Network Switches 2018 E-Rate RFP

Similar documents
Request for Proposals

Request for Proposal: Wireless Access Points

REQUEST FOR PROPOSAL (RFP) COVER PAGE

Request for Proposal: Alton Middle School NETWORK CABLING

Request for Proposal: NETWORK FIREWALL

2018 Security Cameras

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

Request for Proposals VoIP E-Rate Project Perry County School District. 105 Main Street. New Augusta, MS

Gasconade Co. R-I School District REQUEST FOR PROPOSAL. Annual Audit Services

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

Request for Proposals School Year Project Lafayette County School District 100 Commodore Drive Oxford, MS 38655

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

LAUREL SCHOOL DISTRICT REQUEST FOR PROPOSAL ERATE Funding Year WIRELESS UPGRADE PROJECT

REQUEST FOR PROPOSAL ERATE Funding Year NETWORK UPGRADE PROJECT

Internal Connections E-Rate Request for Proposal #E Earlimart School District

REQUEST FOR PROPOSAL ERATE Funding Year NETWORK UPGRADE PROJECT

City of Hays Request for Proposal. Wastewater Treatment Plant Fiber Connectivity

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

City of Malibu Request for Proposal

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

WAYNE COUNTY REQUEST FOR PROPOSAL ERATE Funding Year NETWORK UPGRADE PROJECT

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

REQUEST FOR PROPOSALS (RFP) MARKETING AGENCY FOR LANE COUNTY FAIR

REQUEST FOR PROPOSAL: SAN EXPANSION & OPTIMIZATION

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES

Request for Proposal PROFESSIONAL AUDIT SERVICES

REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY SUPPORT SERVICES

RFP for 2015 E-Rate Funded Wireless Upgrade Project at Four Locations In Thomasville City Schools RFP Reference# 2015Wireless Cabling Contact Mike

Request for Proposal Enterprise Network Upgrade/AMELIA COUNTY PUBLIC SCHOOLS

REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

New England Telehealth Consortium

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

Automated Airport Parking Project

All proposals must be received by August 30, 2016 at 2:00 PM EST

Request for Proposals Fiber Optic Upgrades To Support a 10 Gbps Backbone Introduction Instructions and Requirements for Vendors NOT

Request for Proposal Hydraulic Rescue Tools. Date Issued: September 28 th, 2016

Request for Proposal Tree Trimming Services June 4, 2018 Procurement Contact Linda Lapeyrouse

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency

1:1 Computer RFP School Year Harrison School District Two

Automatic License Plate Recognition System for the Police Department

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

RESOLUTION NUMBER 2877

Request for Proposal. Skidmore Tynan Independent School District. ERate

Montgomery Independent School District. Network Equipment Refresh Project. Request for Proposal (RFP) RFP#: B4

REQUEST FOR PROPOSAL

PROPOSAL INSTRUCTIONS AND REQUIREMENTS

Request for Proposals Erate Category 2 Project HINDS COUNTY SCHOOL DISTRICT

ADDENDUM NUMBER 02 TO THE BID DOCUMENTS. BID NUMBER: SJCC Parking Garage LED Lighting Retrofit EVERGREEN VALLEY COLLEGE

City of Gainesville State of Georgia

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

REQUEST FOR QUALIFICATIONS. Design Professional Services

Request For Proposal. District Wide Wireless Solution USAC/E- Rate 470

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

Request for Proposals. For RFP # 2011-OOC-KDA-00

FLORIDA DEPARTMENT OF TRANSPORTATION

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

REQUEST FOR PROPOSAL Architectural Services

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

CITY AND COUNTY OF SAN FRANCISCO DEPARTMENT OF ELECTIONS

LAS VIRGENES MUNICIPAL WATER DISTRICT 4232 Las Virgenes Road, Calabasas, California 91302

REQUEST FOR PROPOSAL INFORMATION SECURITY CONSULTANT FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2013-P03

New England Telehealth Consortium

BIDS MAY BE SUBMITTED BY OR TIME RECORDED MAIL DELIVERY (UPS, FEDEX)

REQUEST FOR PROPOSAL (RFP) FOR LOCAL COUNSEL LEGAL REPRESENTATION FOR LYCOMING COUNTY IN POTENTIAL OPIOID- RELATED LITIGATION

