6
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
1
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
1
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
1
Flex Stack Cables and Modules
3
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
11
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
11
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
1
E2000RM2U
2000 VA UPS
MinuteMan
3
E1500RM2U
1500 VA UPS
MinuteMan
1
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT
29
Montrose Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
10
IDF's – Access Switches
5
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
5
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
5
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
31
5
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
5
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
5
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
1
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
1
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
1
Flex Stack Cables and Modules
2
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
11
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
11
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
1
E2000RM2U
2000 VA UPS
MinuteMan
2
E1500RM2U
1500 VA UPS
MinuteMan
3
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT
30
Nuckols Farm Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
10
IDF's – Access Switches
5
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
5
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
5
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
4
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
32
4
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
4
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
5
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
5
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
5
Flex Stack Cables and Modules
4
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
14
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
14
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
1
E2000RM2U
2000 VA UPS
MinuteMan
4
E1500RM2U
1500 VA UPS
MinuteMan
1
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT
31
Pemberton Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
8
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
IDF's – Access Switches
3
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
3
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
3
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
3
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
3
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
3
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Cisco
33
Switch
1
WS-C2960X-24PD-L
Catalyst 2960-X 24 GigE PoE 370W 2 x 10G SFP+ LAN Base
Cisco
1
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
1
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
3
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
3
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
3
Flex Stack Cables and Modules
2
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
10
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
10
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
2
E2000RM2U
2000 VA UPS
MinuteMan
1
E1500RM2U
1500 VA UPS
MinuteMan
2
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT
32
Pinchbeck Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
SFP-10G-SR=
10GBASE-SR SFP Module
Cisco
16
UPS Refresh
Qty.
1
Part #
Description
Manufacturer
E2000RM2U
2000 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
34
LOT
33
Ratcliff Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
8
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
IDF's – Access Switches
4
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
4
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
4
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
6
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
6
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
6
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
1
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
1
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
1
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
Flex Stack Cables and Modules
3
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
11
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
11
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
1
E2000RM2U
2000 VA UPS
MinuteMan
3
E1500RM2U
1500 VA UPS
MinuteMan
1
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT
Ridge Elementary School
35
34
Qty.
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
10
SFP-10G-SR=
10GBASE-SR SFP Module
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
10
IDF's – Access Switches
5
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
5
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
5
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
4
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
4
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
4
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
2
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
2
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
2
Flex Stack Cables and Modules
2
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
11
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
11
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
2
E2000RM2U
2000 VA UPS
MinuteMan
1
E1500RM2U
1500 VA UPS
MinuteMan
3
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT
35
Sandston Elementary School
36
Qty.
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
6
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
UPS Refresh
Qty.
1
Part #
Description
Manufacturer
E2000RM2U
2000 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT
36
Seven Pines Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
14
IDF's – Access Switches
6
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
6
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
6
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
3
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
3
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
3
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
37
1
WS-C2960X-24PD-L
Catalyst 2960-X 24 GigE PoE 370W 2 x 10G SFP+ LAN Base
Cisco
1
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
1
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
2
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
2
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
2
Flex Stack Cables and Modules
1
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
12
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
12
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
1
E2000RM2U
2000 VA UPS
MinuteMan
1
E1500RM2U
1500 VA UPS
MinuteMan
6
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT
37
Shady Grove Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
12
IDF's – Access Switches
6
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
6
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
6
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
5
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
38
5
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
5
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
3
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
3
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
3
Flex Stack Cables and Modules
3
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
14
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
14
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
1
E2000RM2U
2000 VA UPS
MinuteMan
3
E1500RM2U
1500 VA UPS
MinuteMan
3
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT
38
Short Pump Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
12
IDF's – Access Switches
6
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
6
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
6
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
4
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
4
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
4
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Cisco
39
Switch
2
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
2
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
2
Flex Stack Cables and Modules
2
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
12
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
12
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
1
E2000RM2U
2000 VA UPS
MinuteMan
2
E1500RM2U
1500 VA UPS
MinuteMan
4
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT
39
Springfield Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
10
IDF's – Access Switches
5
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
5
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
5
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
5
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
5
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
5
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
40
3
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
3
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
3
Flex Stack Cables and Modules
3
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
13
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
13
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
1
E2000RM2U
2000 VA UPS
MinuteMan
3
E1500RM2U
1500 VA UPS
MinuteMan
2
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT
40
Skipwith Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
14
IDF's – Access Switches
5
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
5
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
5
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
4
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
4
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
4
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
2
WS-C2960X-24PD-L
Catalyst 2960-X 24 GigE PoE 370W 2 x 10G SFP+ LAN Base
Cisco
2
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
41
2
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
3
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
3
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
3
Flex Stack Cables and Modules
3
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
13
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
13
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
1
E2000RM2U
2000 VA UPS
MinuteMan
3
E1500RM2U
1500 VA UPS
MinuteMan
3
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT
41
Three Copt Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
8
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
IDF's – Access Switches
3
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
3
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
3
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
5
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
5
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
5
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
42
1
WS-C2960X-24PD-L
Catalyst 2960-X 24 GigE PoE 370W 2 x 10G SFP+ LAN Base
Cisco
1
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
1
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
2
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
2
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
2
Flex Stack Cables and Modules
3
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
11
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
11
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
2
E2000RM2U
2000 VA UPS
MinuteMan
2
E1500RM2U
1500 VA UPS
MinuteMan
1
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT
42
Trevvtt Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
16
IDF's – Access Switches
7
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
7
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
7
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
3
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
43
3
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
3
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
1
WS-C2960X-24PD-L
Catalyst 2960-X 24 GigE PoE 370W 2 x 10G SFP+ LAN Base
Cisco
1
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
1
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
1
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
1
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
1
Flex Stack Cables and Modules
1
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
12
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
12
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
2
E2000RM2U
2000 VA UPS
MinuteMan
5
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT
43
Tuckahoe Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
16
SFP-10G-SR=
10GBASE-SR SFP Module
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
16
IDF's – Access Switches
7
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
7
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
7
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
44
5
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
5
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
5
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
1
WS-C2960X-24PD-L
Catalyst 2960-X 24 GigE PoE 370W 2 x 10G SFP+ LAN Base
Cisco
1
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
1
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
5
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
5
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
5
Flex Stack Cables and Modules
2
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
18
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
18
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
3
E2000RM2U
2000 VA UPS
MinuteMan
6
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT
44
Twin Hickory Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
3
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
IDF's – Access Switches
3
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
3
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
3
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
8
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
8
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
8
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
2
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
45
2
2
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
Flex Stack Cables and Modules
3
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
1
CAB-STK-E-3M=
Cisco FlexStack 3m stacking cable
Cisco
13
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
13
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
3
Part #
Description
Manufacturer
E2000RM2U
2000 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT
45
Rivers Edge Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
8
SFP-10G-SR=
10GBASE-SR SFP Module
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
8
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
IDF's – Access Switches
4
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
4
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
4
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
6
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
6
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
6
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
3
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
3
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
3
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Cisco
46
Switch
Flex Stack Cables and Modules
3
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
13
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
13
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
3
E2000RM2U
2000 VA UPS
MinuteMan
1
E1500RM2U
1500 VA UPS
MinuteMan
1
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT
46
Ward Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
7
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
IDF's – Access Switches
5
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
5
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
5
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
6
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
6
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
6
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
3
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
3
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
3
Flex Stack Cables and Modules
3
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
14
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
14
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
1
Part #
Description
Manufacturer
E2000RM2U
2000 VA UPS
MinuteMan
47
2
E1500RM2U
1500 VA UPS
MinuteMan
2
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
LOT
47
Varina Elementary School
Qty.
Part #
Description
Manufacturer
Core MDF
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
14
SFP-10G-SR=
10GBASE-SR SFP Module
Cisco
1
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
2
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
GLC-SX-MMD=
GE SFP LC connector SX transceiver
Cisco
14
IDF's – Access Switches
7
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
7
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
7
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
4
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
4
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
4
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
6
WS-C2960X-24PS-L
Catalyst 2960X 24 GigE PoE 370W 4 x SFP LAN Base
Cisco
6
CAB-16AWG-AC
AC Power cord 16AWG
Cisco
6
PWR-CLP
Power Retainer Clip For Cisco 3560-C and 2960-C Compact
Switch
Cisco
Flex Stack Cables and Modules
3
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
17
CAB-STK-E-0.5M=
Cisco FlexStack 50cm stacking cable
Cisco
17
C2960X-STACK=
Catalyst 2960X FlexStack Plus Stacking Module optional
Cisco
UPS Refresh
Qty.
Part #
Description
Manufacturer
1
E2000RM2U
2000 VA UPS
MinuteMan
3
E1500RM2U
1500 VA UPS
MinuteMan
48
5
E750RM2U
750 VA UPS
MinuteMan
Configuration, Delivery and Installation Services
Lot 48
Qty.
Ready Service Spares
Part #
Description
Manufacturer
Core Switch
1
WS-C4500X-32SFP+
Catalyst 4500-X 32 Port 10G IP Base Ft-to-Bk cooling
Cisco
1
CON-SNT-C45X32SF
SMARTNET 8X5XNBD Catalyst 4500-X 32 Port 10G IP Base Fro
Cisco
1
C4KX-NM-BLANK
Catalyst 4500X Network Module Blank
Cisco
1
C4KX-PWR-750AC-R
Catalyst 4500X 750W AC front to back cooling power supply
Cisco
1
C4KX-PWR-750ACR/2
Catalyst 4500X 750W AC front to back cooling 2nd PWR supply
Cisco
2
CAB-US515-C15-US
NEMA 5-15 to IEC-C15 8ft US
Cisco
1
S45XUK9-37E
CAT4500-X Universal Crypto Image
Cisco
1
C4500X-IP-ES
IP to Ent Srvc license for 32 Port Catalyst 4500-X
Cisco
CU Cables
5
SFP-H10GB-CU1M
10GBASE-CU SFP+ Cable 1 Meter Version 2
Cisco
5
SFP-H10GB-CU5M
10GBASE-CU SFP+ Cable 5 Meter Version 2
Cisco
IDF's – Access Switches
5
WS-C2960X-48FPD-L
Catalyst 2960-X 48 GigE PoE 740W 2 x 10G SFP+ LAN Base
Cisco
5
CON-SNT-WSC296XL
SMARTNET 8X5XNBD Catalyst 2960-X 48 GigE PoE 740W 2 x 10
Cisco
5
WS-C2960X-48FPS-L
Catalyst 2960-X 48 GigE PoE 740W 4 x 1G SFP LAN Base
Cisco
5
CON-SNT-WSC294SL
SMARTNET 8X5XNBD Catalyst 2960-X 48 G
Cisco
5
WS-C2960X-24PD-L
Catalyst 2960-X 24 GigE PoE 370W 2 x 10G SFP+ LAN Base
Cisco
5
CON-SNT-WSC604DL
SMARTNET 8X5XNBD Catalyst 2960-X 24 G
Cisco
5
WS-C2960X-24PS-L
Catalyst 2960-X 24 GigE PoE 370W 4 x 1G SFP LAN Base
Cisco
5
CON-SNT-WSC224SL
SMARTNET 8X5XNBD Catalyst 2960-X 24 G
Cisco
20
C2960X-STACK=
Catalyst 2960-X FlexStack Plus Stacking Module optional
Cisco
5
CAB-STK-E-1M=
Cisco FlexStack 1m stacking cable
Cisco
5
CAB-STK-E-3M=
Cisco FlexStack 3m stacking cable
Cisco
Lot 49
Qty.
Cisco 3702i Dual Band Access Point refresh
Part #
Description
Manufacturer
49
142
AIR-CAP3702I-AK910
802.11ac Ctrlr 10APs 4x4:3SS w/CleanAir; Int; A Reg Domain
Cisco
1420
SWAP3700-RCOVRYK9
Cisco 3700 Series IOS WIRELESS LAN RECOVERY
Cisco
1420
AIR-AP-BRACKET-2
802.11n AP Universal Mounting Bracket
Cisco
1420
AIR-AP-T-RAIL-F
Ceiling Grid Clip for Aironet APs - Flush Mount
Cisco
1420
AIR-CAP3702I-ABULK
BOM Level AP3700i Bulk PID for A reg domain
Cisco
1032-C
Oberon Wall Mounted & Hard Clear Lid Access Point Enclosures
Oberon
100
Configuration, Delivery and Installation Services
Lot 50
Copper Patch Cords
Qty.
Description
6050
8" Cat 6 Non Booted Patch Cord
6800
10" Cat 6 Non Booted Patch Cord
7450
12" Cat 6 Non Booted Patch Cord
3500
14" Cat 6 Non Booted Patch Cord
4400
14’ CAT 6 Booted Patch Cord for printers and laptops
Fiber Patch Cables
C.
