Download - Computer Equipment and Supplies
The Board of Public Educationof the School District of Pittsburgh
Administration Building, 341 South Bellefield Avenue InquiryNumber 8525
Pittsburgh, PA 15213
Sealed bids for material listed herein will be received in the Office of the Chief Operations Officer, Room No. 251 in the Administration Building until 11 o’clock A.M., TUESDAY, OCTOBER 16, 2007 and will be opened at the same hour in CONFERENCE ROOM “A” CENTER SECTION.
Price each item as indicated including delivery INSIDE OF BUILDING to VARIOUS LOCATIONSInsert Prices, Model No., etc., sign the bid form and Return ONE Copy
COMPUTER EQUIPMENT AND SUPPLIES
1. These bids are being received according to law as set forth in the Public School Code of 1949, as amended.2. All bids shall be returned in sealed envelopes and addressed to The Board of Public Education. Please show the bid inquiry number on
the outside of the envelope.3. The Bidder is responsible for ensuring that the Bid document, inside a Sealed envelope, is deposited into the locked bid box in Room
251 of the Administration Building prior to 11:00 AM on the date of the Bid Opening. Delivering that Bid document to a school district employee, even if a signature is obtained, is not sufficient to meet the requirements of this Bid Condition. The School District is not responsible for the failure of any of its employees or any mail delivery service to place this bid document in the designated bid box prior to the time and date for the public opening of this Bid.
4. One copy of this bid inquiry document is to be filled out, signed and returned to the Board of Public Education. 5. Bids shall be submitted on this Inquiry form which must be signed by a duly authorized agent or officer of the Company making the bid.
Absence of original signature of person duly authorized to sign for the Company submitting this bid document will automatically leave this bid null and void.
6. Bidders will quote prices on the unit as specified (i.e., “each”, “lot”, “dozen”, etc.) unless the unit as used in the trade differs from that requested on the Inquiry. In such case, the unit being bid should be changed on this bid document to reflect the industry standard.
7. Prices quoted will be considered net unless otherwise noted on bid. No escalator clauses will be permitted unless provided for in the Bid format.
8. Prices quoted must include all costs for transportation to the location indicated above including delivery inside the building.9. Not more than one alternate product may be quoted on any single item of the bid. Description and pricing for such alternate must be
typed in on this document immediately below space for pricing of primary bid.10. All bids shall be effective for a period of 45 days from the opening date of this bid, and no bid may be withdrawn prior thereto.11. In all cases where no sample is submitted by the bidder, it will be understood that the bidder agrees to furnish the exact article or articles
as specified, or to exactly match the Board’s sample. Where samples are requested on items bid, failure to provide such samples may result in the automatic disqualification of the bid for those items.
12. The Purchasing Agent of The Board of Public Education shall have full power and authority to reject any and all materials furnished which in his opinion, are not in strict compliance and conformity with the requirements of the specifications, or equal in every respect to the samples submitted. The decision of said Purchasing Agent shall be final, conclusive, and without exceptions or appeal. All articles so rejected shall promptly be removed from the premises of the Board at the cost of the Vendor.13. The Board of Public Education reserves the right to increase quantities of items to be purchased to reflect actual Board needs at the time that orders are issued. Such additional quantities will be purchased at the price indicated on this bid.
14. The Board of Public Education reserves the right to reject any or all bids, and to accept or reject any item or group of items, for which bid is submitted.
15. Piggybacking - It is understood that the goods and services described in the specifications may be purchased by the District and any other municipal bodies as set forth in the specifications and bidder agrees to supply the goods and services to the municipal bodies on the same terms and conditions as if they were to be supplied to the District. To the extent that the municipal bodies purchase goods or services, then the municipal bodies and not the District, shall be liable to the bidder.
SCHOOL DISTRICT OF PITTSBURGHPROCEDURES FOR IMPLEMENTATION OF
SUBSTANCE ABUSE POLICY
PURPOSE
The purpose of these Procedures is to specify to whom the Substance Abuse Policy of the School District of Pittsburgh applies and to ensure that the Substance Abuse Policy is implemented and enforced in a uniform manner throughout the School District of Pittsburgh (the District).
APPLICABILITY
The Substance Abuse Policy of the District applies to Construction Contractors and other Independent Contractors, and their employees whose work with the District will include tasks that are considered high risk or safety sensitive or includes tasks that genuinely implicate public safety.
DEFINITIONS
Alcohol Test – a “for cause” only test for alcohol performed according to the National Highway Traffic Safety Administration, Model Specifications and Evidential Breath Testing Devices, 49 Federal Register 48855, dated December 14, 1984 (and any amendments thereto). For purposes of these procedures, the cut off level for alcohol shall be .04%.
Appropriate Drug Test – a test for drugs that is performed according to the Department of Health and Human Services Mandatory Guidelines for Federal Workplace Drug Testing Program, 53 Federal Register 11970, April 11, 1988 (and any amendments thereto).
Certificate of Compliance – a notarized Certificate executed by the Contractor and submitted to the School District’s Compliance Officer declaring that the Contractor has read and understands the Substance Abuse Policy of the District and will allow only those employees who have passed an appropriate drug test to work on District projects.
Contractor – a Construction Contractor or an Independent Contractor.
Contractor’s Substance Abuse Testing Program – the Pre-Access Testing Program and/or “for cause” testing program established, administered and enforced by the Contractor pursuant to Paragraphs 2 & 3 of the District’s Substance Abuse Policy. Such a program may include a rehabilitation component through a facility that has been accredited through the Joint Committee on Accreditation of Health Care Organizations.
Employee – a Subcontractor or an employee of a Construction Contractor or an Independent Contractor.
High Risk or Safety Sensitive Tasks – functions that include, but are not limited to:1) duties related to construction on District property, including tasks performed by ironworkers, plumbers, electricians, roofers, painters and those engaged in HVAC (heating, cooling, ventilation and air conditioning) work; 2) tasks that include the operation of all kinds of equipment and machinery; 3) the operation of vehicles that require the operator to hold a CDL (Commercial Driver’s License); and 4) any type of work that requires an individual to climb or use any type of scaffolding, lifts, or ladders or would require an individual to work at a substantial height.
Pre-Access Testing Program – the portion of the Contractor’s Substance Abuse Testing Program that requires a drug test to be performed on an employee and passed prior to allowing an employee access to District workplaces.
Random Testing – a drug testing program implemented and managed by a Third Party Administrator, at a cost to the Contractor, whereby participants are selected by social security number from the total program participation. Participants are selected by utilizing a computer with a number generating software program. Twenty-five percent (25%) of the total program participation will be randomly tested. A participant may be tested more than once.
Substance Abuse – the use of drugs or alcohol at the workplace.
Testing “for cause” – alcohol testing necessitated by observed behavior indicating that the employee may be under the influence of drugs or alcohol and/or the involvement by the employee in, or cause of an accident which causes or could have caused injury to the employee or another individual, or which causes or could have caused destruction or damage to the District’s property.
Third Party Administrator – the entity that will validate Contractor’s Substance Abuse Testing Program and will implement and manage a random testing program and develop/maintain a database for the District.
PROCEDURES
1. It is the policy of the School District of Pittsburgh, consistent with applicable laws and regulations to prohibit the use of illegal drugs and the use of alcohol at the workplace and to require that all Construction Contractors and other Independent Contractors certify that their employees engaged in the type of work covered by this policy have passed an appropriate drug test.
2. Prior to the bidding process for each contract subject to this policy, it shall be theduty of the Director of the Division or Administrator soliciting the bid to determine if any of the work of the contract is considered high risk, safety sensitive or considered to genuinely implicate public safety and if so must include the School District of Pittsburgh’s Substance Abuse Policy and Certification Form in the Bid Documents.
3. During the negotiation process for each personal services contract subject to this Policy, it shall be the duty of the Director of the Division or Administrator to determine if any of the work of the contract is considered high risk, safety sensitive or considered to genuinely implicate public safety and if so must provide the School District of Pittsburgh’s Substance Abuse Policy and Certification Form to the individual who will execute the contract.
4. The list of high risk or safety sensitive tasks or tasks that genuinely implicate public safety are listed in the definition of this policy however, the list is not exclusive. Such list shall be reviewed by the Chief of Operations and/or his designee prior to the commencement of the policy. Such list shall be periodically reviewed in order to determine if additional tasks should be added to the list.
5. Certificates of Compliance shall be directed to the District’s Compliance Officer. Such certificates will be maintained on file for one year beyond job completion in the office of the Compliance Officer. Certificates of Compliance will be required for each contract with the School District of Pittsburgh to which these guidelines apply.
6. Any Construction Contractor, Independent Contractor or employee of same whoobserves behavior indicating that another person to whom this policy applies may be under the influence of drugs or alcohol shall immediately report such behavior to the District’s Compliance Officer or the Office of the Chief of Staff at 412-622-3633.
7. Any Construction Contractor or Independent Contractor who violates this policy or its reporting requirements shall cause its contract with the District to be immediately terminated, and any employee who violates same shall immediately be removed from such project.
8. The School District of Pittsburgh and/or its designee maintains the absolute right to examine and review from time to time, any and all records related to the Contractor’s Substance Abuse Program.
CERTIFICATE OF COMPLIANCE WITH THE
SUBSTANCE ABUSE POLICY OF THE
SCHOOL DISTRICT OF PITTSBURGH
I, _________________________, do hereby certify that I have read and understand the Substance Abuse
Policy of the School District of Pittsburgh, and have supplied a copy of same to my employees and/or
subcontractors. I also declare that my employees and/or subcontractors. I also declare that my employees and/or
subcontractors and their employees who will be performing tasks that are high risk, safety sensitive or genuinely
implicate public safety, will pass an appropriate test for substance abuse prior to being permitted access to the
School District of Pittsburgh’s workplaces.