Request for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

Clovis Unified School District. REQUEST FOR PROPOSALS ( RFP ) RFP 2720 Billing Services, Medi-Cal LEA Billing Option Program

1 INTERNAL AUDIT SERVICES RFP

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

Request for Proposal For Pre-Employment Screening Services. Allegheny County Airport Authority

REQUEST FOR PROPOSAL Student Devices

Ontario School District 8C

GRADY COUNTY SCHOOLS 122 North Broad St. Cairo, GA REQUEST FOR PROPOSAL FOR WEB HOSTING RFP NO.: WEBH DATE DUE: September 20, 2013

REQUEST FOR PROPOSAL DESIGN BUILD PUBLIC WORKS BUILDING. March 2017

Multi-Purpose Paper Bid No. PR10-B14

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

Dakota County Technical College. Pod 6 AHU Replacement

REQUEST FOR PROPOSALS RFP# CAFTB

REQUEST FOR PROPOSAL for Wide Area Network Design, Configuration and Installation

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

PROPOSAL SUBMITTALS: Responses to the Request for Proposal (RFP) are to be submitted to:

Request for Proposal for: Financial Audit Services

General Contractor Services - Small Projects

RFP & SPECIFICATIONS School Buses (3)

REQUEST FOR PROPOSALS

Transcription:

Meramec Valley R-III School District 136 W. Union Street Pacific, MO 63069 Phone: 636-271-1402 Fax: 636-271-1471 dhaley@mvr3.k12.mo.us Network Switches 2018 E-Rate RFP INVITATION TO BID The Meramec Valley R-III School District invites sealed bids in accordance with the provisions, specifications, and bidding instructions set forth in this Request for Proposals. Bids must be delivered to Meramec Valley R- III Board of Education Office, 126 N Payne Street, Pacific, MO 63069, prior to the submission deadline. DISTRICT Meramec Valley R-III School District serves more than 3,100 students in grades Kindergarten 12, in 8 schools with separate campuses for Pre-K, Special Education, and Administration Office. The District employs approximately 468 staff members. PROJECT TITLE 2018 Network Switches RFP SCHEDULE Proposal Offered: December 20, 2017 Proposal Questions Due: January 19, 2018 Proposal Closing: January 24, 2018 Bid specifications are available via E-Rate 470 posting, E-mail to the above address, or download from http://www.mvr3.k12.mo.us Page 1

DESCRIPTION Through this proposal, Meramec Valley R-III School District is seeking to upgrade the current network switch infrastructure. The District is seeking to obtain proposals from qualified and experienced persons, organizations, or companies to provide the services described herein. The District intends to contract with the successful Proposer to provide advice and consultation to the District about the services to be provided, related matters, and related reasonable costs. GENERAL INFORMATION 1. Companies are strongly encouraged to read the entire Request for Proposal (RFP). 2. The purpose of this RFP is to establish the requirements for the requested services, and to solicit Proposals from firms (hereafter Company ) for providing such services. The RFP requests a great amount of detail to avoid delays, misunderstanding, and to simplify the evaluation of the Proposals. The Company is requested to respond to each specification. 3. It is the Company s responsibility to assure that their proposal is delivered at the proper time and place of the proposal opening. 4. The District is not responsible for lateness or non-delivery by the US Postal Service or other carrier to the District. The time and date recorded by the District shall be the official time of receipt. Late bids will not be considered. 5. The information presented in the RFP is not to be construed as a commitment of any kind on the part of the District. There is no expressed or implied obligation for the District to reimburse responding Companies for any expenses incurred in preparing proposals in response to this request. 6. The District reserves the right to decline any or all proposal submissions, or to cancel the RFP call, in whole or in part, at any time prior to making an award, for any reason, or no reason, without liability being incurred by the District to any Company for any expense, cost, loss, or damage incurred or suffered by the Company as a result of such withdrawal. 7. While the District has used considerable efforts to ensure an accurate representation of information in this RFP document, the information herein is contained solely as a guideline for proposers. 8. In the event of a conflict between the Proposal and the RFP, the District shall resolve any inconsistency in favor of the RFP. The Company agrees to abide by the decisions of the District. Any ambiguity in the Proposal because of the omission, error, lack of clarity, or noncompliance by the Company with specifications, instructions, and all conditions of bidding shall be construed in the favor of the District 9. The Company is responsible for its own verification of all information provided. The Company must satisfy itself, upon examination of this RFP, as to the intent of the specifications. After the submission of the Proposal, no complaint or claim that there was any misunderstanding will be entertained. Page 2