226
62.5u, 3 meter, orange, ST-LC
226
62.5u, 1 meter, orange, ST-LC
65
50u, 3 meter, Aqua, SC-LC supports 10GB
65
50u, 1 meter, Aqua, SC-LC supports 10GB
Delivery\Installation Requirements
1.
Successful Offeror must coordinate with HCPS and will:
a. Ensure timely delivery of equipment to the Technology department
warehouse at 555 Trampton Rd. Sandston, VA 23150
b. Conduct the staging of equipment.
c. Configure equipment and make ready for deployment at their facility.
d. Place Successful Offeror provided asset tags on equipment. Maintain running
inventory of equipment by serial number, asset tag number and location.
e. Deliver equipment to all outlined school locations per Attachment G.
f. Remove all old equipment and return to Technology department warehouse
at 555 Trampton Rd. Sandston, VA 23150. HCPS has clear title to all
equipment scheduled for removal.
g. Install new equipment.
h. Test new equipment for proper functionality.
i. Conduct all phases of work as outlined in Section V: Anticipated Schedule.
50
2.
Successful Offeror must position all IDF access switches and existing patch
panels in the following orientation starting at top of cabinet to bottom:
a.
b.
c.
d.
e.
f.
g.
h.
i.
3.
D.
Fiber Panel
Switch
1 RU Space
Patch Panel (To Patch to switch above)
1 RU Space
Switch
1 RU Space
Patch Panel (To Patch to switch above)
Ups located at the bottom of the cabinet (Where applicable)
HCPS will provide configuration files for core and access switches upon award of
contract.
Project Management
The Successful Offeror shall assign a dedicated, on-site Project Manager and provide a
project plan that meets the HCPS timeline requirement subsequent to the contract
award. The Successful Offeror must provide the project plan in Microsoft Project.
E.
Warranty
1. The equipment and licensing contained in the outlined sections of the Bill of Material
(BOM) below require SMARTNET warranty coverage for the life of the lease.
a. All materials listed under Lot 1 “Trampton Complex” section of BOM.
b. All “4500-X Core” switches listed under every LOT section of BOM.
c. All material listed under Lot 48 “Ready Service Spare” section of BOM.
F.
Training
1.
The Successful Offeror will provide Cisco product training for four (4) Network
Administrators to be held on site at the Trampton Data Center facility for the
following equipment/platforms:
a. Configuration and Administration of Cisco 2960X.
b. Configuration and Administration of Cisco 4500X.
2.
G.
Training dates must be coordinated with HCPS based on staff availability.
Implementation Services
1. The Successful Offeror shall provide the following professional services:
a.
b.
c.
Configure, stage, deploy and install IDF access layer-two switches.
Configure, stage, deploy and install layer-three core switches.
Configure, stage, deploy and install 1385 replacement and new access
points as follows:
i. Installation of Access Points will consist of Ceiling or wall mounting.
51
d.
e.
f.
g.
h.
i.
j.
ii. Installation of protective enclosures will be installed in GYM’s and
Multi-Purpose rooms.
iii. Successful Offeror shall provide and install all required data cabling.
Deliver equipment to all HCPS locations per Attachment G.
Remove old equipment and transport to Technology department warehouse
at 555 Trampton Rd. Sandston, VA 23150.
Install new equipment.
Test newly installed equipment for proper operation.
Configure, install and have all equipment fully operational prior to August
12th, 2016.
Operate in unison with HCPS provided schedule located in Section VI.
Begin implementation in the schools no earlier than June 20th, 2016.
2. All implementation of equipment at school locations must occur outside of normal
operational hours while school is in session so not to disturb instruction. During
HCPS summer hours, implementation can occur during the normal business hours.
Offeror must coordinate with HCPS Technology department in the implementation of
equipment during normal business hours or after hours based on the school’s
schedule. A HCPS technology staff member will be assigned to the Successful
Offeror implementation team to ensure access to school locations and provide
answers to questions concerning the process. School availability during the summer
months is listed in Attachment G.
3. HCPS and the Successful Offeror must meet prior to any configuration and
implementation of equipment to hold a design and planning meeting.
H.
Data Cabling Services Scope
1.
Henrico County Public Schools (HCPS) commissioned a wireless study of our
elementary schools. Based on the findings, HCPS requires the installation of
Category 6A data drops to be installed to support additional high bandwidth and
high power wireless access points to provide optimal wireless coverage and
density for staff and student wireless laptop connectivity. The Successful Offeror
shall provide Category 6A data network cabling, materials and installation for all
46 elementary school sites.
a. HCPS request all Offerors to submit two options as part of their proposal and
pricing based on the following approach:
Option 1:
Offeror will provision One (1) Category 6A cables that will be
installed for each and every identified wireless access point location. The Offeror
will be required to adhere to following standards, installation procedures and
approach. Listed on Attachment J as Lot 51A.
Option 2:
Offeror will provision Two (2), Category 6A cables that will be
installed for each and every identified wireless access point location. Listed on
Attachment J as Lot 51 B.
1. One Category 6A cable will be fully implemented and made operational.
52
2. The second Category 6A cable will be terminated at the bisket block but
will not be punched down on the IDF patch panel and will be coiled up for
future requirements.
b. The Successful Offeror will be required to adhere to following standards,
installation procedures and approach.
i. Install the required cabling and supporting cabling pathways as outlined below.
In the event the Successful Offeror commissions a subcontractor to satisfy all the
requirements set forth herein ultimately it shall be the Successful Offerors
responsibility for the successful completion of all work. For convenience and
clarity hereinafter the Offeror and/or cabling contractor shall be referred to as the
contractor.
ii.
The contractor shall hold a Class A Contractor’s License. (Attachment N)
Further, the contractor shall employ on their staff or have a contract with a
Registered Communications Distributor Designer (RCDD) registered with the
Building Industries Consulting Services International (BISCI) organization. The
contractor shall submit the name and registration number of the RCDD in their
proposal response.
iii. The contractor and the RCDD shall certify the final inspection in writing and
provide a written verification that they have inspected the completed installation
and that the installation meets the terms and conditions of the bid, design
requirements of BICSI, TDMM (Latest Edition), and all TIA/EIA, NFPA, NEC and
all local codes and specifications related to this work. This letter shall be
provided with the closeout paperwork. While only a final inspection is required, it
is obviously in the best interest of the contractor to have the RCDD involved
throughout the project inspecting various phases, as deemed appropriate, to
yield a minimal punch list of items requiring correction at the point of final
inspection
iv. The contractor shall procure, provide, install, test, and document all components
necessary for a comprehensive wireless cabling plant that shall be completed in
a “turnkey” manner. The cabling plant shall provide the transmission
infrastructure for wireless access points. The cabling plant shall consist of all
supporting hardware including, but not limited to “J” hooks, tie wraps and wire
management modules.
v. Plenum cabling must be used throughout the schools for the 6A horizontal
distribution cable.
vi. The contractor shall install cable pathways to include metallic conduit, cable
trays, sleeves, “J” hooks and applicable cable raceways to provide for the proper
support and routing of the data cabling.
vii. No Category 6A cable shall remain exposed.
viii. All electrical power (AC) needs will be handled by HCPS and installed in
coordination with the contractor.
53
ix. It is the responsibility of the contractor to include any and all items required for a
complete cabling plant, consistent with allowable and recommended installation
practices as specified by the standard documents referenced herein, regardless
of their inclusion or exclusion in this document.
x. There will be no opportunity for Offerors/contractors to conduct field
measurements at each school prior to submission of proposals. Cabling
requirements for each of the 46 schools will be available upon HCPS receipt of
Non-Disclosure Agreement (ATTACHMENT M). Once approved, Offeror will
receive an email document in PDF format through a secure delivery system to
their email account from HCPS containing site maps.
HCPS will make staff available to answer any questions you may have about the
cabling requirements and site maps for each school. Please email Paul Kolmetz
at pkolmetz@henrico.k12.va.us with any questions.
xi. An extended 25 year warranty shall warrant all cabling and associated materials
to be free of mechanical and electrical defect. The warranty shall cover all
materials and labor necessary to correct a deficiency subsequent to acceptance
of the cabling plant by HCPS. Should there be an additional cost for this
warranty; bidding contractors should specify the amount for this warranty on the
Bid Response Form.
c. GENERAL
i. All cable installation and terminations shall be performed in strict accordance with
the Commercial Building Telecommunications Cabling Standard ANSI/TIA568.C.2, drafted by the Telecommunications Industry Association. The
Contractor for the wireless cabling plant installation shall be thoroughly familiar
with the requirements of this standard and shall have successfully installed as
the contractor, Category 6A data network cabling plants of a scope equal to or
greater than the scope of work described herein. The contractor shall have a
work force of sufficient size to undertake a project of the scope described herein.
The contractor shall have a workforce of a minimum of six (6) field technicians on
staff that have been employed on a full time basis by the successful contractor
awarded this bid. HCPS shall request verification of this minimum staffing level
from the contractor prior to the award of this bid. The contractor shall hold a
Class A Contractor’s License and shall have a Registered Communications
Distribution Designer (RCDD) on staff as a regularly employed member of the
staff. The name of the designer shall be provided as part of this proposal
response. The Contractor shall provide references that include the name of the
firms for which this work was completed, the name(s) of appropriate contact
people and corresponding telephone numbers.
ii. All eight (8) position, modular jack products shall be installed and terminated in
compliance with the EIA/TIA 568B standard for modular jack pin/pair
assignments.
iii. All work shall be in compliance with the National Electrical Code (NEC), and all
applicable Federal, State and local codes and regulations.
54
iv. All cabling related equipment listed in this solicitation shall be provided as
specified unless approved equal if offered for consideration. Should an alternate
product be offered, the contractor must submit with proposal submission, detailed
product specifications in support of the alternate product or material.
v. All 110 patch panels, jacks and biscuit blocks shall be provided by the same
manufacturer.
vi. Beyond the standards referenced above, all installation procedures and practices
shall also comply with the provisions of the following industry accepted
standards:
vii. ANSI/TIA-569-B: Commercial Building Standard for Telecommunications
Pathways and Spaces
viii. ANSI/TIA-606-A: Administration Standard for the Telecommunications
Infrastructure of Commercial Buildings
ix. ANSI_J-STD-607-A: Commercial Building Grounding and Bonding Requirements
for Telecommunications
x. ANSI/BISCI 001-2009, Information Transport System Design Standard for K-12
Educational Institutions
xi. IEEE 802.3-1993: Information Technology- Local and Metropolitan Area
Networks- Part 3: Carrier Sense Multiple Access with Collision Detection CSMA
(CD) Access (also known as ANSI/IEEE Standard 802.3 or ISO/IEC 8802-3), as
well as the IEEE 802.3an and IEEE 802.3at specifications for PoE and PoE+,
respectively
xii. BICSI: Telecommunications Distribution Methods Manual (TDMM), 13th Edition
xiii. TIA 568-C.2: Performance requirements for CAT 6A channels, permanent links
and components
xiv. Telecommunications Industry Association TSB-184 and TSB-184-A- guidance
specific to POE++ which is up to 600 mA on 2 pairs and up to1000 mA on 4 pairs
xv. Proposed IEE 802.3bt Type 3 (600mA) and Proposed IEEE 802.3bt Type 4
(1000 mA)
xvi. Cisco UPOE (600mA) and HDBaseT (1000mA)
xvii. The Contractor shall establish a single point of contact responsible for reporting
the periodic progress of the work performed for HCPS. The designated
individual shall remain a continuous point of contact through the duration of the
project, unless written permission by HCPS is granted.
55
xviii. The Contractor shall be responsible for the daily cleaning and disposal of all
trash and debris resulting from the work. In an occupied facility, all areas shall
be returned to the same clean and orderly condition that existed prior to the work.
Any hazardous debris shall be safely and legally disposed of off-site immediately.
The Contractor’s personnel shall follow all laws and regulations regarding safe
work practices and safety equipment.
xix. All installation work must be accomplished in accordance with the set forth
agreed upon schedule. Time is of the essence.
xx. A 25 year warranty for the cabling plant is required. It is recognized that many
manufacturers will provide an extended warranty if only their product(s) or an
approved product(s) is (are) used in the cabling plant installation throughout the
project. Therefore, this solicitation allows flexibility in the provision of approved
equivalents, but is not intended to permit a mixing and matching of materials from
a multitude of manufacturers. This solicitation requires that all materials within
one series of materials be obtained from a single manufacturer. The Successful
Offeror shall apply to the manufacturer for the warranty and shall provide same to
HCPS.
xxi. The Offeror’s employees and any sub-contractors shall be required to
wear identification badges, prepared by the Contractor, denoting company
name, employee name, and project name, at all times on site through the
duration of the project. In lieu of identification badges, uniforms plainly
identifying the Contractor’s firm may be worn
xxii. The Contractor shall obtain permission from HCPS prior to beginning any work
that may necessitate cutting into or through any part of a building structure, such
as girders, beams, steel, concrete, masonry, floors or ceilings. The Contractor
shall be financially responsible for any damage to any part of a HCPS facility
resulting from his work.
xxiii. The Contractor will use an industry accepted, wire pulling lubricant, when
needed, while pulling cables through conduit.
xxiv. The Contractor shall use caution when pulling cables so that the maximum
pulling force is not exceeded for the type of cable pulled.
xxv. For each type of cable pulled, the Contractor shall ensure that the proper amount
of cable slack is retained at patch panels and workstation outlets. Ten (10) feet
of slack shall be retained at the telecommunications closet for the copper cables.