NOTARY PUBLIC
BY: _____________________________ ________________________Signature of Representative Signature of Notary
______________________________Print Name & Title of Representative
(Seal and/or Stamp)
_____________________________Print Name of Company
_____________________________ _________________________Telephone Number of Representative Date
INSTRUCTIONS FOR CERTIFICATION REGARDINGDEPARTMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION-
LOWER TIER COVERED TRANSACTIONS
1. By signing and submitting this form, the prospective lower tier participant is providing the certification set out on the following page in accordance with these instructions.
2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.
3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.
4. The terms “covered transaction”, “debarred”, “suspended”, “ineligible”, “lower tier covered transaction”, “participant”, “person”, “primary covered transaction”, “principal”, “proposal” and “voluntarily excluded”, as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations.
5. The prospective lower tier participant agrees by submitting this form that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated.
6. The prospective lower tier participant further agrees by submitting this form that it will include in this clause titled “Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion, - Lower Tier Covered Transactions”, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions.
7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals, each participant may, but is not required to, check the List of Parties Excluded from Federal Procurement or Nonprocurement Programs.
8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the Certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.
9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.
CERTIFICATION
REGARDING DEPARTMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION -LOWER TIER COVERED TRANSACTIONS
This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, encoded at 29 CFR Part 98, 98.510, participants responsibilities. The regulations were published as Part VII of the May 26, 1988 Federal Register {Pages 19160-19211}.
{BEFORE COMPLETING CERTIFICATION, READ ATTACHED INSTRUCTIONS WHICH ARE AN INTEGRAL PART OF THE CERTIFICATION}.
(1) The prospective recipient of federal assistance funds certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency.
(2) Where the prospective recipient of federal assistance funds is unable to certify to any of the statements in this Certification, such prospective participant shall attach an explanation to this proposal.
NAME OF ORGANIZATION ____________________________________________________________________
AUTHORIZED REPRESENTATIVE _____________________________________TITLE ___________________
SIGNATURE _____________________________________________________ Date _______________________
The Board of Public Education INQUIRY NUMBER 8525of the School District of Pittsburgh SHEET NUMBER 8 OF 38
Pittsburgh, PA 15213
Articles Price
SPECIFICATIONS
FOR
COMPUTER EQUIPMENT & SUPPLIES
AT
VARIOUS LOCATIONS
THE BOARD OF PUBLIC EDUCATION OF THE SCHOOL DISTRICT OF PITTSBURGHPROPOSES TO ENTER INTO A CONTRACT FOR THE PURCHASE AND DELIVERYOF COMPUTER EQUIPMENT & SUPPLIES FOR THE PERIOD OF ONE (1) YEAR FROM JANUARY 1, 2008 TO DECEMBER 31, 2008.
ANY QUESTIONS PERTAINING TO THIS BID SHOULD BE DIRECTED TO:
MS. TERRI CILETTI
THE BOARD OF PUBLIC EDUCATIONSERVICE CENTER-UPPER LEVEL
1305 MURIEL STREETPITTSBURGH, PA 15203
PHONE: (412) 488-5140
NON-DISCRIMINATION POLICY
THE PITTSBURGH PUBLIC SCHOOL DISTRICT IS AN EQUAL OPPORTUNITY EDUCATION INSTITUTION AND WILL NOT DISCRIMINATE ON THE BASIS OF RACE, COLOR, NATIONAL ORIGIN, SEX OR HANDICAP IN ITS ACTIVITIES, PROGRAMS OR EMPLOYMENT PRACTICES AS REQUIRED BY TITLE VI, TITLE IX AND SECTION 504.
FOR INFORMATION REGARDING CIVIL RIGHTS OR GRIEVANCEPROCEDURES CONTACT: CONTRACT COMPLIANCE OFFICE.PITTSBURGH PUBLIC SCHOOLS, 341 SOUTH BELLEFIELD AVENUE,PITTSBURGH, PA 15213, (412) 622-3733.
We, the undersigned, hereby propose and agree to furnish to the Board of Public Education any or all of the items that we have priced, at the prices set opposite each item in the foregoing list. This proposal is subject to all terms of the specifications, bid conditions and instructions herein, and we hereby agree to furnish such item or items as may be awarded to us. This bid document is null and void without an original signature of a person properly authorized to sign for the company submitting the bid.
Company Name
Sign Here Original Signature Required
Telephone No.
The Board of Public Education INQUIRY NUMBER 8525of the School District of Pittsburgh SHEET NUMBER 9 OF 38
Pittsburgh, PA 15213
Articles Price
ITEM NUMBER COMPUTER EQUIPMENT & SUPPLIESITEMS 1 – 7 WILL BE AWARDED AS A GROUP
1. 127 EACH COMPUTER WORKSTATION, 19” LCD MONITOR, TO MEETATTACHED SPECIFICATIONS. TO INCLUDE FOUR (4)YEAR MANUFACTURERS PARTS AND LABOR WARRANTY
AND INSTALLATION HP COMPAQ DC7800, HP COMPAQ DC5750 OR DELL OPTIPLEX GX755 OR GX740 (NO SUBSTITUTE) BOARD #864215
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
2. 77 EACH COMPUTER NOTEBOOK, TO MEET THE ATTACHEDSPECIFICATIONS. TO INCLUDE FOUR (4) YEAR MANUFACTURERS PARTS AND LABOR WARRANTY ANDINSTALLATION, HP COMPAQ 6515B, DELL D630 ORHP COMPAQ 6510B (NO SUBSTITUTE) BOARD #864320
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
3. 2 EACH COMPUTER NOTEBOOK AND DOCKING STATION TO MEETTHE ATTACHED SPECIFICATIONS. TO INCLUDE FOUR (4)YEAR MANUFACTURERS PARTS AND LABOR AND
INSTALLATION, HP COMPAQ 6515B, DELL D630 ORHP COMPAQ 6510B (NO SUBSTITUTE) BOARD 864250
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
4. 8 EACH COMPUTER WORKSTATION, 19” LCD MONITOR TO MEET THE ATTACHED SPECIFICATIONS. WATERFORD STUDENTSTATION. TO INCLUDE FOUR (4) YEAR MANUFACTURERS PARTS AND LABOR WARRANTY ANDINSTALLATION OR HPCOMPAQ DC7800,
HP COMPAQ DC5150 OR DELL OPTIPLEX GX755 OR GX740(NO SUBSTITUTE) BOARD # 864502
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
We, the undersigned, hereby propose and agree to furnish to the Board of Public Education any or all of the items that we have priced, at the prices set opposite each item in the foregoing list. This proposal is subject to all terms of the specifications, bid conditions and instructions herein, and we hereby agree to furnish such item or items as may be awarded to us. This bid document is null and void without an original signature of a person properly authorized to sign for the company submitting the bid.
Company Name
Sign Here Original Signature Required
Telephone No. ___________________________________________
The Board of Public Education INQUIRY NUMBER 8525of the School District of Pittsburgh SHEET NUMBER 10 OF 38
Pittsburgh, PA 15213
Articles Price
ITEM NUMBER COMPUTER EQUIPMENT & SUPPLIES
5. 10 EACH COMPUTER WORKSTATION, 19” MONITOR. TO MEET THEATTACHED SPECIFICATIONS. WATERFORD TEACHERSTATION. TO INCLUDE FOUR (4) YEAR MANUFACTURERSPARTS AND LABOR WARRANTY AND INSTALLATIONHP COMPAQ DC7800, DELL OPTIPLEX GX755 OR GX740OR HP COMPAQ DX5150 (NO SUBSTITUTE)BOARD #864504
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
6. 1 EACH COMPUTER WIRELESS CART SYSTEM WITH 30 NOTEBOOKCOMPUTERS. TO MEET THE ATTACHED SPECIFICATIONS.TO INCLUDE FOUR (4) YEAR MANUFACTURERS PARTS ANDLABOR WARRANTY AND INSTALLATION HP COMPAQ
6515P, DELL 630 OR HP COMPAQ 6510B (NO SUBSTITUTE) BOARD 864642
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
7. 2 EACH COMPUTER WIRELESS CART SYSTEM WITH 15 NOTEBOOKCOMPUTERS. TO MEET THE ATTACHED SPECIFICATIONS.TO INCLUDE FOUR (4) YEAR MANUFACTURERS PARTS ANDLABOR WARRANTY AND INSTALLATION. COMPAQ 6515P,DELL630 or HP COMPAQ 6510B(NO SUBSTITUTE) BOARD # 864640
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
TOTAL LOT PRICE (ITEMS 1-7) $ ___________
We, the undersigned, hereby propose and agree to furnish to the Board of Public Education any or all of the items that we have priced, at the prices set opposite each item in the foregoing list. This proposal is subject to all terms of the specifications, bid conditions and instructions herein, and we hereby agree to furnish such item or items as may be awarded to us. This bid document is null and void without an original signature of a person properly authorized to sign for the company submitting the bid.
Company Name
Sign Here Original Signature Required
Telephone No.