10. No oral interpretation will be made to any Company as to the meaning of the RFP. Any oral communication will be considered unofficial and non-binding on the District. 11. Any requests for clarification of additional information deemed necessary by any respondent to present a bid shall be submitted in writing by email to dhaley@mvr3.k12.mo.us. Written requests for information must be received a minimum of five (5) days prior to the Proposal due date. Any questions received after the stated deadline will not be considered. 12. Any information given to one prospective bidder will be furnished to all prospective bidders as a Proposal addendum and will be located on the District s website for RFP/RFQs, if such information is necessary to bidders in submitting their proposals or if the lack of such information would be prejudicial to an uninformed bidder. Companies are requested to check on the District website daily for any new addendums to this RFP. 13. The District reserves the right to modify the specifications prior to the Proposal submission deadline and will endeavor to notify all potential Companies that have received a copy of the specifications, but failure to notify shall impose no obligation or liability on the District. 14. The successful Company will be responsible for the safe delivery of all hardware. If deliveries prove to be unsatisfactory, or other problems arise, the District reserves the right to withdraw the award to the successful Company. 15. All Proposals shall be deemed final, conclusive, and irrevocable and no Proposal shall be subject to correction or amendment for any error or miscalculation. No Proposal shall be withdrawn without the consent of the District after the scheduled closing time for the receipt of Proposals. 16. The District may accept one part, aspect, or phase, or any combination thereof, of any Proposal unless the Company specifically qualifies its offer by stating that the proposal must be taken as a whole. 17. To facilitate consideration of the Proposals, the District may, at its option, conduct interviews after receipt of the Proposal. If this is necessary, the Company will be contacted to arrange a time for an interview. The District, in its sole discretion, will determine which, if any, Company will be interviewed. 18. The District reserves the right to hold negotiations in an attempt to clarify and qualify terms of any Proposal. 19. The District reserves the right to negotiate final Agreement terms with any Company, regardless of whether such Company was interviewed or submitted a best and final Proposal. 20. The District may accept any Proposal as submitted whether or not negotiations have been conducted between the parties. 21. The District reserves the right to withdraw the award to a successful Company within 30 days of the award if, in the opinion of the District, the successful Company is unable or unwilling to enter into a form of Agreement satisfactory to the District. The District shall be entitled to do so without any liability being incurred by the District to the Company. Page 3

22. The District reserves the right to terminate this contract within 30 days written notice if, in its opinion, the successful Company fails to meet the terms and conditions of the RFP. Notwithstanding the termination of the contract, the successful Company shall remain responsible for its obligations under this contract up to the date of termination. The District reserves the right to commence an action in a court of competent jurisdiction against the successful Company for damages that result from the breach of the terms and conditions of the contract, by the successful Company. 23. Any and all bids are to be in accordance with the State of Missouri bids for public entities. E-RATE This proposal request is for services to be subsidized under the Universal Services E-Rate Program for Schools and Libraries. The vendor must be registered as a service provider with the Schools and Libraries Division (SLD) of the Federal Communications Commission (FCC), have a Service Provider Identification Number (SPIN) and comply with all SLD service provider requirements, including providing invoices to the Schools and Library Division in order for the school system to receive appropriate discounts. No purchase order will be issued, no installation will occur, and no services will be provided until submission of the form 471. Meramec Valley R-III shall be the sole party determining whether any approved E-Rate funding is required for the applicant to proceed. VENDOR QUALIFICATIONS In order to submit a proposal, the vendor must meet the following qualifications: Be able to supply all products and services. By submitting a Proposal, the Vendor certifies that it is not currently barred or otherwise prohibited from submitting proposals for contracts to any political subdivision or agency of the State of Missouri. Provide a minimum of three client references for projects of similar size and complexity, preferably in the K-12 setting. Reference information must include company name/project, contact name, address and telephone number. MISSOURI WAGE AND LABOR STANDARDS It is the statutory policy of the State of Missouri that a wage of no less than the prevailing hourly rate of wages for work of a similar character in the locality in which the work is performed, shall be paid to all workmen employed by or on behalf of any public body engaging in public works exclusive of maintenance work. Section 290.290.RSMo Page 4