Ten (10) feet of slack shall be retained at the copper telecommunications outlet
(looped in the ceiling area). A three (3) foot service loop shall be installed in nonsuspended ceiling locations. Inadequate cable lengths for proper termination will
require the contractor to re-pull the affected cables.
xxvi. The Contractor shall seal all riser conduit sleeves, voids and openings through
fire and smoke rated walls and partitions with Code approved fire stopping
materials installed in accordance with the manufacturer’s recommended
installation methods and all Code requirements.
56
xxvii. The Contractor shall provide a detailed project work plan with the projected time
lines and milestones for all major phases of the installation of the cabling plant
prior to the start of the installation.
xxviii. An estimated count of the number of major materials such as patch panels and
Category 6A jacks to be installed as part of this cabling plant installation is set
forth in the attachment to this document entitled “Approximations of Required
Materials”. (See Attachment H). This information is only intended to assist
Offerors, and is not intended to exclude any materials required for the installation
of a complete cabling plant.
xxix. All Offerors should submit a listing of all materials and their respective cost to
complete the installation of the cabling plant as part of the proposal submission
process.
xxx. The Contractor shall secure an electrical permit and inspection(s) for the proper
execution and completion of the work outlined in this bid document. Any permits
issued by the Office of Building Construction and Inspections of the County of
Henrico for the work under this contract will be charged to the Department
originating the work. Do not include the cost of such permits in your proposal
response.
xxxi. Throughout the installation of the cabling plant the Contractor must demonstrate
a diligent and continuous effort to complete the work in a satisfactory manner.
HCPS representatives will perform periodic observations and on-site reviews of
work in progress. Should the quality of the work be deficient in the judgment of
HCPS, the HCPS representative shall notify the Contractor in writing of the
unacceptable work. The Contractor shall have two (2) days to correct the
unacceptable work from the date of the written notification.
xxxii. 110 patch panels are an integral part of this project. The multi-type of punch
down tool that results in all four pairs being simultaneously punched down shall
not be used on any part of this project.
xxxiii. The Contractor shall be responsible for the removal of any and all abandoned
data/wireless cabling as per Article 800 of the National Electrical Code.
xxxiv. HCPS will previously have surveyed MDF and IDF cabinets noting any space
issues that might hinder the installation of the 6A patch panel installations
required in this bid and will make every effort to replace cabinets where space
has been identified to be an issue.
d. MATERIAL SPECIFICATIONS
i. PATCH PANELS: UTP patch panels shall be Hubbell 24 port, Category 6A, 110
distribution patch panels, Hubbell Part Number HP6A24W. White in color. Rear
cable management bars (PCBLMGT) shall be provided with all patch panels.
57
ii. CABLE MANAGEMENT MODULES: No horizontal cable management will be
used between patch panels. Proper spacing between panels is crucial to the
setup of the racks as Network Switches will be installed between patch panels
with 1U spacing between patch panel and switch.
iii. VERTICAL CABLE MANAGEMENT: Shall be 83” dual-sided, side mount vertical
wire manager Hellerman Tyton, part number VWMDS4X5BK7. Slotted channel
will be 83” X 4” X 5”.
iv. CABLE MATERIAL SPECIFICATIONS
1. CATEGORY 6A PLENUM COPPER: Category 6A cable shall be
constructed of 23 AWG copper conductors with FEP Plenum (CMP)
insulation. The copper conductors shall be twisted in pairs and separated
by a cross-divider. All four pairs shall be surrounded by Matrix tape and a
flame retardant jacket.
2. Panduit part number PUP6AM04YL-UG. Advanced Matrix 6A cable.
3. No equivalents shall be permitted, since HCPS has standardized on
this use of this particular data cable.
4. The UTP data cable shall be yellow in color. Please note that it is
imperative that Offeror be able to provide the requested color of cable
within the installation timetables. Verify with suppliers the availability of the
requested cable prior to proposal submission. It shall not be acceptable to
receive a price quote from a supplier in preparation for the bid response,
but then ask the HCPS representative to approve of a change of the color
of the cable because of lack of availability problems.
v. WORK STATION DATA OUTLET MATERIAL SPECIFICATIONS
1. The following Hubbell workstation materials shall be used. No equivalent
materials shall be allowed.
a. Nextspeed Ascent Category 6A Jacks,
b. Red, part number HJ6AR
2. PATCH CORDS All patch cords shall be yellow in color and shall be preterminated Category 6A. Hand terminated patch cords are not acceptable.
3. BISKIT BLOCKS Shall be plenum rated. Hubbell part # ISB20WP
4. “J” hooks shall be the Panduit J-Pro System, plenum rated J-hooks.
58
e. INSTALLATION PROCEDURES
i. Dependent on the Selected approach Offering HCPS choices to adopt, one or
two data jacks enclosed in a biscuit block shall be installed for each wireless
access point location. 6A Patch panels shall be installed to support the
installation of the wireless data drops.
ii. Cable ladder trays shall be installed where needed above the racks to support
the entrance of the wireless cables.
iii. The Contractor shall install cable pathways to include metallic conduit, cable
trays, sleeves and applicable cable raceways to provide for the proper support
and routing of the data cabling. Existing pathways may be utilized provided that a
35 percent fill ratio is not exceeded.
iv. Where “J” hooks are used to support the cabling the hooks shall be spaced no
more than 5 feet apart as per the TIA 569-C standard. Either new or existing J
hooks (that have had cable added to them) shall not have more than a 30
percent fill as per the manufacturer’s fill carts based upon worst case future
bundle size.
v. Rear cable management bars shall be provided and installed with all patch
panels.
vi. The equipment cabinets and racks shall be bonded in a home run fashion to the
telecommunications busbar using #6 AWG cable.
vii. Vertical cable management shall be installed between racks.
viii. Contractor shall provide and install grommets to protect the 6A cable upon
passing through metal studs or any openings that could potentially cause
damage to the cable. Bushings shall also be used on the ends of metal conduit.
ix. The recommended bundle sizes provided by the Category 6A manufacturer shall
be recognized and followed by the contractor.
x. Cable routing plans should consider the proximity to electrical distribution
facilities and EMI producing devices such as motors, transformers and copiers.
To avoid EMI, cable runs must be kept at least four (4) feet away from large
motors, transformers or copiers, one (1) foot from conduit and cables used for
electrical power distribution and at least five (5) inches of clearance must be
maintained between the horizontal distribution cable and all fluorescent lighting.
xi. Category 6A cabling providing connectivity to the data outlets shall be installed
and routed in a home run fashion from each of the data outlets to the 110 patch
panel located in the nearest IDF.
xii. All four pairs of cable providing connectivity to the data outlets shall be
terminated on a single RJ 45 jack at each end of the cable. Each 6A data jack
shall be housed in a two port biscuit block.
59
xiii. Cables shall be neatly bundled and dressed to their respective panels. Each
panel shall be fed by an individual bundle separated and dressed back to the
point of cable entrance into the enclosed cabinet or rack. Tie wraps shall be
loosely secured so that they spin easily when fastened.
xiv. Each horizontal run of twisted pair cable shall be clearly labeled behind the patch
panel. Labels located within the bundle will not be acceptable.
xv. An estimated count of the number of Category 6A jacks to be installed as part of
this wireless cabling plant installation is set forth in the attachment to this
document entitled “Approximations of Required Materials" (see Attachment H).
xvi. Even though HCPS identifies a requirement for Category 6A cabling and Patch
Panels as outlined in Attachment H, due to space constraints in certain IDF an
additional 6A patch panel is not feasible. In such cases the contractor will be
required to terminate the 6A cabling onto an existing Category 5E Patch Panel.
xvii. A ten (10) foot service loop shall be installed at the IDF location. At the jack
locations that are within suspended ceiling areas a ten (10) foot service loop
should also be installed. A three (3) foot service loop shall be installed in nonsuspended ceiling locations
xviii. Cables shall be dressed and terminated in accordance with the ANSI/TIA-568-BC.2 installation procedures standard and the 568B wiring scheme for pin/pair
assignments.
xix. Untwisting of the pairs at the point of termination must not exceed one-half inch.
xx. The bend radius of the cable in the termination area of the workstation outlet
shall not exceed four (4) times the outside diameter of the twisted pair cable.
xxi. The jacket of the cable shall be maintained as close as possible to the point of
termination.
xxii. If surface mount boxes are to be used they should be used in conjunction with
either metallic or plastic surface mount raceways. No installed UTP cables
should be left exposed on a wall surface. Metallic raceways or conduit should be
used where the raceway may be subject to damage (such as in a gym area).
f. LABELING (5.1- 5.5), TESTING & DOCUMENTATION (5.6-5.20), ACCEPTANCE (521) AND WARRANTY (5-22)
i. The Contractor shall test all category 6A cable using the appropriate tester to
certify that the cable meets or exceeds category 6A standards set forth by
ANSI/TIA-568-C.2: NEXT and ELFEXT (pair-to-pair and Power Sum), Insertion
Loss, Return Loss, and Delay Skew.
ii. The Contractor shall supply a diagram(s) upon completion of all work, depicting
all cable runs and terminations that should encompass the following
requirements.
60
iii. The cabling system shall be installed to provide labeling and documentation
consistent with the provisions of ANSI/TIA-606-A. The cabling runs as well as
the connecting hardware to which the installed cable is terminated should be
identified at both ends. The Contractor shall use the labeling scheme authored
and provided by HCPS.
iv. Each horizontal run of twisted pair cable shall be clearly labeled behind the patch
panel. Labels located within the bundle will not be acceptable.
v. All label printing shall be machine generated using indelible ink ribbons or
cartridges. ANSI/TIA-606-A self- laminating labels will be used on cable jackets,
appropriately sized to the outside diameter of the cable and placed within view at
the termination point on each end. Outlet labels shall be the manufacturer’s label
provided with the workstation outlet.
vi. All cables and termination hardware shall be 100% tested for defects in
installation and to verify cabling system performance under installed conditions.
vii. All copper pairs of each installed cable shall be tested and verified prior to
system acceptance.
viii. All cables shall be tested in accordance with this document, the ANSI/TIA
Standards and best industry practice.
ix. All twisted-pair copper cable links shall be tested for compliance to the
requirements in ANSI/TIA 1152 and ANSI/TIA 568-C.2 for the appropriate
Category of cabling installed using a test unit meeting a minimum IEC IIIe level of
accuracy.
x.
All testers used must have been factory calibrated by the manufacturer within
one year of use or according to factory calibration recommendations, whichever
is the more stringent.
xi. Contractor shall set references according to manufacturer’s recommendation
prior to each day’s testing and reset references anytime tester is left unused for
more than two hours.
xii. Documentation shall be provided in electronic format within three weeks after the
completion of the project. The testing results shall be in a raw data format
consistent with the test equipment manufacturer.
xiii. The media shall be clearly marked on the outside front cover with the words
“Project Test Documentation”, the project name, and the date of completion
(month and year). The results shall include a record of test frequencies, cable
type, conductor pair and cable (or outlet) I.D., measurement direction, reference
setup, and crew member name(s).
61
xiv. The test equipment name, manufacturer, model number, serial number, software
version and last calibration date will also be provided at the end of the document.