The Board of Public Education INQUIRY NUMBER 8525of the School District of Pittsburgh SHEET NUMBER 11 OF 38
Pittsburgh, PA 15213
Articles Price
ITEM NUMBER COMPUTER EQUIPMENT & SUPPLIES
ITEMS 8 - 15 TO BE AWARDED AS A GROUP
8. 2 EACH LAB PRINTER, LASER, B & W NETWORKED. TO INCLUDE THREE (3) YEAR NEXT DAY EXCHANGE HP CARE PACK
WARRANTY, INSTALLATION AND CAT 6E 10FT. YELLOW NETWORK PATCH CABLE. HP P3005X, M/N 7816A & U3791E (NO SUBSTITUTE) BOARD #864395MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
9. 12 EACH OFFICE PRINTER, LASER B &W NETWORKED. TO INCLUDE THREE (3) YEAR NEXT DAY EXCHANGE HP CARE PACK
WARRANTY, INSTALLATION AND CAT 6E 10 FT. YELLOW NETWORK PATCH CABLE. HP P3005 DN, M/N 7815A & U3791E
(NO SUBSTITUTE) BOARD #864340
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
10. 9 EACH WORKGROUP PRINTER, B & W LASER, NETWORKED. TO INCLUDE THREE, (3) YEAR NEXT DAY
EXCHANGE HP CARE PACK WARRA/NTY, INSTALLATION, AND CAT 6E 10 FT. YELLOW NETWORK PATCH
CABLE. HP P2015DN, M/N CB368A & H5465E(NO SUBSTITUTE) BOARD #864412
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
11. 15 EACH LAB PRINTER, COLOR LASER, NETWORKED. TO INCLUDE THREE (3) YEAR NEXT BUSINESS
DAY RESPONSE HP CARE PACK WARRANTY, INSTALLATION AND CAT 6E 10 FT. YELLOWNETWORK PATCH CABLE. HP 3505 DN, M/N CB443A &U8037E
(NO SUBSTITUTE) BOARD #864410
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
We, the undersigned, hereby propose and agree to furnish to the Board of Public Education any or all of the items that we have priced, at the prices set opposite each item in the foregoing list. This proposal is subject to all terms of the specifications, bid conditions and instructions herein, and we hereby agree to furnish such item or items as may be awarded to us. This bid document is null and void without an original signature of a person properly authorized to sign for the company submitting the bid.
Company Name
Sign Here Original Signature Required
Telephone No.
The Board of Public Education INQUIRY NUMBER 8405of the School District of Pittsburgh SHEET NUMBER 12 OF 38
Pittsburgh, PA 15213
Articles Price
ITEM NUMBER COMPUTER EQUIPMENT & SUPPLIES
12. 27 EACH OFFICE PRINTER, COLOR LASER, NETWORKED. TO INCLUDE THREE (3) YEAR NEXT BUSINESS DAY
RESPONSE HP CARE PACK WARRANTY, INSTALLATION AND CAT 6E 10 FT. YELLOW NETWORK PATCH CABLE. HP 2605DN, M/N Q7822 & UC733E (NO SUBSTITUTE) BOARD #864345
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
13. 14 EACH PRINTER, MULTIFUNCTIONAL, NETWORKED, COLOR TO INCLUDE THREE (3) YEAR NEXT BUSINESS DAY
RESPONSE HP CARE PACK WARRANTY, INSTALLATIONAND CAT 6E 10 FT. YELLOW NETWORKPATCH CABLE HP OFFICEJET PRO L7580 M/NC8187A& UGO73K (NO SUBSTITUTE) BOARD #864330
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
14. 25 EACH PRINTER, FAX COLOR, TO INCLUDE INSTALLATION, THREE (3) YEAR NEXT BUSINESS DAY EXCHANGE HP CARE PACK WARRANTY AND CAT GE10 FT YELLOW NETWORK PATCH CABLE. HP OFFICE JET 5610, M/N Q7311A & UGO72E. (NO SUBSTITUTES) BOARD # 864317
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
15. 1 EACH PRINTER, COLOR PHOTO TO INCLUDE 10FT. USBINTERFACE CABLE, THREE (3) YEAR NEXT DAYEXCHANGE HP CARE PACK WARRANTY AND INSTALLATION
HP PHOTOSMART D7460, M/N CC247A & UG608E(NO SUBSTITUTE) BOARD # 864405
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
TOTAL LOT PRICE (ITEMS 8-15) $___________
16. 114 EACH PROJECTOR, LCD, FULL FEATURED XGA WITH ZOOMLENS, MINIMUM 2000 ANSI LUMENS. TO INCLUDE TWO (2) YEAR MANUFACTURERS PARTS AND LABOR WARRANTY AND INSTALLATION. EPSON POWERLITE83C (NO SUBSTITUTE) BOARD #864505
MFG. ______________________ MFG. # _____________________ PRICE EACH $__________
We, the undersigned, hereby propose and agree to furnish to the Board of Public Education any or all of the items that we have priced, at the prices set opposite each item in the foregoing list. This proposal is subject to all terms of the specifications, bid conditions and instructions herein, and we hereby agree to furnish such item or items as may be awarded to us. This bid document is null and void without an original signature of a person properly authorized to sign for the company submitting the bid.
Company Name
Sign Here Original Signature Required
Telephone No.
The Board of Public Education INQUIRY NUMBER 8525of the School District of Pittsburgh SHEET NUMBER 13 OF 38
Pittsburgh, PA 15213
Articles Price
ITEM NUMBER COMPUTER EQUIPMENT & SUPPLIES
17. 8 EACH SCANNER, FLATBED, WITH 6 FT. USB INTERFACE CABLE TOINCLUDE TWO (2) YEAR PARTS AND LABOR WARRANTY
AND INSTALLATION. EPSON PERFECTION V350 OR HP SCANJET G4010. (NO SUBSTITUTE) BOARD #864420
MFG. ______________________MFG. #______________________PRICE EACH $ _________
18. 90 EACH DIGITAL PRESENTER, TEACHER’S TOOLTO INCLUDE TWO (2) YEAR MANUFACTURER PARTS AND LABOR WARRANTY AND INSTALLATION. ELMO TT-02U. (NO SUBSTITUTE) BOARD # 864510
MFG. ______________________ MFG. # ____________________ PRICE EACH $ _________
19. 2 EACH DIGITAL PRESENTER, HIGH QUALITY TO INCLUDEINSTALLATION AND TWO (2) YEAR MANUFACTURER’SPARTS AND LABOR WARRANTY. ELMO M/N HV-5100XG(NO SUBSTITUTE)
MFG. ______________________ MFG. # ____________________ PRICE EACH $ _________
20. 4 EACH SMARTBOARD, 77”. TO INCLUDE FLOOR STAND, TWO (2) YEAR MANUFACTURERS PARTS ANDLABOR WARRANTY AND INSTALLATION. SMART TECHNOLOGIES M/N680 AND FS670 (NO SUBSTITUTE) BOARD #864515
MFG. ______________________ MFG. # ____________________ PRICE EACH $ _________
21. 16 EACH SMARTBOARD, 64”. TO INCLUDE FLOOR STAND, TWO (2) YEAR MANUFACTURERS PARTS ANDLABOR WARRANTY AND INSTALLATION. SMART TECHNOLOGIES 660 & FS670(NO SUBSTITUTE) BOARD #864516
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
We, the undersigned, hereby propose and agree to furnish to the Board of Public Education any or all of the items that we have priced, at the prices set opposite each item in the foregoing list. This proposal is subject to all terms of the specifications, bid conditions and instructions herein, and we hereby agree to furnish such item or items as may be awarded to us. This bid document is null and void without an original signature of a person properly authorized to sign for the company submitting the bid.
Company Name
Sign Here Original Signature Required
Telephone No.
The Board of Public Education INQUIRY NUMBER 8525of the School District of Pittsburgh SHEET NUMBER 14 OF 38
Pittsburgh, PA 15213
Articles Price
ITEM NUMBER COMPUTER EQUIPMENT & SUPPLIES
22. 4 EACH POSTER PRINTER 23”, TO INCLUDE PC INTERFACE KIT,GALA RIO AND DRIVER SOFTWARE, ALL CABLES ANDDOCUMENTATION, 23” PAPER ROLLS (1 EACH RED ONWHITE, BLUE ON WHITE, BLACK ON WHITE), PROFINISHCOLD LAMINATOR, DUAL-SIDED LAMINATION. TO INCLUDE INSTALLATION AND ONE HOUR TRAININGSESSIONS BY VENDOR. VARITRONICS MODELPROIMAGE XL3000(NO SUBSTITUTE) BOARD 864325
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
23. 30 EACH DIGITAL CAMERA, STILL 4X OPTICAL/4X DIGITAL ZOOMLENS, MPEG MOVIE FUNCTION SD MEMORY CARD, 8 MP,USB CABLE. RECHARAGEABLE BATTERY AND CHARGER KIT TO INCLUDE ADD ON: 2 GB SD MEMORY CARD ANDCANON PSC-55 DIGITAL CAMERA CASE.CANON POWERSHOT A530(NO SUBSTITUTES) BOARD #864500
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
24. 13 EACH DIGITAL CAMCORDER, 35X OPTICAL/ZOOM LENS,MINI-DV FORMAT. TO INCLUDE ADD-ON: 2 GB SD MEMORYCARD, SD USB CARD READER AND CARRY CASE.CANON #ZR850(NO SUBSTITUTE) BOARD #864501
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
25. 2 EACH PDA, COLOR TO MEET THE ATTACHED SPECIFICATIONS WITH ADD-ON ITEMS TO INCLUDE THREE (3) YEAR
NEXT BUSINESS DAY EXCHANGE W/ADP WARRANTYOR COMPLETE CARE WARRANTY, COMPAQ IPAQ
H2795 (NO SUBSTITUTES) BOARD # 864130
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
We, the undersigned, hereby propose and agree to furnish to the Board of Public Education any or all of the items that we have priced, at the prices set opposite each item in the foregoing list. This proposal is subject to all terms of the specifications, bid conditions and instructions herein, and we hereby agree to furnish such item or items as may be awarded to us. This bid document is null and void without an original signature of a person properly authorized to sign for the company submitting the bid.