RFP AND COMPETITIVE BIDDING PROCEDURES All bids will be opened at 10:00 am on January 24. 2018. SEALED PROPOSAL 2018 Network Switch Infrastructure Upgrade The Company must submit two (2) original copies and one (1) electronic copy of the Proposal in sealed envelopes plainly marked with the name 2018 Network Switch Infrastructure Upgrade 1. Proposals should be delivered prior to the date and time specified above to: Meramec Valley R-III School District ATTN: Director of Technology 126 N Payne Street Pacific, MO 63069 2. Bids must be accompanied by Bid Security in the form of a cashier s check, certified check, or Bid Bond in an amount not less than five (5) percent of the bid. 3. The Company must submit a complete Proposal covering all requirements identified in this RFP package in order to be considered. All Proposals will be carefully scrutinized to ensure that such requirements can be met. Proposals submitted must be the original work product of the Company. 4. Meramec Valley R-III School District reserves the right to reject any and all bids and to waive informalities and minor irregularities in bids received and to accept any portion of the bid or all items proposed if deemed in the best interest of the District. 5. Meramec Valley R-III School District is exempt from all local, state, and federal taxes. 6. Successful bidder must complete an E-Verify Form W-9 form (Taxpayer Identification No.). 7. Oral, telephone, FAX, or E-Mail Proposals will not be considered. PROPOSAL EVALUATION AND AWARD Meramec Valley R-III School District reserves the right to reject any or all proposals and select the proposal that offers the best overall benefit to the school system. Along with price, special consideration will be given to the proposal of components/services that we believe offer the highest quality and usability with regard to the current infrastructure, future growth, and RFP specifications. In addition, special consideration will be given to vendors that are stable and have established themselves in the market. Price is the primary consideration, but not the only consideration per FCC rules for evaluating RFP s for E-Rate. Page 5

Evaluation 1. Proposals must be concise and in outline format. Pertinent supplemental information should be referenced and included as attachments. All proposals must be organized and tabbed to allow for easy reference. The Company must submit two (2) original copies and one (1) electronic copy (flash drive). 2. Elaborate and expensive copy is not required. Neat, legible and clearly stated information is adequate and will be used in the evaluation process. Supplier brochures may be included on an optional basis, but may not be substituted for the information requested herein. 3. The Proposal shall include a Letter of Transmittal that provides an introduction to the Company and includes an expression of the Company s ability and desire to meet the requirements of the RFP. The Letter of Transmittal must be signed by an authorized individual able to bind the Company to all items in the Proposal, including products, services, prices, etc. contained in the Proposal. 4. The Proposal shall include an Executive Summary that briefly describes the Company s approach to meeting the District s requirements as outlined in the RFP, indicates any major requirements that cannot be met, and highlights the major features of the Proposal. The reader should be able to determine generally how well the Proposal meets the District s requirements by reading the Executive Summary. 5. The company shall, in its response to this RFP: a. Provide proof that the Company has at least three (3) years of successful experience and is licensed to provide services in the State of Missouri. b. Give the address of the specific office which will have responsibility for performing the work contemplated by this RFP. c. Through brief narrative discussion, show reason why the Company believes it is especially qualified to undertake this project. Discuss any unique qualifications that the Company possesses which would be of benefit t the District in the execution of this project. 6. The Company shall complete Attachment 1, Company Identification Form which includes potential conflict of interest statement. 7. The Company shall complete Attachment 2, References and Experience, including a listing of all Missouri school districts for which the Company currently provides services. The references should include at least one contract with a time and attendance system currently in force with a district similar in size and population to the District. The Company shall additionally provide the District a listing of all public school clients that have discontinued service from Company in the past five years due to poor performance or non-performance. 8. The Company shall complete Attachment 3, Vendor Information Questionnaire. 9. The company must respond with fee proposal per the specific format on Attachment 4, Cost Proposal. 10. Proposals will be evaluated by the District and designated staff. The following factors will be considered when evaluating the responses: a. Price of goods and services Page 6