Unless the manufacturer specifies a more frequent calibration cycle, an annual
calibration cycle is anticipated on all test equipment used for this installation. The
test document shall detail the test method used and the specific settings of the
equipment during the test as well as the software version being used in the field
test equipment.
xv. Printouts generated for each cable by the wire test instrument shall be submitted
as part of the documentation package. Alternately, the contractor may furnish this
information in electronic form.
xvi. The media shall contain the electronic equivalent of the test results as defined by
the specification along with the software necessary to view and evaluate the test
reports.
xvii. When repairs and re-tests are performed, the problem found and corrective
action taken shall be noted, and both the failed and passed test data shall be
documented.
xviii. The As-Built drawings are to include cable routes and outlet locations. Their
sequential number as defined elsewhere in this document shall identify outlet
locations. Numbering, icons, and drawing conventions used shall be consistent
throughout all documentation provided.
xix. Henrico County Public Schools will provide floor plans in paper and electronic
formats on which as-built construction information can be added. These
documents will be modified accordingly by the Contractor to denote as-built
information as defined above and returned to the Henrico County Public Schools.
xx. The Contractor shall annotate the base drawings and return a hard copy and
electronic form.
xxi. The Contractor shall provide the test results documentation to the appropriate
manufacturers to facilitate obtaining the 25 year warranty.
g. ACCEPTANCE: Periodic on-site observations will be made by HCPS personnel during
the installation of the cabling plant. Upon completion of all work, the Contractor shall
provide HCPS all cabling plant documentation, including results of the Category 6A
cable testing. Within two (2) weeks of this documentation being provided to HCPS,
HCPS personnel will inspect all work to ensure compliance with the requirements of this
bidding documents (as well as any amendments that may have been issued as
accompanying materials to this bid) and will randomly test copper cable connections to
verify the test results provided to HCPS by the Contractor. Portions of the cabling plant
may also be activated. Any discrepancies between that observed by HCPS personnel
and the requirements stipulated herein and/ or the Contractor’s test results will be
resolved by the Contractor within a time frame agreed upon by both parties. Once
discrepancies have been resolved, HCPS will forward a letter of acceptance to the
contractor within ten (10) business days. In the event that no discrepancies are
revealed, a letter of acceptance by HCPS will be provided within ten (10) days
subsequent to the week allowed for the inspection.
62
h. Cabling Plant Warranty:
i. The Contractor shall warrant the cabling plant for a period of 25 years from the
date of the letter of acceptance referenced above. This warranty shall cover all
materials and labor necessary to correct a deficiency discovered subsequent to
acceptance. Materials shall include all copper cable, data jacks, as well as all
connectors and other associated materials. This warranty shall warrant that all
cabling and associated materials installed are free of mechanical and electrical
defect and guarantee the ability of the cabling plant to be fully operational now
and in the future and have the ability to transmit 10, 100 and 1000 speed
Ethernet. At any time during the 25 year warranty period the manufacturer (or
contractor) shall be responsible for all adjustments to the cabling plant installed
by the Contractor to ensure a properly functioning cabling plant. Any and all
work performed by the manufacturer (or contractor) shall be performed at no
additional cost to HCPS. A four (4) hour response time shall be required for
major failures and a 24 hour response time shall be sufficient for minor cabling
plant failures.
ii. It is understood that such a warranty is provided by a number of single
manufacturers as well as independent Contractors and that this warranty would
either convey directly from the manufacturer to HCPS or from the Contractor to
HCPS at the point of final acceptance. It is the responsibility of the contractor to
facilitate the provision of this type of warranty by applying to the manufacturer for
the warranty and then providing the warranty certificate to HCPS.
I.
Inventory
The Successful Offeror will be responsible for the inventory of all equipment and the
provisioning, issuance and application of asset tags. HCPS will not provide asset tags.
This documentation is in keeping with HCPS and ERATE guidelines and an inventory
sheet for each location will be generated and provided to HCPS containing at minimum
the following inventory information:
a.
b.
c.
d.
J.
Make\Model
Serial number of equipment
Location
Asset tag numbers
Disposal
The Successful Offeror shall provide for the collection and disposal of equipment and
parts resulting from this RFP at the end of the contract in the event HCPS chooses not
to activate the $1 buyout option. This will include removal and disposal of equipment at
no cost to HCPS. Recycling and disposal of hazardous components shall be in
compliance with Commonwealth of Virginia and Federal standards.
K.
System Acceptance
1. Offeror shall provide detailed information with their proposals about the processes
that will be established to ensure successful implementation and testing of MDF core
switches, IDF access switches and wireless access points per location.
63
2. Offeror shall provide detailed information with their proposals about the processes
that will be established to ensure successful implementation and testing of data
cabling per location.
3. The Successful Offeror shall provide documentation of any configuration, project
plan and a clear and concise approach taken to conduct the testing.
4. HCPS is not requiring a pre-survey but a post final walk through after completion of
work is required as part of the test and acceptance plan.
VI.
ANTICIPATED SCHEDULE:
The following represents a tentative outline of the process currently anticipated by the County.
Request for Proposals distributed
Receive written proposals
Conduct oral interviews and negotiations with
selected firms
HCPS School Board approves the award of contract
December 4, 2015
January 6, 2016, 2:00 p.m.
January 2016
February, 2016
The dates below depend on the contract award:
HCPS normal working hours are 8:00 a.m. – 4:30 a.m. Monday through Friday. HCPS
summer working hours will run June 20 th-August 12th from 7:00 a.m. - 5:30 p.m. Monday
through Thursday and closed on Fridays. The following is an implementation timeline:
Successful Offeror must obtain and deliver equipment to HCPS
May 1, 2016
designated staging area.
Successful Offeror will meet with HCPS Technology staff to
May 11- 15, 2016
hold a design and planning meeting.
Successful Offeror must start Data Wiring implemented, tested
May 30 – July 1, 2016
and operational
Successful Offeror must have all layer-two and -three switches
June 17, 2016
and wireless equipment configured and ready for deployment.
Successful Offeror will have layer-three core switches
June 20 - August 12, 2016
delivered, implemented, tested and operational at the schools.
Successful Offeror will have all layer-two access switches
June 20 - August 12, 2016
delivered, implemented, tested and operational at the schools.
Successful Offeror will have all wireless access points
June 20 - August 12, 2016
delivered, implemented, tested and operational at the Schools.
Successful Offeror will coordinate and conduct training.
Sept 3 - Nov 1, 2016
VII.
COUNTY RESPONSIBILITIES:
Henrico County Public Schools has designated a Project Manager for all work performed
under this contract. The Project Manager shall coordinate the work, and shall have the
authority to make decisions in writing binding their respective employers on matters within the
scope of the contract.
64
VIII.
GENERAL CONTRACT TERMS AND CONDITIONS:
A.
Annual Appropriations
It is understood and agreed that the contract resulting from this procurement (“Contract”)
shall be subject to annual appropriations by the County of Henrico, Board of Supervisors.
Should the Board fail to appropriate funds for this Contract, the Contract shall be
terminated when existing funds are exhausted.
The Successful Offeror (“Successful Offeror” or “contractor”) shall not be entitled to seek
redress from the County or its elected officials, officers, agents, employees, or volunteers
should the Board of Supervisors fail to make annual appropriations for the Contract.
B.
Award of the Contract
1. The County reserves the right to reject any or all proposals and to waive any
informalities.
2. The Successful Offeror shall, within fifteen (15) calendar days after Contract
documents are presented for signature, execute and deliver to the Purchasing office
the Contract documents and any other forms or bonds required by the RFP.
3. The Contract resulting from this RFP is not assignable.
4. Notice of award or intent to award may also appear on the Purchasing Office
website: http://www.henrico.us/purchasing/
C.
Collusion
By submitting a proposal in response to this Request for Proposal, the Offeror
represents that in the preparation and submission of this proposal, said Offeror did not,
either directly or indirectly, enter into any combination or arrangement with any person,
Offeror or corporation or enter into any agreement, participate in any collusion, or
otherwise take any action in the restraint of free, competitive bidding in violation of the
Sherman Act (15 U.S.C. § 1 et seq.) or Section 59.1-9.1 through 59.1-9.17 or Sections
59.1-68.6 through 59.1-68.8 of the Code of Virginia.
D.
Compensation
The Successful Offeror shall submit a complete itemized invoice on each delivery or
service that is performed under the Contract. Payment shall be rendered to the
Successful Offeror for satisfactory compliance with the Contract within forty-five (45) days
after receipt of a proper invoice.
E.
Controlling Law and Venue
The Contract will be made, entered into, and shall be performed in the County of Henrico,
Virginia, and shall be governed by the applicable laws of the Commonwealth of Virginia
without regard to its conflicts of law principles. Any dispute arising out of the Contract, its
interpretations, or its performance shall be litigated only in the Henrico County General
District Court or the Circuit Court of the County of Henrico, Virginia.
65
F.
Default
1. If the Successful Offeror is wholly responsible for a failure to perform the Contract
(including, but not limited to, failure to make delivery of goods, failure to complete
implementation and installation, and/or if the goods and/or services fail in any way to
perform as specified herein), the County may consider the Successful Offeror to be
in default. In the event of default, the County will provide the Successful Offeror with
written notice of default, and the Successful Offeror shall provide a plan to correct
said default within 20 calendar days of the County’s notice of default.
2. If the Successful Offeror fails to cure said default within 20 days, the County, among
other actions, may complete the Contract work through a third party, and the
Successful Offeror shall be responsible for any amount in excess of the Contract
price incurred by the County in completing the work to a capability equal to that
specified in the Contract.
G.
Discussion of Exceptions to the RFP
This RFP, including but not limited to its venue, termination, and payment schedule
provisions, shall be incorporated by reference into the Contract documents as if its
provisions were stated verbatim therein. Therefore, Offerors shall explicitly identify
any exception to any provisions of the RFP in a separate “Exceptions to RFP”
section of the proposal so that such exceptions may be resolved before
execution of the Contract. In case of any conflict between the RFP and any other
Contract documents, the RFP shall control unless the Contract documents explicitly
provide otherwise.
H.
Drug-Free Workplace to be Maintained by the Contractor (Va. Code § 2.2-4312)
1. During the performance of this Contract, the contractor agrees to (i) provide a drugfree workplace for the contractor’s employees; (ii) post in conspicuous places,
available to employees and applicants for employment, a statement notifying
employees that the unlawful manufacture, sale, distribution, dispensation,
possession, or use of a controlled substance or marijuana is prohibited in the
contractor’s workplace and specifying the actions that will be taken against
employees for violations of such prohibition; (iii) state in all solicitations or
advertisements for employees placed by or on behalf of the contractor that the
contractor maintains a drug-free workplace; and (iv) include the provisions of the
foregoing clauses in every subcontract or purchase order of over $10,000, so that
the provisions will be binding upon each subcontractor or vendor.
2. For the purposes of this section, “drug-free workplace” means a site for the
performance of work done in connection with a specific contract awarded to a
contractor in accordance with the Virginia Public Procurement Act, the employees of
whom are prohibited from engaging in the unlawful manufacture, sale, distribution,
dispensation, possession or use of any controlled substance or marijuana during the
performance of the contract.
I.
Employment Discrimination by Contractor Prohibited
1. During the performance of this Contract, the contractor agrees as follows (Va. Code
66
§ 2.2-4311):
(a)
(b)
(c)
The contractor will not discriminate against any employee or applicant for
employment because of race, religion, color, sex, national origin, age, disability,
or other basis prohibited by state law relating to discrimination in employment,
except where there is a bona fide occupational qualification reasonably
necessary to the normal operation of the contractor. The contractor agrees to
post in conspicuous places, available to employees and applicants for
employment, notices setting forth the provisions of this nondiscrimination
clause.
The contractor, in all solicitations or advertisements for employees placed by or
on behalf of the contractor, will state that such contractor is an equal opportunity
employer.
Notices, advertisements and solicitations placed in accordance with federal law,
rule or regulation shall be deemed sufficient for the purpose of meeting the
requirements of this section.
2. The contractor will include the provisions of the foregoing subparagraphs (a), (b),
and (c) in every subcontract or purchase order of over $10,000, so that the
provisions will be binding upon each subcontractor or vendor.
J.
Employment of Unauthorized Aliens Prohibited
Any contract that results from this Request for Proposal shall include the following
language: "As required by Virginia Code §2.2-4311.1, the contactor does not, and shall
not during the performance of this agreement, in the Commonwealth of Virginia
knowingly employ an unauthorized alien as defined in the Federal Immigration Reform
and Control Act of 1986."
K.
Indemnification
The Successful Offeror agrees to indemnify, defend and hold harmless the County of
Henrico (including Henrico Public County Schools), the County’s officers, agents and
employees, from any claims, damages, suits, actions, liabilities and costs of any kind or
nature, including attorneys’ fees, arising from or caused by the provision of any services,
the failure to provide any services or the use of any services or materials furnished (or
made available) by the Successful Offeror, provided that such liability is not attributable to
the County’s sole negligence.
L.
Insurance Requirements
The Successful Offeror shall maintain insurance to protect itself and Henrico and Henrico’s
elected officials, officers, agents, volunteers and employees from claims under the
Workers' Compensation Act, and from any other claim for damages for personal injury,
including death, and for damages to property which may arise from the provision of goods
and/or services under the Contract, whether such goods and/or services are provided by
the Successful Offeror or by any subcontractor or anyone directly employed by either of
them. Such insurance shall conform to the Insurance Specifications. (Attachment A)
67
M.