Company Name
Sign Here Original Signature Required
Telephone No.
The Board of Public Education INQUIRY NUMBER 8525of the School District of Pittsburgh SHEET NUMBER 15 OF 38
Pittsburgh, PA 15213
Articles Price
ITEM NUMBER COMPUTER EQUIPMENT & SUPPLIES
26. 21 EACH COMPUTER TABLET PC, TO MEET ATTACHEDSPECIFICATIONS TO INCLUDE FOUR (4) YEARMANUFACTURERS PARTS AND LABOR WARRANTY ANDINSTALLATION. COMPAQ 2710P(NO SUBSTITUTE) BOARD #864414
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
27. 2 EACH ADAPTER, A/C FOR DELL C610 NOTEBOOKCOMPUTER. DELL P/N 310-1093(NO SUBSTITUTE) BOARD # 864452
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
28. 2 EACH LITHIUM BATTERY, FOR DELL C610 NOTEBOOK COMPUTER. DELL P/N 312-0522(NO SUBSTITUTE) BOARD # 864453
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
29. 5 EACH ADAPTER, A/C FOR DELL D610 SERIES NOTEBOOK COMPUTER. DELL P/N 310-7696
(NO SUBSTITUTE) BOARD # 864456
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
30. 5 EACH LITHIUM BATTERY, FOR DELL D610 NOTEBOOK COMPUTER. DELL P/N 312-0069(NO SUBSTITUTE) BOARD #864458
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
31. 5 EACH LITHIUM BATTERY, FOR DELL D620 NOTEBOOK COMPUTERDELL P/N 312-0383(NO SUBSTITUTE)
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
We, the undersigned, hereby propose and agree to furnish to the Board of Public Education any or all of the items that we have priced, at the prices set opposite each item in the foregoing list. This proposal is subject to all terms of the specifications, bid conditions and instructions herein, and we hereby agree to furnish such item or items as may be awarded to us. This bid document is null and void without an original signature of a person properly authorized to sign for the company submitting the bid.
Company Name
Sign Here Original Signature Required
Telephone No.
The Board of Public Education INQUIRY NUMBER 8525of the School District of Pittsburgh SHEET NUMBER 16 OF 38
Pittsburgh, PA 15213
Articles Price
ITEM NUMBER COMPUTER EQUIPMENT & SUPPLIES
32. 5 EACH ADAPTER, A/C FOR DELL D620 NOTEBOOK COMPUTERDELL P/N 310-3149 (NO SUBSTITUTES)
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
33. 5 EACH ADAPTER, A/C FOR HP NC6120 NOTEBOOKCOMPUTER-HP P/N DC359A(NO SUBSTITUTE)
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
34. 5 EACH LITHIUM BATTERY FOR HP COMPAQ NC 6120 NOTEBOOK COMPUTER, P/N PB994A
(NO SUBSTITUTE)
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
35. 5 EACH ADAPTER, A/C FOR HP nx6325 NOTEBOOK COMPUTER.HP P/N ED495AA#ABA (NO SUBSTITUTE)
MFG._______________________MFG.#______________________PRICE EACH $___________
36. 5 EACH LITHIUM BATTERY, FOR HP nx6325 NOTEBOOKCOMPUTER. HP P/N PB994A (NO SUBSTITUTE)
MFG._______________________MFG.#______________________PRICE EACH $___________
37. 281 EACH WATERFORD HEADPHONE TEXT DISCOVERY DS-8VBOARD #864451
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
38. 2 EACH REPLACEMENT BLUB FOR LCD PROJECTOR DELL 2300MP DELL P/N 310-5513 (NO SUBSTITUTES) BOARD 864536
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
We, the undersigned, hereby propose and agree to furnish to the Board of Public Education any or all of the items that we have priced, at the prices set opposite each item in the foregoing list. This proposal is subject to all terms of the specifications, bid conditions and instructions herein, and we hereby agree to furnish such item or items as may be awarded to us. This bid document is null and void without an original signature of a person properly authorized to sign for the company submitting the bid.
Company Name
Sign Here Original Signature Required
Telephone No.
The Board of Public Education INQUIRY NUMBER 8525of the School District of Pittsburgh SHEET NUMBER 17 OF 38
Pittsburgh, PA 15213
Articles Price
ITEM NUMBER COMPUTER EQUIPMENT & SUPPLIES
39. 6 EACH REPLACEMENT BULB FOR EPSON POWERLITE LCDPROJECTOR 81P - EPSON P/N V13H010L30(NO SUBSTITUTES) BOARD #864507
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
40. 4 EACH REPLACEMENT BULB FOR NEC VT590 PROJECTOR-P/NVT85LP (NO SUBSTITUTES) BOARD #864508
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
41. 2 EACH REPLACEMENT BULB FOR EPSON POWERLITE 83C P/N V13H010L42 (NO SUBSTITUTES) BOARD 864506
MFG._______________________MFG.# _____________________PRICE EACH $___________
42. 70 EACH DISKETTE, 3 ½” DS/HD FORMATTED (10/BOX)#IMN-44766 (864280)
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
43. 98 EACH MOUSE, MICROSOFT INTELLIMOUSE OPTICAL SCROLL-P/N D58-00026(NO SUBSTITUTE) BOARD #864306
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
44. 371 EACH MOUSE PAD, SPONGE RUBBER, POLYESTER(NO SUBSTITUTE) BOARD #864307
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
45. 3 EACH USB CABLE, 10 FT. A/B M/M CABLE, COMPATIBLE USB 1.0/2.0 BOARD 864450
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
46. 5 EACH WIRELESS PRESENTATION REMOTE, ATEK, INC TOTE-REMOTE, P/N RM-100 (NO SUBSTITUTES)
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
We, the undersigned, hereby propose and agree to furnish to the Board of Public Education any or all of the items that we have priced, at the prices set opposite each item in the foregoing list. This proposal is subject to all terms of the specifications, bid conditions and instructions herein, and we hereby agree to furnish such item or items as may be awarded to us. This bid document is null and void without an original signature of a person properly authorized to sign for the company submitting the bid.
Company Name
Sign Here Original Signature Required
Telephone No.
The Board of Public Education INQUIRY NUMBER 8525of the School District of Pittsburgh SHEET NUMBER 18 OF 38
Pittsburgh, PA 15213
Articles Price
ITEM NUMBER COMPUTER EQUIPMENT & SUPPLIES
47. 42 EACH USB 2.0 FLASH DRIVE, IGB KINGSTON, SCANDISK, IMATION, LEXAR OR VIKING (NO SUBSTITUTES)BOARD 864312
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
48. 230 EACH USB 2.0 FLASH DRIVE, 4GB, KINGSTON, SCANDISK, IMATION, LEXAR OR VIKING (NO SUBSTITUTES)
BOARD 864311
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
49. 2 EACH CISCO 1200 SERIES AP WITH BUILT-IN 802,11G RADIO- P/N AIR-AP-1231 G-A-K9 WITH CISCO 2.4 GHZ, 2.2 DBI
DIPOLE ANTENNA WITH RP –TNC CONNECT P/N AIR-ANT 4941, TWO (2) REQUIRED PER AP (NO SUBSTITUTES) BOARD 864000
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
50. 272 EACH HEADPHONE, STEREO, 6FT CORD WITH 3.5 MIN-JAK VINYL COVERINGS, WASHABLE, TELEX EH-35V (NO SUBSTITUTES) BOARD # 864300
MFG. ______________________ MFG. # ____________________ PRICE EACH $ ___________
We, the undersigned, hereby propose and agree to furnish to the Board of Public Education any or all of the items that we have priced, at the prices set opposite each item in the foregoing list. This proposal is subject to all terms of the specifications, bid conditions and instructions herein, and we hereby agree to furnish such item or items as may be awarded to us. This bid document is null and void without an original signature of a person properly authorized to sign for the company submitting the bid.
Company Name
Sign Here Original Signature Required
Telephone No.
The Board of Public Education INQUIRY NUMBER 8525of the School District of Pittsburgh SHEET NUMBER 19 OF 38
Pittsburgh, PA 15213
Articles Price
ADDITIONAL BID CONDITIONS
1. PURCHASE ORDERS FOR EQUIPMENT ORDERED AS A RESULT OF THISBID INQUIRY WILL BE ISSUED APPROXIMATELY JANUARY 1, 2008.
2. PRICES ON ITEMS BID TO BE HELD FIRM FOR ONE (1) YEAR FROMJANUARY 1, 2008 TO DECEMBER 31, 2008.
3. DELIVERY LOCATION AND INSTALLATION SCHEDULE FOR EQUIPMENTBID MUST BE COORDINATED WITH MR. TOM WILBRINK OFFICE OF TECHNOLOGY AT 412-488-4790, EMAIL ([email protected]) OR FAX412-488-4786.
4. ITEM NUMBERS 1 THROUGH 26 MAY NEED TO BE DELIVERED AND INSTALLEDAT APPROXIMATELY SEVENTY-FIVE (75) DIFFERENT LOCATIONS IN ACCORDANCE WITH APPENDIX A.
5. TECHNICAL QUESTIONS PERTAINING TO THIS BID CAN BE REFERREDTO MR. DAVE MILLER, COORDINATOR, SERVER INFRASTRUCTURE412-488-4790, EMAIL ([email protected]) or FAX 412-488-4786
6. THE BOARD RESERVES THE RIGHT TO PURCHASE EQUIPMENT THROUGHTHE COMMONWEALTH OF PENNSYLVANIA CONTRACT OR GSA PRICINGIF THEIR DISCOUNTED PRICE IS TO THE BENEFIT OF THE SCHOOLDISTRICT.