b. Ease of implementation of proposed solution c. Client references and/or citations from prior projects of similar size and complexity d. Proposal preparation, thoroughness, and responsiveness to RFP e. Prior positive experience with vendor Preference will be given to Missouri vendors if all other factors are equal. Award 1. The selection of the successful vendor will be made after a thorough evaluation of the proposals submitted. 2. The contract will be awarded to the Company whose proposal will be most advantageous to the District based on conformity to the RFP, reputation of the Company, cost and other factors. The award will be subject to approval by the Board of Education. 3. The District reserves the right to require the Company to demonstrate any hardware or software offered in their Proposal. 4. The District shall not be obligated to explain the results of the evaluation process to any Company. 5. No verbal agreement or conversation with any officer, agent, or employee of the District, either before or after the execution of the contract resulting from the RFP or follow-up negotiations, shall affect or modify any of the terms or obligations contained in the written contract resulting from the RFP. SCOPE OF SERVICES AND TECHNICAL REQUIREMENTS Meramec Valley R-III School District is accepting bids to upgrade the existing network infrastructure. Proposals should include: 1. Delivery, installation, setup, implementation and technical training about all equipment included in the proposal. 2. Length and terms of parts & labor warranty. CURRENT NETWORK Switch Infrastructure Overview The Meramec Valley R-III School District is a Star Topology, with Pacific High School acting as our central connection point. Currently, each location has a 10 Gb fiber connecting them to Pacific High School. We have a 500MB Internet connection coming into the high school, then shared to all other district buildings. Inside of each building, there is a 10 Gb fiber backbone connecting each IDF to the MDF. Our existing core switch at the high school is an HP 7510, which is the controller for the wireless access system at 5 elementary sites, Central Office, technology office, and early childhood center. This switch will remain in place and must work with new Page 7

switching infrastructure. There are eleven (11) HP 5130 24G-PoE+ switches and twelve (12) HP 5130 48G- PoE- switches in various locations that will remain in place and in use, so any new equipment must be compatible with current equipment. Fiber Infrastructure Coleman Elementary: IDF1: Aqua enhanced multimode fiber back to MDF IDF2: Aqua enhanced multimode fiber back to MDF IDF3: Aqua enhanced multimode fiber back to MDF IDF4: Aqua enhanced multimode fiber back to MDF MDF: Yellow single mode fiber back to PHS Core (5 miles by driving) Nike Elementary: IDF1: Aqua enhanced multimode fiber back to MDF IDF2: Aqua enhanced multimode fiber back to MDF MDF: Yellow Single mode fiber back to PHS Core (8.7 miles by driving) Robertsville Elementary IDF1: Aqua enhanced multimode fiber back to MDF IDF2: Aqua enhanced multimode fiber back to MDF MDF: Yellow single mode fiber back to PHS Core (11.2 miles by driving) Truman Elementary IDF1: Aqua enhanced multimode fiber back to MDF IDF2: Aqua enhanced multimode fiber back to MDF IDF3: Aqua enhanced multimode fiber back to MDF MDF: Yellow single mode fiber back to PHS Core (.2 miles by driving) Zitzman Elementary IDF1: Aqua enhanced multimode fiber back to MDF IDF2: Aqua enhanced multimode fiber back to MDF IDF3: Aqua enhanced multimode fiber back to MDF MDF: Yellow single mode fiber back to PHS Core (2.4 miles by driving) Meramec Valley Middle School IDF1: Aqua enhanced multimode fiber back to MDF IDF2: Aqua enhanced multimode fiber back to MDF IDF3: Aqua enhanced multimode fiber back to MDF IDF4: Aqua enhanced multimode fiber back to MDF MDF: Yellow single mode fiber back to PHS Core (1.7 miles by driving) Page 8