No Discrimination against Faith-Based Organizations
The County does not discriminate against faith-based organizations as that term is
defined in Va. Code § 2.2-4343.1.
N.
Offeror's Performance
1. The Successful Offeror agrees and covenants that its agents and employees shall
comply with all County, State and Federal laws, rules and regulations applicable to the
business to be conducted under the Contract.
2. The Successful Offeror shall ensure that its employees shall observe and exercise all
necessary caution and discretion so as to avoid injury to person or damage to property
of any and all kinds.
3. The Successful Offeror shall cooperate with Henrico officials in performing the Contract
work so that interference with normal operations will be held to a minimum.
4. The Successful Offeror shall be an independent contractor and shall not be an
employee of the County.
O.
Ownership of Deliverable and Related Products
1. The County shall have all rights, title, and interest in or to all specified or unspecified
interim and final products, work plans, project reports and/or presentations, data,
documentation, computer programs and/or applications, and documentation
developed or generated during the completion of this project, including, without
limitation, unlimited rights to use, duplicate, modify, or disclose any part thereof, in
any manner and for any purpose, and the right to permit or prohibit any other
person, including the Successful Offeror, from doing so. To the extent that the
Successful Offeror may be deemed at any time to have any of the foregoing rights,
the Successful Offeror agrees to irrevocably assign and does hereby irrevocably
assign such rights to the County.
2. The Successful Offeror is expressly prohibited from receiving additional payments or
profit from the items referred to in this paragraph, other than that which is provided
for in the general terms and conditions of the Contract.
3. This shall not preclude Offerors from submitting proposals, which may include
innovative ownership approaches, in the best interest of the County.
P.
Record Retention and Audits
1. The Successful Offeror shall retain, during the performance of the Contract and for a
period of five years from the completion of the Contract, all records pertaining to the
Successful Offeror’s proposal and any Contract awarded pursuant to this Request for
Proposal. Such records shall include but not be limited to all paid vouchers including
those for out-of-pocket expenses; other reimbursement supported by invoices,
including the Successful Offeror’s copies of periodic estimates for partial payment;
ledgers, cancelled checks; deposit slips; bank statements; journals;
68
Contract amendments and change orders; insurance documents; payroll documents;
timesheets; memoranda; and correspondence. Such records shall be available to the
County on demand and without advance notice during the Successful Offeror’s normal
working hours.
2. County personnel may perform in-progress and post-audits of the Successful Offeror’s
records as a result of a Contract awarded pursuant to this Request for Proposals. Files
would be available on demand and without notice during normal working hours.
Q.
Severability
Each paragraph and provision of the Contract is severable from the entire agreement and
if any provision is declared invalid the remaining provisions shall nevertheless remain in
effect.
R.
Small, Women-Owned and Minority-Owned (SWAM) Businesses
The County welcomes and encourages the participation of small businesses and
businesses owned by women and minorities in procurement transactions made by the
County. The County actively solicits both small business, women-owned and minority
(SWAM) businesses to respond to all Invitations for Bids and Requests for Proposals.
All solicitations are posted on the County’s Internet site
http://www.henrico.us/purchasing/
S.
Subcontracts
1. No portion of the work shall be subcontracted without prior written consent of the
County. In the event that the Successful Offeror desires to subcontract some part of
the work specified in the Contract, the Successful Offeror shall furnish the County
the names, qualifications, and experience of the proposed subcontractors. The
Successful Offeror shall, however, remain fully liable and responsible for the work to
be done by his/her subcontractor(s) and shall assure compliance with all the
requirements of the Contract.
2. The County encourages the contractor to utilize small, women-owned, and minorityowned business enterprises. For assistance in finding subcontractors, contact the
Supplier Relations Manager (804-501-5689) or the Virginia Department of Small
Business & Supplier Diversity (SBSD) www.sbsd.virginia.gov.
T.
Taxes
1. The Successful Offeror shall pay all county, city, state and federal taxes required by
law and resulting from the work or traceable thereto, under whatever name levied.
Said taxes shall not be in addition to the Contract price between Henrico and the
Successful Offeror, as the taxes shall be solely an obligation of the Successful Offeror
and not of Henrico, and Henrico shall be held harmless for same by the Successful
Offeror.
69
2. Henrico is exempt from the payment of federal excise taxes and the payment of State
Sales and Use Tax on all tangible, personal property for its use or consumption. Tax
exemption certificates will be furnished upon request.
U.
Termination of Contract
1. The County reserves the right to terminate the Contract immediately in the event that
the Successful Offeror discontinues or abandons operations; is adjudged bankrupt, or
is reorganized under any bankruptcy law; or fails to keep in force any required
insurance policies or bonds.
2. Failure of the Successful Offeror to comply with any section or part of the Contract will
be considered grounds for immediate termination of the Contract by the County.
3. Notwithstanding anything to the contrary contained in the Contract between the County
and the Successful Offeror, the County may, without prejudice to any other rights it
may have, terminate the Contract for convenience and without cause, by giving 30
days’ written notice to the Successful Offeror.
4. If the County terminates the Contract, the Successful Offeror will be paid by the County
for all scheduled work completed satisfactorily by the Successful Offeror up to the
termination date.
V.
County License Requirement
If a business is located in Henrico County, it is unlawful to conduct or engage in that
business without obtaining a business license. If your business is located in the County,
include a copy of your current business license with your proposal submission. If your
business is not located in the County, include a copy of your current business license
with your proposal submission.
If you have any questions, contact the Business
Section, Department of Finance, County of Henrico, telephone (804) 501-4310.
W.
Environmental Management
The Successful Offeror shall comply with all applicable federal, state, and local
environmental regulations. The Successful Offeror is required to abide by the County’s
Environmental Policy Statement:
http://www.henrico.us/pdfs/hr/risk/env_policy.pdf which emphasizes environmental
compliance, pollution prevention, continual improvement, and conservation. The
Successful Offeror shall be properly trained and have any necessary certifications to
carry out environmental responsibilities. The Successful Offeror shall immediately
communicate any environmental concerns or incidents to the appropriate County staff.
X.
Safety
1. The Successful Offeror shall comply with and ensure that the Successful Offeror’s
personnel comply with all current applicable local, state and federal policies,
regulations and standards relating to safety and health, including, by way of
illustration and not limitation, the standards of the Virginia Occupational Safety and
Health Administration for the industry.
70
The provisions of all rules and regulations governing safety as adopted by the Safety
and Health Codes Board of the Commonwealth of Virginia and issued by the
Department of Labor and Industry under Title 40.1 of the Code of Virginia shall apply
to all work under the Contract. The Successful Offeror shall provide or cause to be
provided all technical expertise, qualified personnel, equipment, tools and material to
safely accomplish the work specified and performed by the Successful Offeror.
2. Each job site shall have a supervisor who is competent, qualified, or authorized on
the worksite, who is familiar with policies, regulations and standards applicable to
the work being performed. The supervisor must be capable of identifying existing
and predictable hazards in the surroundings or working conditions which are
hazardous or dangerous to employees or the public, and is capable of ensuring that
applicable safety regulations are complied with, and shall have the authority and
responsibility to take prompt corrective measures, which may include removal of the
Successful Offeror’s personnel from the work site.
3. In the event the County determines any operations of the Successful Offeror to be
hazardous, the Successful Offeror shall immediately discontinue such operations
upon receipt of either written or oral notice by the County to discontinue such
practice.
Y.
Authorization to Transact Business in the Commonwealth
1. A contractor organized as a stock or nonstock corporation, limited liability company,
business trust, or limited partnership or registered as a registered limited liability
partnership or other business form shall be authorized to transact business in the
Commonwealth as a domestic or foreign business entity if so required by Title 13.1
or Title 50 of the Code of Virginia or as otherwise required by law.
2. An Offeror organized or authorized to transact business in the Commonwealth
pursuant to Title 13.1 or Title 50 of the Code of Virginia must include in its proposal
the identification number issued to it by the State Corporation Commission.
(Attachment D) Any Offeror that is not required to be authorized to transact
business in the Commonwealth as a foreign business entity under Title 13.1 or Title
50 of the Code of Virginia or as otherwise required by law shall include in its
proposal a statement describing why the Offeror is not required to be so authorized.
3. An Offeror described in subsection 2 that fails to provide the required information
shall not receive an award unless a waiver is granted by the Purchasing Director, his
designee, or the County Manager.
4. Any falsification or misrepresentation contained in the statement submitted by the
Offeror pursuant to Title 13.1 or Title 50 of the Code of Virginia may be cause for
debarment.
5. Any business entity described in subsection 1 that enters into a contract with a
public body shall not allow its existence to lapse or allow its certificate of authority or
registration to transact business in the Commonwealth if so required by Title 13.1 or
Title 50 of the Code of Virginia to be revoked or cancelled at any time during the
term of the contract.
71
Z.
Payment Clauses Required by Va. Code § 2.2-4354
Pursuant to Virginia Code § 2.2-4354:
1. The Successful Offeror shall take one of the two following actions within seven days
after receipt of amounts paid to the Successful Offeror by the County for all or
portions of the goods and/or services provided by a subcontractor: (a) pay the
subcontractor for the proportionate share of the total payment received from the
County attributable to the work performed by the subcontractor under that contract;
or (b) notify the County and subcontractor, in writing, of the Successful Offeror’s
intention to withhold all or a part of the subcontractor's payment with the reason for
nonpayment.
2. Pursuant to Virginia Code § 2.2-4354, the Successful Offeror that is a proprietor,
partnership, or corporation shall provide its federal employer identification number to
the County. Pursuant to Virginia Code § 2.2-4354, the Successful Offeror who is an
individual contractor shall provide his/her social security numbers to the County.
3. The Successful Offeror shall pay interest to its subcontractors on all amounts owed
by the Successful Offeror that remain unpaid after seven days following receipt by
the Successful Offeror of payment from the County for all or portions of goods and/or
services performed by the subcontractors, except for amounts withheld as allowed in
Subparagraph 1. above.
4. Pursuant to Virginia Code § 2.2-4354, unless otherwise provided under the terms of
the Contract interest shall accrue at the rate of one percent per month.
5. The Successful Offeror shall include in each of its subcontracts a provision requiring
each subcontractor to include or otherwise be subject to the same payment and
interest requirements with respect to each lower-tier subcontractor.
6. The Successful Offeror's obligation to pay an interest charge to a subcontractor
pursuant to the payment clause in Virginia Code § 2.2-4354 shall not be construed
to be an obligation of the County. A Contract modification shall not be made for the
purpose of providing reimbursement for the interest charge. A cost reimbursement
claim shall not include any amount for reimbursement for the interest charge.
AA.
Contact with Students
Offerors shall certify that any of their employees who will provide services under the
Contract resulting from this procurement and will be in direct contact with Henrico
County Public School students: (1) has not been convicted of a felony or any offense
involving the sexual molestation or physical or sexual abuse or rape of a child; and (2)
such person has not been convicted of a crime of moral turpitude. Offerors shall cause
any of their subcontractors to provide the same certification described herein with
regard to the subcontractors’ employees.
Henrico County cannot award a contract to an Offeror that does not complete the
Attachment E as part of their proposal/submission.
72
BB.
Conduct
1.
Fraternization between supplier and teachers or students is strictly prohibited.
2.
Use, consumption, and/or possession of any controlled substance, substances
considered to be illegal, and alcohol are strictly prohibited on school grounds.
3.
Cigarette smoking is prohibited on school grounds.
4.
Use of vulgar, suggestive or abusive language or gestures is strictly prohibited on
school grounds.
5. Use of radios/stereos or other noise producing equipment shall not be used. No
weapons of any kind are allowed on school grounds.
CC.
TOBACCO-FREE REQUIREMENT
County Public Schools (“HCPS”) has a tobacco-free policy on school property.
Therefore, the use or display of tobacco products by the Contractor, its suppliers and/or
subcontractors on school property is strictly prohibited at all times, including days and/or
hours when school is not in session. This includes, but is not limited to, outdoor areas
of school properties and personal or business vehicles present on school property.
“Tobacco products” include any lit or unlit cigarette (including candy cigarettes), cigar,
pipe, smokeless tobacco, dip, chew, and snuff in any form. This includes electronic
cigarettes, cigarette packages, smokeless tobacco containers, lighters, and any other
items containing or reasonably resembling tobacco, tobacco product images and
tobacco company logos, such as key chains, t-shirts, ash trays, and coffee mugs.
“School property” includes land, buildings, facilities, and vehicles owned or rented by
HCPS. School property includes parking lots, playgrounds and recreational areas.
DD.
Virginia Contractor’s License Class A.