7. IF THE MODEL SPECIFIED IS DISCONTINUED BY THE MANUFACTURERAFTER THE AWARD OF THIS BID, THE ONLY ACCEPTABLE SUBSTITUTE WILLBE THAT SAME MANUFACTURER’S STANDARD REPLACEMENT IN ACONFIGURATION THAT MEETS OR EXCEEDS THE SPECIFICATIONS ANDOPERATING CAPABILITIES OF THE “AS SPECIFIED” UNIT.
8. ANY LATE DELIVERIES MAY AFFECT THE ABILITY OF THE SCHOOLDISTRICT OF PITTSBURGH TO OPEN SCHOOLS ON TIME. THEREFORE,IF THIS EQUIPMENT IS NOT DELIVERED ON TIME, THE SUPPLIERMAKING THE LATE DELIVERY WILL BE HELD RESPONSIBLE FOR ALLCOSTS RELATED TO INSURING THE AVAILABILITY OF ADEQUATEQUANTITIES OF EQUIPMENT REQUIRED FOR THE OPENING OF SCHOOL.
9. SUCCESSFUL BIDDER FOR ITEMS 1-7 AND 8-15 MUST PROVIDE THECOMPANY NAME OF INSTALLATION IMPLEMENTER:
CONTACT PERSON INFORMATION
We, the undersigned, hereby propose and agree to furnish to the Board of Public Education any or all of the items that we have priced, at the prices set opposite each item in the foregoing list. This proposal is subject to all terms of the specifications, bid conditions and instructions herein, and we hereby agree to furnish such item or items as may be awarded to us. This bid document is null and void without an original signature of a person properly authorized to sign for the company submitting the bid.
Company Name
Sign Here Original Signature Required
Telephone No.
The Board of Public Education INQUIRY NUMBER 8525of the School District of Pittsburgh SHEET NUMBER 20 OF 38
Pittsburgh, PA 15213
Articles Price
ADDITIONAL BID CONDITIONS
10. ANY VENDOR, UPON REQUEST, MUST PRESENT DOCUMENTATION SUPPORTING THEIR PARTICIPATION IN PREVIOUS ENTERPRISEDESKTOP IMPLEMENTATIONS (2000 + UNITS), REFERENCES ANDPRODUCT CERTIFICATION.
11. SUCCESSFUL BIDDER SHALL SHOW SATISFACTORY EVIDENCE THAT THEY MAINTAIN IN AN INTEGRAL PART OF THEIR ORGANIZATION, AFULLY EQUIPPED SERVICE REPAIR FACILITY WITHIN ALLEGHENY COUNTYCAPABLE OF FULFILLING THE FOUR AND THREE YEAR PARTS AND
LABOR WARRANTY REQUIREMENTS OR CAN PROVIDE THE EQUIVALENTCAPABILITY THROUGH AN EXISTING SERVICE ORGANIZATIONIN ALLEGHENY COUNTY. THE SERVICE ORGANIZATION MUST HAVEAN ADEQUATE NUMBER OF SKILLED PERSONNEL TO SUPPORTWARRANTY REQUIREMENTS A MINIMUM NUMBER OF ONE (1)MICROSOFT CERTIFIED SYSTEMS ENGINEER AND ADEQUATESTAFFED TECHNICIANS TO PROVIDE THE NEXT BUSINESS DAY SERVICERESPONSE. LIST BELOW THE NAME, ADDRESS AND CONTACT PERSON FORTHAT ORGANIZATION.
_____________________________________________________
_____________________________________________________
_____________________________________________________
12. THE EQUIPMENT BID ON ITEM NOS. 1 – 7 AND 26 REQUIRE A FOUR (4) YEARON-SITE WARRANTY.
A. FOR ON-SITE WARRANTY, SERVICE RESPONSE TIME MUST BE BY THENEXT BUSINESS DAY.
B. REPAIR TECHNICIAN MUST CARRY REPAIR PARTS OR REPLACEMENTEQUIPMENT FOR FIRST VISIT REPAIR.
C. LIST BELOW THE NAME AND ADDRESS OF THE REPAIR FACILITY THATWILL SERVICE THE WARRANTY.
_________________________________________________
_________________________________________________
D. INCLUDE WITH THIS BID DOCUMENT THE NAMES OF EACH SERVICETECHNICIAN WITH EXPERIENCE WORKING ON THE COMPUTER EQUIPMENT SPECIFIED AND A BACKGROUND SUMMARY OF HIS/HERTRAINING AND EXPERIENCE OF THAT EQUIPMENT.
We, the undersigned, hereby propose and agree to furnish to the Board of Public Education any or all of the items that we have priced, at the prices set opposite each item in the foregoing list. This proposal is subject to all terms of the specifications, bid conditions and instructions herein, and we hereby agree to furnish such item or items as may be awarded to us. This bid document is null and void without an original signature of a person properly authorized to sign for the company submitting the bid.
Company Name
Sign Here Original Signature Required
Telephone No.
The Board of Public Education INQUIRY NUMBER 8525of the School District of Pittsburgh SHEET NUMBER 21 OF 38
Pittsburgh, PA 15213
Articles Price
ADDITIONAL BID CONDITIONS
E. FOR ON-SITE WARRANTY, ALL INSTALLATION AND MAINTENANCEPERSONNEL MUST BE FULLY COVERED FOR PERSONAL LIABILITY($300,000.00) AND PROPERTY DAMAGE ($250,000.00) EACHOCCURRENCE, ($500,000.00) AGGREGATE. CERTIFICATES OF SUCHINSURANCE COVERAGE SHALL BE FURNISHED TO GENERALSERVICES BY THE SUPPLIER PRIOR TO THE FIRST INSTALLATIONUNDER THIS CONTRACT.
13. ALL EQUIPMENT BID ON THIS INQUIRY MUST BE U.L. LISTED. THE SCHOOLDISTRICT WILL NOT PAY FOR ANY EQUIPMENT DELIVERED THAT DOESNOT MEET THIS STANDARD.
14. INSTALLATION OF EQUIPMENT BID ON THIS INQUIRY MUST NOT IN ANYWAY INTERFERE WITH OR VOID ANY PART OF THE NEW OR EXISTINGMAINTENANCE AGREEMENT OR WARRANTIES WHICH COVER THE COMPUTER EQUIPMENT.
15. PRICES QUOTED ON THIS BID MUST INCLUDE THE COST FOR:
A. ALL NORMAL OPERATING AND REFERENCE MANUALS
B. ALL CONNECTING CABLES REQUIRED FOR INSTALLATION OF THE COMPUTER ACCESSORIES IN OPERATING CONDITION
C. DELIVERY, INSTALLATION AND INVENTORY IN ACCORDANCE WITHTHE SPECIFICATIOINS AS OUTLINED IN APPENDIX A
16. THE BOARD OF PUBLIC EDUCATION RESERVES THE RIGHT TO INCREASEQUANTITIES OF ITEMS TO BE PURCHASED TO REFLECT ACTUAL BOARDNEEDS AT THE TIME THAT ORDERS ARE ISSUED. SUCH ADDITIONALQUANTITIES WILL BE PURCHASED AT THE PRICE INDICATED ON THIS BID.QUANTITIES OF ITEMS TO BE PURCHASED MAY BE LESS THAN QUANTITYLISTED FOR EACH ITEM. QUANTITIES ARE ESTIMATED.
17. THE WINNING BIDDER IS REQUIRED TO PARTICIPATE IN A PROGRAM TOMANAGE THE HARD DISK DRIVE IMAGE FOR DESKTOP AND NOTEBOOKSYSTEMS UNTIL DECEMBER 31, 2007. ALL SUBSEQUENT PURCHASES OFTHIS PRODUCT WITHIN THE STATED TERMS ARE REQUIRED TO CONTAINTHIS IMAGE.
We, the undersigned, hereby propose and agree to furnish to the Board of Public Education any or all of the items that we have priced, at the prices set opposite each item in the foregoing list. This proposal is subject to all terms of the specifications, bid conditions and instructions herein, and we hereby agree to furnish such item or items as may be awarded to us. This bid document is null and void without an original signature of a person properly authorized to sign for the company submitting the bid.
Company Name
Sign Here Original Signature Required
Telephone No.
The Board of Public Education INQUIRY NUMBER 8525of the School District of Pittsburgh SHEET NUMBER 22 OF 38
Pittsburgh, PA 15213
Articles Price
ADDITIONAL BID CONDITIONS
18. SUCCESSFUL BIDDER IS REQUIRED TO PROVIDE PROOF OF ACT 33 AND 34 CLEARANCES TO THE PURCHASING DEPARTMENT FOR
PERSONNEL BEFORE PERFORMING ANY DUTIES IN SCHOOL BUILDINGS.
19. ITEMS 1 – 22 & 26 MUST INCLUDE INSTALLATION AND CONFIGURATIONSERVICES.
We, the undersigned, hereby propose and agree to furnish to the Board of Public Education any or all of the items that we have priced, at the prices set opposite each item in the foregoing list. This proposal is subject to all terms of the specifications, bid conditions and instructions herein, and we hereby agree to furnish such item or items as may be awarded to us. This bid document is null and void without an original signature of a person properly authorized to sign for the company submitting the bid.
Company Name
Sign Here Original Signature Required
Telephone No.