Riverbend School IDF1: Aqua enhanced multimode fiber back to MDF IDF2: Aqua enhanced multimode fiber back to MDF IDF3: Aqua enhanced multimode fiber back to MDF MDF: Yellow single mode fiber back to PHS Core (2.6 miles by driving) Pacific High School IDF1: Aqua enhanced multimode fiber back to MDF IDF2: Aqua enhanced multimode fiber back to MDF IDF3: Aqua 10 Gb enhanced multimode fiber back to MDF IDF4: Aqua enhanced multimode fiber back to MDF; Orange multimode to IDF 10 IDF5: Aqua 10 Gb enhanced multimode fiber back to MDF IDF6: Aqua enhanced multimode fiber back to MDF IDF7: Aqua enhanced multimode fiber back to MDF IDF8: Aqua enhanced multimode fiber back to MDF IDF9: Aqua enhanced multimode fiber back to MDF IDF10: Orange multimode back to IDF4 MDF: 10 yellow single mode fiber from every school; 10 Aqua enhanced multimode fiber to all IDFS Transportation Office/Bus Garage MDF: Aqua enhanced multimode fiber back to Transportation (Bus Garage) MDF: Orange multimode back to Nike Elementary (Transportation) Technology Office MDF: Yellow single mode fiber back to PHS Core (2.3 miles by driving) Administration Office MDF: Yellow single mode fiber back to PHS Core IDF1: Aqua enhanced multimode fiber back to MDF (1.5 miles by driving) SPECIFICATIONS The proposed network infrastructure bid must be HP model or equivalent; see E-Rate form 470 for equipment listing. All proposed solutions must meet the following specifications: All IDFs must have 10 Gb back to edge switch All Edge switches must be 10 Gb back to district Core All switches must be POE+ All switches must be stacked Page 9

All warranty information must be clearly written Successful bidder will meet with District personnel to discuss planning/dates of switch installation/configuration Successful bidder will be expected to provide service for a specified amount of time after installation to ensure all installations, configurations, etc. are working to the expectations of the District. All bids must have minimum 3 year service/support from manufacturer included Switches must be expandable to 40 Gb fiber Switching solution must work with current centralized management platform (IMC) All cores must be chassis based that will support redundant power and expandability to 40 Gb Pricing must include any yearly maintenance agreements for licenses or software, if applicable Installation Bid must be a turnkey solution. Configure switching infrastructure to meet specifications of the District, including, but not limited to, specific VLANs, port configuration, etc. Successful bidder will be responsible for removing old switches and installing new switches in existing racks to specific placement as determined by the District. Patch panels on racks will need to be adjusted per District to allow for new switch configuration Licenses & Support Please provide warranty information for all products bid. PARTS All parts and components supplied by the Company in the process of maintaining and servicing the new equipment for the duration of the resulting contract shall be new Original Equipment Manufacturer (OEM), or rebuilt OEM parts by the manufacturer of the equipment. Rebuilt parts and components must be guaranteed to perform so that product specifications are met. Proposals shall include a complete description of the rebuilt parts process used by the manufacturer in creating recycled parts. The Company shall have in place an inventory and delivery system of parts in quantities sufficient to serve the requirements of the contract. TECHNICAL MAINTENANCE SUPPORT The Company shall have sufficient management and qualified manufacturer trained and certified technicians to service the system supplied under the contract. The Company shall have a sufficient number of technicians to serve and support the system under the contract SOFTWARE TECHNICAL SUPPORT The Proposal shall include an outline of support services to be offered, including establishing direct lines of communication between the District technical staff and the manufacturer(s) of the equipment or software offered. Page 10