The Successful Offeror’s Contractor must be a registered contractor in the
Commonwealth of Virginia in accordance with Title 54.1, Chapter 11 of the Code of
Virginia, as amended, at the time of bid submission, and shall possess a Virginia
Contractor’s License Class A – BLD (Building Contractor). The Contractor shall have
completed projects of comparable nature, size, complexity and construction cost. The
Successful Offeror should submit with their proposal submission a completed AIA
Document A305, Contractor’s Qualifications Statement, which shall document how the
applicable projects meet or exceeds the size, complexity, and nature of this project; and
includes details of the management staff and self-performed activities associated with
the referenced projects. Only those projects which the Successful Offeror’s Contractor
performed the work as the General Contractor should be included in the AIA Document
A305. (Attachment N)
IX. PROPOSAL SUBMISSION REQUIREMENTS:
A.
The Purchasing Division will not accept oral proposals, nor proposals received by
telephone, FAX machine, or other electronic means.
73
B.
All erasures, interpolations, and other changes in the proposal shall be signed or
initialed by the Offeror.
C.
The Proposal Signature Sheet (Attachment B) must accompany any proposal(s)
submitted and be signed by an authorized representative of the Offeror. If the Offeror is
a firm or corporation, the Offeror must print the name and title of the individual executing
the proposal. All information requested should be submitted. Failure to submit all
information requested may result in the Purchasing Division office requiring prompt
submission of missing information and/or giving a lowered evaluation of the proposal.
D.
The proposal, the proposal security, if any, and any other documents required, shall be
enclosed in a sealed opaque envelope. The envelope containing the proposal shall be
sealed and marked in the lower left-hand corner with the number, title, hour, and due
date of the proposal.
E.
The time proposals are received shall be determined by the time clock stamp in the
Purchasing Division office. Offerors are responsible for insuring that their proposals are
stamped by the Purchasing Division personnel by the deadline indicated.
F.
By submitting a proposal in response to this Request for Proposal, the Offeror
represents it has read and understand the Scope of Services and has familiarized itself
with all federal, state, and local laws, ordinances, and rules and regulations that in any
manner may affect the cost, progress, or performance of the Contract work.
G.
The failure or omission of any Offeror to receive or examine any form, instrument,
addendum, or other documents or to acquaint itself with conditions existing at the site,
shall in no way relieve any Offeror from any obligations with respect to its proposal or to
the Contract.
H.
Trade secrets or proprietary information submitted by an Offeror in response to
this Request for Proposal shall not be subject to public disclosure under the
Virginia Freedom of Information Act; however, the Offeror must invoke the
protection of this section prior to or upon submission of data or materials, and
must identify the data or other materials to be protected and state the reasons
why protection is necessary (Va. Code § 2.2-4342.F). (Attachment F)
I.
A proposal may be modified or withdrawn by the Offeror any time prior to the time and
date set for the receipt of proposals. The Offeror shall notify the Purchasing Division
office in writing of its intentions.
1.
If a change in the proposal is requested, the modification must be so worded by
the Offeror as to not reveal the original amount of the proposal.
2.
Modified and withdrawn proposals may be resubmitted to the Purchasing
Division office up to the time and date set for the receipt of proposals.
3.
No proposal can be withdrawn after the time set for the receipt of proposals and
for one-hundred twenty (120) days thereafter.
74
X.
J.
The County welcomes comments regarding how the proposal documents, scope of
services, or drawings may be improved. Offerors requesting clarification, interpretation
of, or improvements to the proposal general terms, conditions, scope of services or
drawings shall make a written request which shall reach the Purchasing Division
office, Division of Finance, NO LATER THAN December 15, 2015. Any changes to
the proposal shall be in the form of a written addendum issued by the Purchasing
Division and it shall be signed by the Purchasing Director or a duly authorized
representative. Each Offeror is responsible for determining that it has received all
addenda issued by the Purchasing Division before submitting a proposal.
K.
All proposals received in the Purchasing Division office on time shall be accepted. All
late proposals received by the Purchasing Division office shall be returned to the Offeror
unopened. Proposals shall be open to public inspection only after award of the
Contract.
PROPOSAL RESPONSE FORMAT:
A.
Offerors shall submit a written proposal that presents the Offeror’s qualifications
and understanding of the work to be performed. Offerors are asked to address
each evaluation criterion and to be specific in presenting their qualifications.
Your proposal should provide all the information considered pertinent to your
qualifications for this project.
B.
The Offeror should include in their proposal as a minimum the following:
1.
Table of Contents – NUMBER ALL PAGES OF RESPONSE.
detailed INDEX of the proposal document for easy referencing
Provide a
2. Introduction - include the following items in this section of the response:
a.
Cover letter outlining the Offeror’s history and experience in providing
computer hardware, software and services to public school systems as
required for this solicitation.
b.
Proposal Signature Sheet – Attachment B
c.
Resumes for Key Staff – Attachment C
d.
Vendor Reference Sheet – Attachment D
e.
Direct Contact with Students - Attachment E
f.
Proprietary/Confidential Information Identification - Attachment F
g.
Henrico County Public Schools Elementary Schools and Technology
Department Location Addresses – Attachment G
h.
Data Cabling Approximations of Required Materials- Attachment H
i.
Pricing Summary Sheet – Attachment I
75
4.
j.
Pricing Detail Sheet – Attachment J
k.
Virginia State Corporation Commission Identification Number –
Attachment K
l.
AIA 305 Contractors Qualification Statement – Attachment
Executive Summary to include at a minimum the following:
3.
Response to Scope of Work –The Offeror should address each section of
the Scope of Work section of this document indicating compliance with or
acceptance of the requirement and any additional explanation of their
response. The Offeror shall identify any exceptions, referenced to the
paragraph number, in a sub section titled “Exceptions”.
b.
Company Profile - Offerors are to present a Company profile that shows
the ability, capacity and skill of the Offeror, their staff, and their employees
to perform the services required within the specified time. Please include
resumes of all key staff assigned to the project.
c.
References - provide a minimum of three (3) references on Attachment
D, who could attest to the Offeror’s past performance to provide services
similar to those required for the contract. The list should include contact
persons and telephone numbers. Offerors may not use Henrico County
as one of their references.
d.
Implementation Plan – Provide a projected schedule for performing key
phases of the projects, including estimated time frames, if applicable.
e.
Provide copies of any services contracts to be executed in final
agreement.
Provide copies of all lease/purchase documents in this
section.
f.
Provide copies of warranty agreements.
g.
Identify any software licensing required by HCPS and provide samples of
software licensing agreements.
h.
Provide a sample of a test and acceptance plan describing the typical test
procedures and acceptance criteria based on the system being proposed.
i.
State that the firm, if selected, will be available for oral presentations and
negotiations.
j.
Provide a statement regarding the firm’s independence with respect to the
County of Henrico and the firm’s approach to and conduct during this
project.
k.
Provide detailed information on training calendars, syllabus and resumes
of instructors who will provide the training.
Provide a copy of the Offeror’s latest audited financial statements.
76
N.
5.
Pricing:
a.
Offerors will provide an annual payment option for a Six-year
lease/purchase agreement. (Attachment I Summary and Attachment J
Detailed) Pricing should include as a minimum, the cost for the lease
purchase agreement, all hardware, software, implementation costs,
training, warranty/repair(s), project management, inventory system,
required support services and any other optional services requested by
the county.
b.
Additional options to include in the response may be:
Other value added options recommended by the Offeror but not specified
in the RFP
6.
XI.
Appendix– Offerors may submit additional information materials that will clarify
their response. Also, Offerors are encouraged to provide information regarding
partnering opportunities that, upon approval by the Purchasing Office, may be
offered to each school at no additional cost.
PROPOSAL EVALUATION/SELECTION PROCESS:
A.
Offerors are to make written proposals, which present the Offeror's qualifications and
understanding of the work to be performed. Offerors are asked to address each
evaluation criteria and to be specific in presenting their qualifications. Proposals should
be as thorough and detailed as possible so that the County may properly evaluate your
capabilities to provide the required goods/services. The following criteria are to be
utilized in the evaluation of qualifications for the development of the shortlist of those
Offerors to be considered for negotiations. Individual criteria may be assigned varying
weights at the County’s discretion to reflect relative importance. Offerors are required to
address each evaluation criterion in the order listed and to be specific in presenting their
qualifications.
77
B. Selection of the Successful Offeror will be based upon submission of proposals meeting the
selection criteria. The minimum selection criteria will include:
EVALUATION CRITERIA
Functional Requirements
 Extent to which the proposed hardware and software meet
the RFP’s functional requirements
 Compliance with the RFP’s technical requirements
 Extent of modifications required to meet requirements
Implementation Services
 Project Approach
 Project Plan and Schedule
 Project Management
 Project Team
 Integration
 Training
 System Acceptance
 Current Workload and ability to complete required work within
HCPS schedule
 Inventory control
Experience and Qualifications of Firm
 Installations (number and size) in k-12 environment or similar
environment.
 Financial Stability of Firm
 References
Experience and Qualifications of Proposed Staff
 Resumes of proposed staff
 Team organization and amount of experience as a team
Lease Price
 Base hardware costs
 Lease payment
 Buyout option
 Time and Materials hourly rate schedule
 Lease interest costs
Quality of proposal submission/oral presentations
TOTAL
C.
WEIGHT
30
20
15
10
20
5
100
Selection will be made of two or more Offerors deemed to be fully qualified and best
suited among those submitting proposals. Negotiations shall then be conducted with
each of the Offerors so selected. Price shall be considered, but need not be the sole
determining factor. After negotiations have been conducted with each Offeror so
selected, the County shall select the Offeror that, in its opinion, has made the best
proposal, and shall award the contract to that Offeror. Should the County determine in
writing and in its sole discretion that only one Offeror is fully qualified or that one Offeror
is clearly more highly qualified than the others under consideration, a contract may be
negotiated and awarded to that Offeror. The award document will be a contract
incorporating by reference all the requirements, terms and conditions of the solicitation
and the Offeror's proposal as negotiated.
78
ATTACHMENT A
INSURANCE SPECIFICATIONS
The Successful Offeror shall carry Public Liability Insurance in the amount specified below, including
contractual liability assumed by the Successful Vendor, and shall deliver a Certificate of Insurance from carriers
licensed to do business in the Commonwealth of Virginia. The Certificate shall show the County of Henrico and
Henrico County Public Schools named as an additional insured for the Commercial General Liability coverage.
The coverage shall be provided by a carrier(s) rated not less than “A-“ with a financial rating of at least VII by
A.M. Bests or a rating acceptable to the County. In addition, the insurer shall agree to give the County 30 days
notice of its decision to cancel coverage.
Workers’ Compensation
Statutory Virginia Limits
Employers’ Liability Insurance -
$100,000 for each Accident by employee
$100,000 for each Disease by employee
$500,000 policy limit by Disease
Commercial General Liability - Combined Single Limit
$1,000,000 each occurrence including contractual liability for specified agreement
$2,000,000 General Aggregate (other than Products/Completed Operations)
$2,000,000 General Liability-Products/Completed Operations
$1,000,000 Personal and Advertising injury
$ 100,000 Fire Damage Legal Liability
Coverage must include Broad Form property damage and (XCU) Explosion, Collapse and Underground
Coverage, unless given the scope of the work this requirement is waived by Risk Management.
Business Automobile Liability – including owned, non-owned and hired car coverage
Combined Single Limit - $1,000,000 each accident
NOTE 1:
The commercial general liability insurance shall include contractual liability. The contract documents
include an indemnification provision(s). The County makes no representation or warranty as to how the
Vendor’s insurance coverage responds or does not respond. Insurance coverages that are unresponsive
to the indemnification provision(s) do not limit the Vendor’s responsibilities outlined in the contract
documents.
NOTE 2:
The intent of this insurance specification is to provide the coverage required and the limits expected for
each type of coverage. With regard to the Business Automobile Liability and Commercial General
Liability, the total amount of coverage can be accomplished through any combination of primary and
excess/umbrella insurance. However, the total insurance protection provided for Commercial General
Liability or for Business Automobile Liability, either individually or in combination with Excess/Umbrella
Liability, must total $3,000,000 per occurrence. This insurance shall apply as primary and noncontributory with respect to any other insurance or self-insurance programs afforded the County of
Henrico and Henrico County Public Schools. This policy shall be endorsed to be primary with respect to
the additional insured.
NOTE 3:
Title 65.2 of the Code of Virginia requires every employer who regularly employs three or more full-time or
part-time employees to purchase and maintain workers' compensation insurance. If you do not purchase
a workers’ compensation policy, a signed statement is required documenting that you are in compliance
with Title 65.2 of the Code of Virginia.
79
Attachment B
PROPOSAL SIGNATURE SHEET
Page 1 of 2
SUBMIT THIS FORM WITH PROPOSAL
My signature certifies that the proposal as submitted complies with all requirements specified in this Request
for Proposal (“RFP”).