Specifications for Item # 1 – Desktop Computer
Processor Minimum Intel Core2 Duo E6600 processor , 1GHZ FSBOR AMD Athlon 64 X2 5200+ processor, 2.6GHZ
Cache Minimum 1MBx2 total integrated cache Memory Minimum 2 GB DDR (2 DIMMS), 667Mhz, expandable to minimum of 4GBExpansion slots Minimum 1 Low-Profile or Full Height PCIExpansion bays Minimum 1 internal 3.5”, 1 external 3.5”, 1 external 5.25”Expansion ports Minimum 4 USB 2.0 ports, 1 parallel port, 1 PS/2 portsHard Drive Minimum 250GB SATA 7200 RPMFloppy Drive NoneDVD-Rom Minimum Internal 8X DVD+/-RW Video System Minimum Integrated Intel or nVidia or ATI Graphics Compatibility
with minimum one DVI output portMonitor 19” LCD Multimedia with speaker bar. Case color and brand to match PC
To include DVI capability and cableSound System Integrated AC'97 or Intel audioNetwork Interface Minimum Integrated 10/100/1000 NIC + 10ft, CAT6e patch cable, yellow, with bootsKeyboard PS/2 104+ Keyboard with Windows keys, without programmable or Internet keys
exterior matching the computer caseCase Small Form Factor (to match expansion slot specifications) Mouse Vendor Branded 2-Button USB Scroll Optical w/ mouse-padWarranty 4 year manufacturer parts and labor warrantyOperating System Windows XP Professional Miscellaneous All components must be compatible for use with Windows XP by the
Microsoft Hardware compatibility list and the computer vendor
Each computer delivered must have the identical components specified above. Components must be the same model, same revision and be configured to use the same interrupt and memory addresses.
Must be U.L. Listed.
Must be latest Bios and must support all components provided.
All chipsets must be current technology, not end of life ( EOL ) products.
All systems must provide 24X7 toll free Technical support in final cost.Power Strip One each Belkin M/N F9H610-04 or Equivalent
Specifications for Item # 2 – Teacher/Student Notebook Computer
Processor Minimum Mobile Intel Core 2 Duo 2.2 GHZ or AMD Turion 64 X2 Mobile processor 2.2 GHZ
Display Minimum 14” WXGAMemory Minimum 2 GB DDR (2 DIMMS) expandable to minimum of 2GBExpansion slots Minimum 1 available PCMCIA, Type 1or 2 Expansion bays Minimum Two, InternalExpansion ports Minimum Internal 2 USB 2.0 port, Video Out, Microphone In, Headphone/speaker. Hard Drive Minimum 120 GB Internal 7200RPMFloppy Drive NoneDVD-Rom Minimum Internal 8X Max DVD+/- RWVideo System Minimum Integrated Intel, ATI,or NVidia Graphics Accelerator or compatibleBattery & Power Minimum Two each 6 Cell Lithium Ion, One each A/C power adaptorAudio System Integrated SoundBlaster Compatible with Two internal speakersNetwork Interface Integrated 10/100 Ethernet NIC, Integrated 56K Modem w/10ft. phone line,
Integrated Wireless 802.11b/g and 10ft. CAT 6e, patch cable, yellow, with boots & Integrated Bluetooth Wireless module
Keyboard Minimum Full SizeCase Nylon Carry CaseMouse & Cable Vendor Branded Scroll Optical w/ mousepad, and 10ft. USB Printer A/B cableWarranty 4 year manufacturer parts and labor warranty Operating System Windows XP Professional
Miscellaneous All components must be compatible for use with Windows XP by the
Microsoft Hardware compatibility list and the computer vendor
Each computer delivered must have the identical components specified above. Components must be the same model, same revision and be configured to use the same interrupt and memory addresses.
Must be U.L. Listed.
Must be latest Bios and must support all components provided.
All chipsets must be current technology, not end of life ( EOL ) products.
All systems must provide 24X7 toll free Technical support in final costAnti-Theft 4 year paid subscription to Computrace Complete Lojack for Laptops
Specifications for Item # 3 – Administrative Notebook Computer w/ Docking Station
Processor Minimum Mobile Intel Core 2 Duo 2.2 GHZ or AMD Turion 64 X2 Mobile processor 2.2 GHZ
External Display Minimum 19” LCD Flat Panel with speaker bar, Brand & color to match PC To include DVI capability and cable
Memory Minimum 2 GB DDR (2 DIMMS) expandable to minimum of 2GBExpansion slots Minimum 1 available PCMCIA, Type 1or 2 Expansion bays Minimum Two, InternalExpansion ports Minimum Internal 2 USB 2.0 port, Video Out, Microphone In, Headphone/speaker.
To include Add-on External Docking Station with minimum 1 PS/2, 1 VGA, 1 DVI, 1 RJ-45 10/100 Ethernet, Minimum 2 USB, 1 Audio Out
Hard Drive Minimum 120 GB Internal 7200RPMInternal Display Minimum DVD-Rom Minimum Internal 8X Max DVD+/-RW Video System Minimum Integrated Intel, ATI,or NVidia Graphics Accelerator or compatibleBattery & Power Minimum Two Each 6 Cell Lithium Ion, One Each A/C power adaptorAudio System Integrated SoundBlaster Compatible with Two internal speakersNetwork Interface Integrated 10/100 Ethernet NIC, Integrated 56K Modem w/10ft. phone line,
Integrated Wireless 802.11b/g and 10ft. CAT 6e, patch cable, yellow, with boots & Integrated Bluetooth Wireless module
Keyboard Minimum Full SizeCase Nylon Carry CaseMouse & Cable Vendor Branded Scroll Optical w/ mousepad, and 10ft. USB Printer A/B cableWarranty 4 year on-site manufacturer parts and labor Operating System Windows XP Professional
Miscellaneous All components must be compatible for use with Windows XP by the
Microsoft Hardware compatibility list and the computer vendor
Each computer delivered must have the identical components specified above. Components must be the same model, same revision and be configured to use the same interrupt and memory addresses.
Must be U.L. Listed.
Must be latest Bios and must support all components provided.
All chipsets must be current technology, not end of life ( EOL ) products.
All systems must provide 24X7 toll free Technical support in final costAnti-Theft 4 year paid subscription to Computrace Complete Lojack for Laptops
Specifications for Item # 4 – Student Waterford Desktop Computer
Processor Minimum Intel Core2 Duo E6600 processor , 1GHZ FSBOR AMD Athlon 64 X2 5200+ processor, 2.6GHZ
Cache Minimum 1MBx2 total integrated L2 cacheMemory Minimum 2 GB DDR (2 DIMMS), 400Mhz, expandable to minimum of 2GBExpansion slots Minimum 1 Low-Profile or Full Height PCIExpansion bays 1 internal 3.5”, 1 external 3.5”, 1 external 5.25”Expansion ports Minimum 4 USB 2.0 ports, 1 parallel port, 2 PS/2 portsHard Drive Minimum 250 GB SATA 7200 RPMFloppy Drive NoneDVD-Rom Minimum Internal 8X Max DVD+/- RWVideo System Minimum Integrated Intel or ATI Graphics Compatibility with minimum one DVI
output portMonitor 19” LCD Flat Panel with speaker bar. Case color and brand to match PC
To include DVI capability and cableSound System Integrated AC'97 or Intel audioNetwork Interface Minimum Integrated 10/100 NIC + 10ft, CAT6e patch cable, yellow, with bootsKeyboard PS/2 104+ Keyboard with Windows keys, without programmable or Internet keys
exterior matching the computer caseCase Small Form Factor Mouse Vendor Branded 2-Button USB Scroll Optical w/ mouse-padWarranty 4 year manufacturer parts and labor warrantyOperating System Windows XP Professional Headset
Audio Cable
Miscellaneous
Power Strip
Telex Discovery DS-8V w/MINI
QTY = 1each - Koss Y/88 Y-Cord for Dual StereoQTY = 2 each – Telex CA-120 Discovery Cord Two 1/8in
All components must be compatible for use with Windows XP by the Microsoft Hardware compatibility list and the computer vendor
Each computer delivered must have the identical components specified above. Components must be the same model, same revision and be configured to use the same interrupt and memory addresses.
Must be U.L. Listed.
Must be latest Bios and must support all components provided.
All chipsets must be current technology, not end of life ( EOL ) products.
All systems must provide 24X7 toll free Technical support in final cost
One each Belkin M/N F9H610-04 or Equivalent
Specifications for Item # 5 – Teacher Waterford Desktop Computer
Processor Minimum Intel Core2 Duo E6600 processor , 1GHZ FSBOR AMD Athlon 64 X2 5200+ processor, 2.6GHZ
Cache Minimum 1MBx2 total integrated L2 cacheMemory Minimum 2 GB DDR (2 DIMMS), 400Mhz, expandable to minimum of 2GBExpansion slots Minimum 1 Low-Profile or Full Height PCIExpansion bays 1 internal 3.5”, 1 external 3.5”, 1 external 5.25”Expansion ports Minimum 4 USB 2.0 ports, 1 parallel port, 2 PS/2 portsHard Drive Minimum 250 GB SATA 7200 RPMFloppy Drive NoneDVD-Rom Minimum Internal 8X Max DVD+/-RW Video System Minimum Integrated Intel or ATI Graphics Compatibility with minimum one DVI
output portMonitor 19” LCD Flat Panel with speaker bar. Case color and brand to match PC
To include DVI capability and cableSound System Integrated AC'97 or Intel audioNetwork Interface Minimum Integrated 10/100 NIC + 10ft, CAT6e patch cable, yellow, with bootsKeyboard PS/2 104+ Keyboard with Windows keys, without programmable or Internet keys
exterior matching the computer caseCase Small Form Factor Mouse Vendor Branded 2-Button USB Scroll Optical w/ mouse-padWarranty 4 year manufacturer parts and labor warrantyOperating System Windows XP Professional Headset
Audio Cable
Web Cam
Miscellaneous
Telex Discovery DS-8V w/MINI
QTY = 1each - Koss Y/88 Y-Cord for Dual StereoQTY = 2 each – Telex CA-120 Discovery Cord Two 1/8inLogiTech QuickCam Pro 5000
All components must be compatible for use with Windows XP by the Microsoft Hardware compatibility list and the computer vendor
Each computer delivered must have the identical components specified above. Components must be the same model, same revision and be configured to use the same interrupt and memory addresses.