RESPONSIBILITIES AND DUTIES OF THE COMPANY 1. The Company shall be responsible for all material(s) shipped prior to and during installation until the District gives acceptance in writing. All risk of loss or expense associated with storing material(s) prior to the date of acceptance by the District is the responsibility of the Company. 2. The Company shall provide and pay for all materials, labor, tools, transportation and handling, and other facilities necessary for the furnishing delivery, assembly, plus inspection before and after installation of items specified herein. 3. The Company shall, at all times, keep the premises and the areas in which the work is performed, free from accumulation of waste materials or rubbish. All tools, installation equipment, machinery, and surplus materials used during the progress of the work will be kept in orderly fashion until completion of the project. The Company shall remove from the premises all crates, wrappings, and other flammable waste materials or trash from the building. If the premises are not maintained properly, the District may have any accumulations of non-recyclable waste materials or trash removed with costs to be incurred by the Company as deemed appropriate by District. 4. The Company shall show proof of ability to provide qualified trained sales/service personnel to provide software and technical assistance at any location, including assistance in problem solving, maintenance, machine operation, etc. The Company must also have access to manufacturer s technical resources for problems that are beyond the ability of the Company s staff. Such assistance shall be available at no cost and within twenty-four (24) hours of notification by the District. 5. It will be the responsibility of the Company to notify the District when any hardware/software provided in response to this RFP is discontinued by the manufacturer and becomes unavailable. Any discontinued hardware/software that is in use and operational will not be replaced until it is no longer serviceable. At that time, the District s authorized representative must approve the replacement hardware/software being offered by the Company. Such approval is contingent upon compliance with the following condition: a. The replacement hardware/software must be of equal or greater technology and offers the same or better features than the discontinued model. MISCELLANEOUS 1. The District will reject any proposal that deviates significantly from the specifications of this RFP. Companies submitting proposals with any minor deviations must identify and fully justify such deviations for the District s consideration. 2. The Company must be prepared to provide any evidence of experience, performance ability, and/or financial surety that the District deems necessary or appropriate to fully establish the performance capabilities represented in their proposals. 3. Proposals requesting joint ventures between vendors will not be accepted. The District will only enter into a contract with a prime vendor who will be require to assume full responsibility for the delivery/installation of equipment, software, and related services identified in this RFP whether or not the equipment, products, and/or services are manufactured, produced or provided by the prime vendor. The prime vendor may enter into written subcontract(s) for performance of certain of its functions under Page 11

the contract only with written approval from the District prior to the effective date of any subcontract. The prime vendor shall be wholly responsible for the entire performance of the contract whether or not subcontractors are used. 4. The successful Company must demonstrate that it carries sufficient workers compensation insurance in a company, or companies, licensed to do business in Missouri, and furnish certificates evidencing said insurance as may be required by the District. The Proposal shall include evidence that the Company is covered by Commercial General Liability Insurance throughout the term of the Contract. Each Company must show proof with the submission of its Proposal that upon the award of a contract, it will be covered by Commercial Liability Insurance coverage with limits of $2 million per occurrence for liability (by way of primary coverage and/or Umbrella Coverage and/or otherwise), arising at law for damages caused by reason of bodily injury (including death) or damage to property by its employees or sub-consultants. 5. The Company shall represent and warrant in the Proposal that the proposed system conforms to the RFP requirements and the Company s written specifications, and that it shall be free from defects in materials and workmanship for a minimum period of one year after acceptance of the system. The Company shall represent and warrant that the proposed system shall function according to published manufacturer specifications on the acceptance date for such system, and that the Company shall modify, adjust, repair and/or replace said system as the District deems necessary or appropriate to have it perform in full accordance with the terms and conditions of the RFP. 6. The Company must warrant, represent, and certify that in connection with this RFP the following requirements have been met: a. The costs proposed have been arrived at independently, without consultant, communication, or agreement for the purpose of restricting competition as to any matter relating to such process with any other organization or with any competitor. b. Unless otherwise required by law, the costs quoted have not been knowingly disclosed by the Company on a prior basis directly or indirectly to any other organization or to any competitor. c. No attempt has been made or will be made by the Company to induce any other person or firm to submit or not to submit a proposal for the purposed of restricting competition. 7. All system products (hardware, operating system, etc.) offered to the District in the Proposal must be currently manufactured and available for general sales, lease, or licenses on the date the Proposal is submitted. All system products offered must be both forward and backward compatible with the technology environment described above. 8. During and after the installation of the products and system, the District and its authorized representatives shall be allowed access to inspect all Company materials, documents, work papers, equipment or products, deliverables, or any such other items which pertain to the scope of work for this RFP and contract. This requirement also applies to any sub-contractors who may be engaged by the Company. Page 12

Attachment 1: Company Identification Form Designate one individual as the Company s representative of the District during the term of the contract. The representative will be contacted to solve any and all problems that may arise concerning the Proposal during the evaluation period. The undersigned Company hereby agrees to be bound by the terms of the RFP and that the enclosed Proposal is submitted in accordance therewith. Once completed and returned, this Proposal becomes the primary basis for evaluation and selection of the Company to provide the services required by the District for the specified period. By signing this Company Identification Form, the Company certifies that there are no PARTIES OF INTEREST or CONFLICTS OF INTEREST, as defined by state and/or federal regulations, existing between the Company and the District or any of its employees, agents or Board of Education members. Company Name Representative s Name Title Address City/State/Zip Telephone # Fax # E-mail Address The undersigned hereby acknowledges that the Company has read and agrees to the terms and conditions set forth in the RFP, and that the terms and conditions set forth in the Proposal will remain open for at least 90 days from the deadline for submission of Proposals. Company Representative Signature Date