My signature also certifies that by submitting a proposal in response to this RFP, the Offeror represents that in
the preparation and submission of this proposal, the Offeror did not, either directly or indirectly, enter into any
combination or arrangement with any person or business entity, or enter into any agreement, participate in any
collusion, or otherwise take any action in the restraining of free, competitive bidding in violation of the Sherman
Act (15 U.S.C. Section 1) or Sections 59.1-9.1 through 59.1-9.17 or Sections 59.1-68.6 through 59.1-68.8 of
the Code of Virginia.
I hereby certify that I am authorized to sign as a legal representative for the business entity submitting this
proposal.
LEGAL NAME OF OFFEROR (DO NOT USE TRADE NAME):
ADDRESS:
ERATE SPIN#:
SIGNATURE:
NAME OF PERSON SIGNING (print):
TITLE:
TELEPHONE:
FAX:
E-MAIL ADDRESS:
DATE:
PLEASE SPECIFY YOUR BUSINESS CATEGORY BY CHECKING THE APPROPRIATE BOX OR BOXES BELOW.
Please refer to definitions on Page 2 prior to completing. Check all that apply.
MINORITY-OWNED BUSINESS
SMALL BUSINESS
WOMEN-OWNED BUSINESS
NONE OF THE ABOVE
If certified by the Virginia Minority Business Enterprise (DMBE), provide DMBE certification number
and expiration date. ____________________ NUMBER __________________ DATE
SUPPLIER REGISTRATION – The County of Henrico encourages all suppliers interested in doing business with the County to
register with eVA, the Commonwealth of Virginia’s electronic procurement portal, http://eva.virginia.gov.
eVA Registered?
YES
NO
80
ATTACHMENT B
PAGE 2 OF 2
DEFINITIONS
For the purpose of determining the appropriate business category, the following definitions apply:
“Minority-owned business” means a business that is at least 51% owned by one or more minority
individuals who are U.S. citizens or legal resident aliens, or in the case of a corporation, partnership, or limited
liability company or other entity, at least 51% of the equity ownership interest in the corporation, partnership, or
limited liability company or other entity is owned by one or more minority individuals who are U.S. citizens or
legal resident aliens and both the management and daily business operations are controlled by one or more
minority individuals.
As used in the definition of “minority-owned business,” “minority individual” means an
individual who is a citizen of the United States or a legal resident alien and who satisfies one or
more of the following definitions:
1. “African American” means a person having origins in any of the original peoples of Africa
and who is regarded as such by the community of which this person claims to be a part.
2. “Asian American” means a person having origins in any of the original peoples of the Far
East, Southeast Asia, the Indian subcontinent, or the Pacific Islands, including but not limited to
Japan, China, Vietnam, Samoa, Laos, Cambodia, Taiwan, Northern Mariana, the Philippines, a
U.S. territory of the Pacific, India, Pakistan, Bangladesh, or Sri Lanka and who is regarded as
such by the community of which this person claims to be a part.
3. “Hispanic American” means a person having origins in any of the Spanish-speaking
peoples of Mexico, South or Central America, or the Caribbean Islands or other Spanish or
Portuguese cultures and who is regarded as such by the community of which this person claims
to be a part.
4. “Native American” means a person having origins in any of the original peoples of North
America and who is regarded as such by the community of which this person claims to be a part
or who is recognized by a tribal organization.
“Small business” means a business, independently owned and controlled by one or more individuals who
are U.S. citizens or legal resident aliens, and together with affiliates, has 250 or fewer employees, or annual
gross receipts of $10 million or less averaged over the previous three years. One or more of the individual
owners shall control both the management and daily business operations of the small business.
“Women-owned business” means a business that is at least 51% owned by one or more women who are
U.S. citizens or legal resident aliens, or in the case of a corporation, partnership, or limited liability company or
other entity, at least 51% of the equity ownership interest is owned by one or more women who are U.S.
citizens or legal resident aliens, and both the management and daily business operations are controlled by one
or more women.
81
Attachment C
Resumes for Key Staff
Responding vendor must provide resumes and relative work history for key staff proposed for
this project. A reporting diagram must be in included in your response. This includes but is
not limited to the following positions.
Project Manager:
Project Manager
Name
# Years Project Management
Experience
Briefly describe 3 projects of
comparable size, type
(integration of multiple vendor’s
software, support services, etc.)
complexity, where served as a
PM
Approximate begin and end
dates of each project
Vendor Name:
Approximate project cost
Describe knowledge and
experience related to K12
technology implementations
Education/Training/Certifications
References
Define the time devoted to the
referenced projects
Define role and responsibility
related to the referenced
projects
Define the projected time this
individual will be devoted to this
project
Define the role and
responsibility for this individual
as it would relate to this project
82
Attachment C
Resumes for Key Staff
Please copy as many times as necessary.
Consulting Engineering Staff
Consulting Engineering Staff
Name
# Years Training Experience
Vendor Name:
Briefly describe 3 projects of
comparable size, type
(integration of multiple vendor’s
software, support services, etc.)
complexity that demonstrate
successful experience.
Approximate begin and end
dates of each project
Describe knowledge and
experience related to K12
technology implementations
Education/Training/Certifications
References
Define the time devoted to the
referenced projects
Define role and responsibility
related to the referenced
projects
Define the projected time this
individual will be devoted to this
project
Define the role and
responsibility for this individual
as it would relate to this project
83
Attachment C
Resumes for Key Staff
Please copy as many times as necessary.
Training Staff
Training Staff
Name
# Years Consulting Engineer
experience
Vendor Name:
Briefly describe 3 projects of
comparable size, type
(integration of multiple vendor’s
software, support services, etc.)
complexity, where served as
team leader.
Approximate begin and end
dates of each project
Approximate Project Cost
Describe knowledge and
experience related to K12
technology implementations
Education/Training/Certifications
References
Define the time devoted to the
referenced projects
Define role and responsibility
related to the referenced
projects
Define the projected time this
individual will be devoted to this
project
Define the role and
responsibility for this individual
as it would relate to this project
84
Attachment C
Other Key Staff
Other Key Staff
Name
# Years Experience
Briefly describe 3 projects of
comparable size, type
(integration of multiple vendor’s
software, support services, etc.)
complexity that demonstrates
successful experience.
Vendor Name:
Approximate begin and end
dates of each project
Approximate Project Cost
Describe knowledge and
experience related to K12
technology implementations
Education/Training/Certifications
References
Define the time devoted to the
referenced projects
Define role and responsibility
related to the referenced
projects
Define the projected time this
individual will be devoted to this
project
Define the role and
responsibility for this individual
as it would relate to this project
85
ATTACHMENT D
RFP #15-1096-12CS
Vendor Reference Sheet
Offerors shall provide a minimum of three (3) references that will be contacted by HCPS. References shall be
of customers for whom you have provided similar services within the last three years. For each customer
listed, provide the customer name and address, contact name, title and telephone number and a brief
description of the services your company provided. References from school systems are preferred.
1.
School System Name: _________________________________________
Address: ____________________________________________________
City, State, Zip: ______________________________________________
Contact Person/Title:___________________________________________
Telephone Number: ___________________________________________
Description of services provided: ________________________________
___________________________________________________________
2.
School System Name: _________________________________________
Address: ____________________________________________________
City, State, Zip: ______________________________________________
Contact Person/Title:___________________________________________
Telephone Number: ___________________________________________
Description of services provided:
_________________________________________________________
_________________________________________________________
86
ATTACHMENT D
RFP #15-1096-12CS
Vendor Reference Sheet
3.
School System Name: _________________________________________
Address: ____________________________________________________
City, State, Zip: ______________________________________________
Contact Person/Title:___________________________________________
Telephone Number: ___________________________________________
Description of services provided:
___________________________________________________________
____________________________________________________________
4.
School System Name: _________________________________________
Address: ____________________________________________________
City, State, Zip: ______________________________________________
Contact Person/Title:___________________________________________
Telephone Number: ___________________________________________
Description of services provided:
____________________________________________________________
________________________________________________________________
87
ATTACHMENT E
RFP #15-1096-12CS
DIRECT CONTACT WITH STUDENTS
PROPOSAL RESPONSE ATTACHMENT
Name of Offeror: ________________________________
Pursuant to the § 22.1-296.1 of the Code of Virginia, prior to awarding a contract for the provision of
services that require the successful Offeror, his employees (or subcontractors) to have direct
contact with students, the school board shall require the successful Offeror and, when relevant, any
employee who will have direct contact with students, to provide certification that (i) he has not been
convicted of a felony or any offense involving the sexual molestation or physical or sexual abuse or
rape of a child; and (ii) whether he has been convicted of a crime of moral turpitude.
Any person making a materially false statement regarding any such offense shall be guilty of a Class
1 misdemeanor and, upon conviction, the fact of such conviction shall be grounds for the revocation
of the contract to provide such services and, when relevant, the revocation of any license required to
provide such services.
For the purposes of this subsection, direct contact with students means being in the presence of
students during regular school hours or during school-sponsored activities.
As part of this submission, I certify that the employees of, or successful Offerors to, the above
mentioned successful Offeror that will be providing services to the School Division under the
resulting contract (i) will have not been convicted of a felony or any offense involving the
sexual molestation or physical or sexual abuse or rape of a child; and/or (ii) have not been
convicted of a crime of moral turpitude. Furthermore, I understand that the duty to certify is
ongoing and extends to future employees and employees of successful Offerors for the
duration of the contract.
Signature of Authorized Representative
Printed Name of Authorized Representative
Printed Name of Vendor (if different than Representative)
Date
88
ATTACHMENT F
RFP #15-1096-12CS
PROPRIETARY/CONFIDENTIAL INFORMATION IDENTIFICATION
NAME OF FIRM/OFFEROR: ______________________________
Trade secrets or proprietary information submitted by an Offeror shall not be subject to public disclosure under
the Virginia Freedom of Information Act; however, the Offeror must invoke the protections of §2.2-4342F of the
Code of Virginia, in writing, either before or at the time the data or other material is submitted. The written
notice must specifically identify the data or materials to be protected including the section of the proposal in
which it is contained and the page numbers, and states the reasons why protection is necessary. The
proprietary or trade secret material submitted must be identified by some distinct method such as highlighting
or underlining and must indicate only the specific words, figures, or paragraphs that constitute trade secret or
proprietary information. In addition, a summary of proprietary information submitted shall be submitted on this
form. The classification of an entire proposal document, line item prices, and/or total proposal prices as
proprietary or trade secrets is not acceptable. If, after being given reasonable time, the Offeror refuses to
withdraw such a classification designation, the proposal will be rejected.