Must be U.L. Listed.
Must be latest Bios and must support all components provided.
All chipsets must be current technology, not end of life ( EOL ) products.
All systems must provide 24X7 toll free Technical support in final costPower Strip One each Belkin M/N F9H610-04 or Equivalent
Specifications for – Item # 6 - Wireless Cart System – 15 systems
Processor Minimum Mobile Intel Core 2 Duo 2.0 GHZ or AMD Turion 64 X2 Mobile processor 2.0 GHZ
Display Minimum 14” XGAMemory Minimum 2 GB DDR (2 DIMMS) expandable to minimum of 2GBExpansion slots Minimum 1 available PCMCIA, Type 1or 2 Expansion bays Minimum Two, InternalExpansion ports Minimum Internal 2 USB 2.0 port, Video Out, Microphone In, Headphone/speaker. Hard Drive Minimum 120 GB Internal 7200RPMFloppy Drive NoneDVD-Rom Minimum 8X Max Internal DVD+/- RWVideo System Minimum Integrated Intel, ATI,or NVidia Graphics Accelerator or compatibleBattery & Power Minimum Two each 6 Cell Lithium Ion, One each A/C power adaptorAudio System Integrated SoundBlaster Compatible with Two internal speakersNetwork Interface Integrated 10/100 Ethernet NIC, Integrated 56K Modem w/10ft. phone line,
Integrated Wireless 802.11b/g and 10ft. CAT 6e, patch cable, yellow, with boots & Integrated Bluetooth Wireless module
Keyboard & Mouse Full Size & Vendor Branded USB 2-Button Scroll Optical w/ mousepadCart Mobile w/wheels, to secure and provide charging for up to 15 laptops simultaneously.
One Unit. To Include 4 Year Parts & labor WarrantyPrinter HP Laserjet P3005dn or Dell Laser 5210n w/ 3 year next day or advance exchange
warranty Laptop Warranty 4 year manufacturer parts and labor warrantyOperating System Windows XP Professional
Miscellaneous All components must be compatible for use with Windows XP by the
Microsoft Hardware compatibility list and the computer vendor
Each computer delivered must have the identical components specified above. Components must be the same model, same revision and be configured to use the same interrupt and memory addresses.
Must be U.L. Listed.
Must be latest Bios and must support all components provided.
All chipsets must be current technology, not end of life ( EOL ) products.
All systems must provide 24X7 toll free Technical support in final costAnti-Theft 4 year paid subscription to Computrace Complete Lojack for Laptops
Specifications for– Item # 7 - Wireless Cart System – 30 systems
Processor Minimum Mobile Intel Core 2 Duo 2.0 GHZ or AMD Turion 64 X2 Mobile processor 2.0 GHZ
Display Minimum 14” XGAMemory Minimum 2 GB DDR (2 DIMMS) expandable to minimum of 2GBExpansion slots Minimum 1 available PCMCIA, Type 1or 2 Expansion bays Minimum Two, InternalExpansion ports Minimum Internal 2 USB 2.0 port, Video Out, Microphone In, Headphone/speaker. Hard Drive Minimum 120 GB Internal 7200RPMFloppy Drive NoneDVD-Rom Minimum 8X Max Internal DVD+/-RW Video System Minimum Integrated Intel, ATI,or NVidia Graphics Accelerator or compatibleBattery & Power Minimum Two each 6 Cell Lithium Ion, One each A/C power adaptorAudio System Integrated SoundBlaster Compatible with Two internal speakersNetwork Interface Integrated 10/100 Ethernet NIC, Integrated 56K Modem w/10ft. phone line,
Integrated Wireless 802.11b/g and 10ft. CAT 6e, patch cable, yellow, with boots & Integrated Bluetooth Wireless module
Keyboard & Mouse Full Size & Vendor Branded USB 2-Button Scroll Optical w/ mousepadCart Mobile w/wheels, to secure and provide charging for up to 30 laptops simultaneously.
One Unit. To Include 4 Year Parts & labor WarrantyPrinter HP Laserjet P3005dn or Dell Laser 5210n w/ 3 year next day or advance exchange
warranty Laptop Warranty 4 year manufacturer parts and labor warrantyOperating System Windows XP Professional
Miscellaneous All components must be compatible for use with Windows XP by the
Microsoft Hardware compatibility list and the computer vendor
Each computer delivered must have the identical components specified above. Components must be the same model, same revision and be configured to use the same interrupt and memory addresses.
Must be U.L. Listed.
Must be latest Bios and must support all components provided.
All chipsets must be current technology, not end of life ( EOL ) products.
All systems must provide 24X7 toll free Technical support in final costAnti-Theft 4 year paid subscription to Computrace Complete Lojack for Laptops
Specifications for Item # 17 – Tablet PC Computer
Processor Minimum Mobile Intel Core 2 Duo U7600 1.2Ghz processor w/2MB L2 Cache Display Minimum 12” WXGAMemory Minimum 2 GB DDR2 (2 DIMMS) expandable to minimum of 1GBExpansion slots Minimum 1 available Express Card/54Mouse Vendor Branded USB 2-Button Scroll Optical w/ mouse-padExpansion ports Minimum Internal 2 USB 2.0 port, Video Out, Microphone In, Integrated IR,
Headphone/speaker, Integrated Secure Digital SlotHard Drive Minimum 100 GB InternalCamera Integrated 2MPDVD-Rom Minimum DVD +/- RW, External Video System Minimum Integrated Intel Graphics Media Battery & Power Minimum Two each 6 Cell Lithium Ion, One each A/C power adaptorAudio System Integrated SoundBlaster Compatible with Two internal speakersNetwork Interface Integrated 10/100 Ethernet NIC, Integrated 56K Modem w/10ft. phone line,
Integrated Wireless 802.11b/g, Integrated Bluetooth moduleKeyboard Minimum Full SizeCase Nylon Carry CaseCables 10ft. USB Printer A/B cable, and 10ft. network patch cable, cat 6e, yellow, with bootsWarranty 4 year manufacturer parts and labor Operating System Minimum Windows XP Tablet Edition latest service pack
Miscellaneous All components must be compatible for use with Windows XP by the
Microsoft Hardware compatibility list and the computer vendor
Each computer delivered must have the identical components specified above. Components must be the same model, same revision and be configured to use the same interrupt and memory addresses.
Must be U.L. Listed.
Must be latest Bios and must support all components provided.
All chipsets must be current technology, not end of life ( EOL ) products.
All systems must provide 24X7 toll free Technical support in final costAnti-Theft 4 year paid subscription to Computrace Complete Lojack for Laptops
\tablet specs.doc
Specifications for Item # 24 – PDA
Processor Minimum 624 MHZ Internal Memory Minimum 384 MBAdd-on Memory Add-on Minimum 2 GB SD Display Minimum 3.5” TFT for 64 colorNetwork Interface Integrated Wireless LAN 802.11b and BluetoothExpansion ports Minimum One SD slot and One CF slotCarry Case Slim-line manufactured for unit External Keyboard Add-on Thumb Type or Standard Keyboard Desktop Charging Cradle
Add-on Cradle for a total of twounits
Operating System MS Windows Mobile 5.0Power Add-on A/C Power Adapter for a total of two unitsWarranty 1Year Next business day exchange w/Accidental Damage Protection or
CompleteCare, P/N U4999E
Miscellaneous All components must be compatible for use with Windows XP by the Microsoft Hardware compatibility list and the computer vendor
Each computer delivered must have the identical components specified above. Components must be the same model, same revision and be configured to use the same interrupt and memory addresses.
Must be U.L. Listed.
Must be latest Bios and must support all components provided.
All chipsets must be current technology, not end of life ( EOL ) products.
All systems must provide 24X7 toll free Technical support in final cost
\PDA specs.doc
Appendix A
Bid award and Image creation
The vendor will be notified on or about November 27, 2007 of the approval by the School Board to purchase their product and the configuration required. One system for item number (1) and item number (2) must be provided to the school district no later than December 8, 2007 for configuration and testing (The District will not issue a Purchase Order for these units, they are to be considered “loaners” and will be returned to the vendor). The software configuration and testing is to be completed by the district by December 22, 2007. There will be one software image to be cloned on each device. The vendor will be responsible for cloning, error free, all systems from the prototypes provided by the district. This includes programming a unique Windows XP SID for each computer. All license fees for the software have been paid for as per the PPS Select Agreement with Microsoft Corporation and other vendors. The vendor’s representative must pickup the prototype computer by December 27, 2007. The vendor will then be responsible for verifying the clone and provide a list of image contents via email ([email protected]) no later than January 16, 2008. After receipt of contents sent by vendor, we will certify the image for use.
Delivery and Installation Guidelines – Applies to all Computers, Printers, and any other item requiring installation
The district will be responsible for having furniture and wiring ready for system installation. Inside delivery on all equipment is required at all PPS locations. The vendor will be responsible for installation at individual school sites throughout the length of the contract The vendor is NOT permitted to move equipment from one building to another to ‘fill in’ orders when units are ‘not-working’, or to
compensate for delivery inadequacies. ALL serial numbers for computers, laser printers, cameras, etc MUST be recorded with copy given to PPS staff at installation Vendor will disconnect all existing computer setups where applicable, box and label all items. See the attached ‘Existing Computer
Disconnect and Removal Guidelines’ form. The vendor is responsible for removal of empty computer , monitor, or printer cartons and packaging from District property within
48 hours of completed installation
Additional Installation Information
Each workstation or printer is to be removed from their shipping carton, setup on existing table, plugged in, turned on, installed and tested as per the attached Equipment Checklist and Installation Guideline sheets.