SECTION/TITLE
PAGE
NUMBER(S)
REASON(S) FOR WITHHOLDING FROM
DISCLOSURE
89
ATTACHMENT G
Henrico County Public Schools
Elementary Schools and Technology Department Location Addresses
SCHOOL
ADDRESS
Adams Elementary
600 S. Laburnum Ave., Henrico, 23223
Available for Access
June 16 through August 14 – Hours listed below
Arthur Ashe Elementary
1001 Cedar Fork Rd., Henrico, 23223
June 16 through August 14 – Hours listed below
Baker Elementary
6651 Willson Rd., Henrico, 23231
June 16 through August 14 – Hours listed below
Carver Elementary
1801 Lauderdale Dr., Henrico, 23238
June 16 through August 14 – Hours listed below
Chamberlayne Elementary
8200 St. Charles Rd., Henrico, 23227
June 16 through August 14 – Hours listed below
Crestview Elementary
1901 Charles St., Henrico, 23226
June 16 through August 14 – Hours listed below
Davis Elementary
8801 Nesslewood Dr., Henrico, 23229
June 16 through August 14 – Hours listed below
Donahoe Elementary
1801 Graves Rd., Sandston, 23150
June 16 through August 14 – Hours listed below
Dumbarton Elementary
9000 Hungary Spring Rd., Henrico, 23228
June 16 through August 14 – Hours listed below
Gayton Elementary
12481 Church Rd., Henrico, 23233
June 16 through August 14 – Hours listed below
Glen Allen Elementary
11101 Mill Rd., Glen Allen, 23060
June 16 through August 14 – Hours listed below
Glen Lea Elementary
3909 Austin Ave., Henrico, 23222
June 16 through August 14 – Hours listed below
Highland Springs Elementary
600 Pleasant St., Highland Springs, 23075
June 16 through August 14 – Hours listed below
Hollady Elementary
7300 Galaxie Rd., Henrico, 23228
June 16 through August 14 – Hours listed below
Laburnum Elementary
500 Meriwether Ave., Henrico, 23222
June 16 through August 14 – Hours listed below
Longdale Elementary
9500 Norfolk St., Glen Allen, 23060
June 16 through August 14 – Hours listed below
Mehfoud Elementary
8320 Buffin Rd., Henrico, 23231
June 16 through August 14 – Hours listed below
Montrose Elementary
2820 Williamsburg Rd., Henrico, 23231
June 16 through August 14 – Hours listed below
Pinchbeck Elementary
1275 Gaskins Rd., Henrico, 23238
June 16 through August 14 – Hours listed below
Ratcliff Elementary
2901 Thalen St., Henrico, 23223
June 16 through August 14 – Hours listed below
Ridge Elementary
8910 Three Chopt Rd., Henrico, 23229
June 16 through August 14 – Hours listed below
Sandston Elementary
7 Naglee Ave., Sandston, 23150
June 16 through August 14 – Hours listed below
Seven Pines Elementary
301 Beulah Rd., Sandston, 23150
June 16 through August 14 – Hours listed below
Shady Grove Elementary
12200 Wyndham Lake Dr., Glen Allen, 23059
June 16 through August 14 – Hours listed below
Short Pump Elementary
3425 Pump Rd., Henrico, 23233
June 16 through August 14 – Hours listed below
Springfield Park
4301 Fort McHenry Pkwy., Glen Allen, 23060
June 16 through August 14 – Hours listed below
Skipwith Elementary
2401 Skipwith Rd., Henrico, 23294
June 16 through August 14 – Hours listed below
90
Three Chopt Elementary
1600 Skipwith Rd., Henrico, 23229
June 16 through August 14 – Hours listed below
Trevvett Elementary
2300 Trevvett Dr., Henrico, 23228
June 16 through August 14 – Hours listed below
Tuckahoe Elementary
701 Forest Ave., Henrico, 23229
June 16 through August 14 – Hours listed below
Nuckols Farm Elementary
12351 Graham Meadows Dr.,Henrico, 23233
June 16 through August 14 – Hours listed below
Echo Lake Elementary
5200 Francistown Rd., Glen Allen, 23060
June 16 through August 14 – Hours listed below
Twin Hickory Elementary
4900 Twin Hickory Lake Dr., Glen Allen, 23059
June 16 through August 14 – Hours listed below
Rivers Edge Elementary
11600 Holman Ridge Rd., Glen Allen, 23059
June 16 through August 14 – Hours listed below
Greenwood Elementary
10960 Greenwood Rd., Glen Allen, 23059
June 16 through August 14 – Hours listed below
Colonial Trail Elementary
12101 Bacova Dr., Glen Allen, 23059
June 16 through August 14 – Hours listed below
Harvie Elementary
3401 Harvie Rd, Henrico, 23223
June 16 through August 14 – Hours listed below
Kaechele Elementary
5680 Pouncey Tract Rd., Glen Allen, 23059
June 16 through August 14 – Hours listed below
Longan Elementary
9200 Mapleview Ave, Henrico, VA 23294
June 16 through August 14 – Hours listed below
Fair Oaks Elementary
201 Jennings Road, Highland Springs, VA
June 16 through August 14 – Hours listed below
Ward Elementary
3400 Darbytown Rd, Richmond, VA 23231
June 16 through August 14 – Hours listed below
Charles M. Johnson Elementary
5600 Bethlehem Rd, Henrico, 23230
June 16 through August 14 – Hours listed below
Lakeside Elementary
6700 Cedar Croft St., Henrico, 23228
June 16 through August 14 – Hours listed below
Maybeury Elementary
901 Maybeury Dr., Henrico, 23229
June 16 through August 14 – Hours listed below
Pemberton Elementary
1400 Pemberton Rd., Henrico, 23238
June 16 through August 14 – Hours listed below
Varina Elementary
2551 New Market Rd., Henrico, 23231
June 16 through August 14 – Hours listed below
Trampton\Data Center
555 Trampton Rd, Sandston, VA 23150, Suite A
Any time during posted working hours
Trampton\Warehouse
671 Trampton Rd, Sandston, VA 23150, Suite F
Any time during posted working hours
HCPS normal working hours are 8:00 a.m. – 4:30 a.m. Monday through Friday. HCPS summer working hours will run June 20 thAugust 12th from 7:00 a.m. - 5:30 p.m. Monday through Thursday and closed on Fridays. Selected Offeror may be required to work
after normal working hours.
Note: Elementary School site access schedules will be subject to modification based on which schools are selected for summer school
instruction.
91
ATTACHMENT H
Data Cabling
Approximations of Required Materials
School
Type
of
School
Instructional
Spaces
Auditorium
Library
MPR\Gym
Cafeteria
Drops
Needed
24 Port
PP
Needed
Raceway\Conduit
Needed
Ashe
Baker
Traditional
Traditional
26
24
0
0
2
2
2
2
2
2
32
30
5
5
No
Yes, MPR&
Cafeteria
N/A
Metal Conduit
for Transition of
Drop Ceilings
Carver
Chamberlayne
Traditional
Campus
19
17
0
0
2
2
2
2
2
2
25
23
5
5
Yes, Cafeteria
Yes, All Locations
except for the
Admin Building.
Metal Conduit
Metal Conduit
Crestview
Davis
Traditional
Campus
21
20
0
0
2
2
2
2
2
2
27
26
7
6
Metal Conduit
Metal Conduit
Gayton
Glen Allen
Holladay
Longan
Traditional
Traditional
Traditional
Campus
22
27
18
17
0
0
0
0
2
2
2
2
2
2
2
2
2
2
2
2
28
33
24
23
6
6
5
7
Longdale
Maybeury
Mehfoud
Montrose
Rivers Edge
Traditional
Campus
Traditional
Traditional
Traditional
29
25
18
28
31
0
0
2
0
0
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
35
31
26
34
37
6
8
3
5
4
Ridge
Short Pump
Traditional
Traditional
21
25
2
0
2
2
2
2
2
2
29
31
4
6
Skipwith
Traditional
20
0
2
2
2
26
6
Three Chopt
Trevvett
Traditional
Traditional
13
19
0
0
2
2
2
2
2
2
19
25
4
4
Yes, MPR
Yes, Cafeteria,
MPR &
Classrooms
Yes, MPR
Yes, MPR
Yes, Cafeteria
Yes, MPR &
Cafeteria
Yes, MPR
Yes, MPR
No
No
Yes, MPR &
Cafeteria
Yes, Auditorium
Yes, MPR,
Library &
Cafeteria
Yes, MPR &
Cafeteria
Yes, Cafeteria
Yes, MPR
92
Type of
Raceway\
Conduit
Metal Conduit
Metal Conduit
Metal Conduit
Metal Conduit
Metal Conduit
Metal Conduit
N/A
N/A
Metal Conduit
Metal Conduit
Metal Conduit
Metal Conduit
Metal Conduit
Metal Conduit
Varina
Nuckols Farm
Adams
Donahoe
Dumbarton
FairOaks
Glen Lea
Traditional
Traditional
Traditional
Traditional
Traditional
Traditional
Traditional
24
26
N\A
N\A
N\A
N\A
N\A
2
0
0
0
0
0
2
0
2
0
0
2
2
0
2
2
2
2
2
2
2
2
2
2
2
2
2
0
30
32
4
4
6
6
4
4
4
1
2
2
2
1
Highland
Springs
Johnson
Traditional
N\A
0
0
2
2
4
2
Campus
N\A
0
0
2
2
4
2
Laburnum
Lakeside
Pemberton
Pinchbeck
Ratcliffe
Seven Pines
Traditional
Traditional
Traditional
Campus
Traditional
Campus
N\A
N\A
N\A
N\A
N\A
N\A
0
2
2
0
0
0
2
0
2
2
2
2
2
2
2
2
2
2
2
0
0
0
2
2
6
4
6
4
6
6
1
2
1
0
2
3
Shady Grove
Springfield
Park
Tuckahoe
Traditional
Traditional
N\A
N\A
0
0
0
0
2
2
0
0
2
2
1
1
Traditional
N\A
2
2
2
2
8
1
Ward
Echo Lake
Traditional
Traditional
N\A
N\A
0
0
2
0
2
2
2
2
6
4
2
1
Twin Hickory
Greenwood
Colonial Trail
Harvie
Traditional
Traditional
Traditional
Traditional
N\A
N\A
N\A
N\A
0
0
0
0
2
2
2
2
2
2
0
2
2
2
2
2
6
6
4
6
2
2
0
0
93
Yes, Auditorium
No
No
No
Yes, Cafeteria
Yes, MPR
Yes, MPR &
Auditorium
No
Metal Conduit
N/A
N/A
N/A
Metal Conduit
Metal Conduit
Metal Conduit
Yes, MPR &
Cafeteria
No
Yes
No
Yes, MPR
Yes, MPR
Yes, MPR &
Cafeteria
No
No
Metal Conduit
Yes, MPR &
Cafeteria
No
Yes, MPR&
Cafeteria
Yes, MPR
No
No
Yes, MPR
Metal Conduit
N/A
N/A
Panduit
N/A
Metal Conduit
Metal Conduit
Metal Conduit
N/A
N/A
N/A
Metal Conduit
Metal Conduit
N/A
N/A
Metal Conduit
Attachment I and Attachment J
EXCEL spreadsheets will be separate document
94
ATTACHMENT K
VIRGINIA STATE CORPORATION COMMISSION (SCC)
REGISTRATION INFORMATION
The Bidder or Offeror:
□ is a corporation or other business entity with the following SCC identification number:
________________________________ -OR□
is not a corporation, limited liability company, limited partnership, registered limited liability
partnership, or business trust -OR-
□
is an out-of-state business entity that does not regularly and continuously maintain as part
of its ordinary and customary business any employees, agents, offices, facilities, or
inventories in Virginia (not counting any employees or agents in Virginia who merely solicit
orders that require acceptance outside Virginia before they become contracts, and not
counting any incidental presence of the Bidder/Offeror in Virginia that is needed in order to
assemble, maintain, and repair goods in accordance with the contracts by which such
goods were sold and shipped into Virginia from offer or’s out-of-state location) -OR-
□
is an out-of-state business entity that is including with this bid/proposal an opinion of legal
counsel which accurately and completely discloses the undersigned Bidder’s/Offeror’s
current contacts with Virginia and describes why whose contacts do not constitute the
transaction of business in Virginia within the meaning of § 13.1-757 or other similar
provisions in Titles 13.1 or 50 of the Code of Virginia.
Please check the following box if you have not checked any of the foregoing options but currently
have pending before the SCC an application for authority to transact business in the
Commonwealth of Virginia and wish to be considered for a waiver to allow you to submit the SCC
identification number after the due date for bids/proposals: □
95
Attachment L
Topology of HCPS Network
96
ATTACHMENT M
Non-Disclosure Agreement
Name of Firm: ______________ hereby agrees to abide by the following agreement (the “Agreement”) as a
condition of receiving site maps for the 46 schools.
For purposes of this Agreement, “Confidential Information” means any data or information provided to
________ Name of Firm:______________by Henrico County, Virginia (the “County”) relating to RFP #15-109612CS, that is designated by the County as confidential, including, but not limited to: Attachment A.
Name of Firm:______________represents and promises that it will not disclose any Confidential Information,
except as expressly authorized by the County. At all times Name of Firm:______________will use reasonable
measures to safeguard Confidential Information, and will be fully responsible for any misuse or wrongful
disclosure of Confidential Information by its agents or employees. Name of Firm:______________acknowledges
that it has no right or ownership interest in any Confidential Information. Name of
Firm:______________acknowledges that it is obligated to protect Confidential Information from unauthorized
disclosure and that it will only use Confidential Information only to the extent expressly allowed by RFP #_151096-12CS. Name of Firm:______________acknowledges that violation of this Agreement may subject it to
discipline, which may include, but is not limited to: (i) termination from current County projects, (ii) exclusion
from further County projects, (iii) exclusion from participation in RFP #14-9535-1CS and (iv) legal liability.
Name of Firm:______________obligations with respect Confidential Information hereunder is a continuing
obligation, whether Name of Firm:______________is awarded a contract pursuant to RFP #15-1096-12CS, or
not.
Any failure by the County to enforce any provision of this Agreement will not constitute a waiver of its right to
subsequently enforce such provision or any other provision of this Agreement. The Agreement is made and
entered into in the County of Henrico, Virginia, and shall be governed by the applicable laws of the
Commonwealth of Virginia without regard to conflicts of law principles. Any dispute arising out of the
Agreement, its interpretations, or its performance shall be litigated only in Henrico County General District Court
or the Circuit Court of the County of Henrico, Virginia.
OFFEROR
COUNTY OF HENRICO
____________________________
Signature
_____________________________
Signature
_____________________________
Printed Name
___________________________
Printed Name
____________________________
Date
_____________________________
Date
97
ATTACHMENT N
Follows this blank page and is in pdf
98
Download