The Equipment Checklist is to be completed by the vendor technician on-site, for each workstation and/or laser printer. The Equipment Checklist must subsequently be signed by the vendor and PPS staff certifying the proper installation and testing of
all components. All Equipment Checklists must be sent to the Office of Information & Technology, Mr. Tom Wilbrink, 1305 Muriel Street Pgh, Pa
15203 Computer Repair Office.
Inventory
The Vendor is responsible for installing each computer base unit, laser printer, and projector, with a non-removable sticker for inventory (PPS Supplied). Additional stickers may be provided by PPS for other purposes and are required to be installed. An email containing the inventory in Excel spreadsheet format must be provided to the Office of Finance, Mr. Dan Pastorius ([email protected]), in a timely and accurate manner as each site is completed. The successful vendor must consult with someone from that office on the format to be used, prior to preparation. The Office of Finance will provide the range of numbers and stickers. The spreadsheet should contain the following information:
School name Manufacturer Unit CostType of Device (computer, etc.) PO Number Asset tag numberSerial Number Invoice Number Installation DateRoom Number Model Number
Additional Conditions
1. Each computer/notebook/tablet pc carton must have a ‘do not open’ sticker provided by the manufacturer (text and size customized by PPS, a sample is attached), placed on the top flap prior to site delivery
2. Each computer asset tag must be recorded into the system BIOS record (can be done at time of on-site installation)3. Each notebook computer must have Computrace Lojack solution specified installed in system bios and service
activated
Computer Checklist and Test Procedure
School Name Room # PPS Inventory #
_______________________ ____________________ _____________________
Computer Serial # Computer Name IP Address
________________________ WS- - - _____________________
Date Installation Completed ___ /_____ / ______ Purchase Order # _______________
Office Workstations
Box up old computer system and inkjet printer when applicable
Plug new equipment into existing or new power strip
Attach network patch cable from computer to drop
Password protect BIOS w/ PPS supplied password and enter system asset tag number in BIOS
Computer boots and begins sysprep. <please wait while windows begins to start…….>
Change Computer name to unique PPS provided name <at computer name and Administrator password window>
Do not input anything for administrator password, click next.
At Workgroup or Computer domain window, select back.
At Network Settings, select Custom Settings.
Configure static network address for IP, DNS, WINS, Gateway, etc (use Network scanner to obtain available address), next
At Workgroup or Computer domain window, add computer to PPSCENTRAL Domain
System will reboot upon completion of sysprep setup.
Computer Boots to Windows XP login screen. Login supplied by PPS
Configure Norton Anti-Virus
Check that monitor and sound is operational including speakers and headphone jack.
Install and configure network laser printer, print a test page and set as default printer using STATIC IP supplied by PPS (SDSS gets
own printer) Set up additional printers if requested. Delete all unused printers.
Install SASI Desktop Icons
Configure ODBC connection to school SASI server
After reboot, confirm presence of SASI Icons, log into SASI, and that NAV is seeing correct server.
Have user log into his /her acct. configure Outlook, make sure all public and or calendars required per user are set up.
If laptop or tablet pc, verify Computrace Complete Lojack service is activated in BIOS and with vendor
Vendor’s technician signature ___________________________________
School’s principal or Technology team representative ________________________________
Issues/Comments ______________________________________________________________
Computer Checklist and Test Procedure
School Name Room # PPS Inventory #
_______________________ ____________________ _____________________
Computer Serial # Computer Name IP Address
________________________ WS- - - _____________________
Date Installation Completed ___ /_____ / ______ Purchase Order # _______________
Student Workstations (Lab, Library, Classroom Cluster)
Box up old computer system and inkjet printer when applicable
Plug new equipment into existing or new power strip
Attach network patch cable from computer to drop
Password protect BIOS w/ PPS supplied password and enter system asset tag number in BIOS
Computer boots and begins sysprep. <please wait while windows begins to start…….>
Change Computer name to unique PPS provided name <at computer name and Administrator password window>
Do not input anything for administrator password, click next.
At Workgroup or Computer domain window, Add computer to PGHSCHOOL Domain
System will reboot upon completion of sysprep setup.
Computer Boots to Windows XP login screen. Login supplied by PPS
Check that keyboard and mouse are operational and mouse pad is delivered.
Open My Computer. Put media in floppy and CD drives and confirm they are operational.
Check that monitor and sound is operational including speakers and headphone jack.
Change Computer name to unique PPS provided name
Install and configure network laser printer, print a test page and set as default printer. Remove ALL other printers.
Configure Norton Anti-Virus
After reboot, confirm that NAV is seeing correct server
For computer with scanner, install scanner, drivers, software and scan a test document where applicable
If laptop or tablet pc, verify Computrace Complete Lojack service is activated in BIOS and with vendor
Vendor’s technician signature ___________________________________
School’s principal or Technology team representative ________________________________
Issues/Comments ______________________________________________________________
Computer Checklist and Test Procedure
School Name Room # PPS Inventory #
_______________________ ____________________ _____________________
Computer Serial # Computer Name IP Address
________________________ WS- - - _____________________
Date Installation Completed ___ /_____ /_____ Purchase Order # _______________
Teacher Workstations
Box up old computer system and inkjet printer when applicable
Plug new equipment into existing or new power strip
Attach network patch cable from computer to drop
Password protect BIOS w/ PPS supplied password and enter system asset tag number in BIOS
Computer boots and begins sysprep. <please wait while windows begins to start…….>
Change Computer name to unique PPS provided name <at computer name and Administrator password window>
Do not input anything for administrator password, click next.
At Workgroup or Computer domain window, select back.
At Network Settings, select Custom Settings.
Configure static network address for IP, DNS, WINS, Gateway, etc (use Network scanner to obtain available address), next
At Workgroup or Computer domain window, add computer to PPSCENTRAL Domain
System will reboot upon completion of sysprep setup.
Computer Boots to Windows XP login screen. Login supplied by PPS
Configure Norton Anti-Virus
Check that monitor and sound is operational including speakers and headphone jack.
Install inkjet printer, print a test page and set as default printer where applicable
Install SASI Desktop Icons
Configure ODBC connection to school SASI server
After reboot, confirm presence of SASI Icons, log into SASI, and that NAV is seeing correct server.
If laptop or tablet pc, verify Computrace Complete Lojack service is activated in BIOS and with vendor
Vendor’s technician signature ___________________________________
School’s principal or Technology team representative ________________________________
Issues/Comments ______________________________________________________________
Computer Checklist and Test Procedure
School Name Room # PPS Inventory #
_______________________ ____________________ _____________________
Computer Serial # Computer Name IP Address
________________________ WS- - - _____________________
Date Installation Completed ___ /_____ / ______ Purchase Order # _______________
Waterford Workstations (Student or Teacher)
Box up old computer system when applicable
Plug new equipment into existing or new power strip
Attach network patch cable from computer to drop
Password protect BIOS w/ PPS supplied password and enter system asset tag number in BIOS
Computer Boots to Windows XP login screen. Login supplied by PPS
Run SID Changer and delete from desktop after operation is finished
Check that keyboard and mouse are operational and mouse pad is delivered.
Open My Computer. Put media in floppy and CD drives and confirm they are operational.
Check that monitor and sound is operational including speakers and headphone jack.
Install headphone, cables, and web cam where applicable
Change Computer name to unique PPS provided name
Configure network for DHCP, DELETE manual entries for DNS and WINS
Verify Internet connectivity
Add computer to PGHSCHOOL Domain
Install and configure network laser printer, print a test page and set as default printer using STATIC IP supplied by PPS Delete all
other printers.
Configure Norton Anti-Virus
Configure Netop Host
Configure Waterford application where applicable
After reboot, confirm that NAV is seeing correct server.
Vendor’s technician signature ___________________________________
School’s principal or Technology team representative ________________________________
Issues/Comments ______________________________________________________________
Sample of label to be supplied by Computer Vendor and placed on all computer/laptop cartons
STOP - DO NOT OPEN CARTONS!!CONTACT PPS CALL CENTER
412-390-2790 ORhttps://ppssupport.pghboe.loc
FOR INSTALLATION
Old Computer Disconnect and Removal Guidelines (purchases where applicable)
The vendor shall be responsible for disconnecting the old computer, monitor, keyboard,mouse, and inkjet printer when replacing an existing system. All laser printers MUST remain on site and re-connected as outlined in the Computer Checklists. The network patch cable and power strip may remain for the new system.
The vendor shall be responsible for placing all listed components into boxes using thethe following procedure when applicable (when replacing equipment):
computer, keyboard, and mouse with all cords/cables in one box monitor with cord/cables in one box inkjet printer with cord/cables in one box
The vendor may use the boxes from the new equipment if they desire, but is responsiblefor obtaining different boxes which meet the desired boxing scheme, at their expense if these are NOT reused
The vendor shall be responsible for placing two white labels (4” x 4”) on each appropriate box, on both side panels and label as follows:
computer, school name, room number monitor, school name, room number printer, school name, room number
The vendor shall be responsible for providing packing tape, white labels, and markers to insure a uniform packing/labeling scheme, at the vendors expense.
ALL empty shipping cartons and /or packing materials are to be removed from the school property by the vendor within 48 hours of installation, if they are not reused to pack old computers.
The vendor shall be responsible for placing all re-packed sealed cartons in a designated area within each school.
The vendor shall be responsible to submit an Excel spreadsheet of all computer CPU units by FAS number (serial number if FAS not available) re-boxed for each location. This must be sent to Dan Pastorius via email ([email protected]) as each site is packed.