Attachment 2: References and Experience Each Company must submit a minimum of three (3) references. Each reference must be presently using services similar to those requested in this RFP. No reference may be an affiliate of the Company or the Company s officers, directors, shareholders or partners. List as primary references any contracts currently in force with public school districts; include contacts and telephone numbers for each reference. 1) Company Name: Business Address: Name and Title of Contact: Phone Number of Contact: Contract Length: Contract Value: 2) Company Name: Business Address: Name and Title of Contact: Phone Number of Contact: Contract Length: Contract Value: 3) Company Name: Business Address: Name and Title of Contact: Phone Number of Contact: Contract Length: Contract Value: 4) Company Name: Business Address: Name and Title of Contact: Phone Number of Contact: Contract Length: Contract Value: 5) Company Name: Business Address: Name and Title of Contact: Phone Number of Contact: Contract Length: Contract Value:

References and Experience (continued) All Contracts terminated for default within the last five (5) years should be noted below. Terminations for default is defined as notice to stop performance due to Company s nonperformance or poor performance. Submit full details of all terminations for default experienced. The District will evaluate the facts and may, at its sole discretion, reject the Company s Proposal if the facts discovered indicate that the completion of a contract resulting from this RFP may be jeopardized by selection of the Company. If the Company has experienced no such terminations for default in the past five (5) years, so indicate. TERMINATED CONTRACTS WITHIN THE LAST FIVE (5) YEARS #1 #2 #3 Company Name Business Address Name of Contact Title of Contact Telephone Number of Contact Contract Length

Attachment 3: Vendor Information Questionnaire VENDOR INFORMATION QUESTIONNAIRE Please provide answers that are complete, but brief as possible. 1. General Information How many years has your organization been providing services for the solutions proposed in the District s RFP? How many customers are presently using the proposed solution? Does your organization maintain a local service office in our vicinity? If so, indicate location. Does your organization produce, implement and support all of the components of the proposed solution including hardware and software? Please show the approximate number of employees your organization has in each of the following areas: service, customer support, engineering, and training. 2. Implementation Describe the implementation services that you will provide for the proposed solutions. Please describe the implementation team that would be assigned to our account. What is your implementation methodology?

Attachment 4 "Cost Proposal" MERAMEC VALLEY SCHOOL DIST R3 Wired LAN/WAN Infrastructure: Vendors shall include all costs including purchase, delivery, installation, configuration, cutover and any/all other items required to make the systems operational. Quantity (Est) Part Number Proposers: Provide the equipment below or call out changes if substituting alternatives. ALL RFP RESPONSES MUST INCLUDE THIS SHEET FOR PRICING INFORMATION. Per SLD rules the equipment specified is preferred. The district will consider all equivalent proposals but any proposed solutions must seamlessly interoperate with existing infrastructure. Any requests for clarification of additional information deemed necessary by any respondent to present a bid shall be submitted in writing by email to dhaley@mvr3.k12.mo.us. Written requests for information must be received a minimum of five (5) days prior to the Proposal due date. Any questions received after the stated deadline will not be considered. Explain if the licenses posted below include hardware replacement. Please include: installation, configuration, all necessary cables, software and licenses and include specific costs and e-rate eligibility for each item proposed, shipping fees, training and any associated taxes or fees. ALL Equipment is posted with Or Equivalent understood Purchase and Delivery of Equipment Unit Cost Purchase and Delivery of Equipment Ext Cost Installation, configuration and other Total Proposed Cost COLEMAN ELEMENTARY 8 J9150A HPE X132 10G SFP+ LC SR Transceiver $ - $ - $ - NIKE ELEMENTARY 5 J9150A HPE X132 10G SFP+ LC SR Transceiver $ - $ - $ - ROBERTSVILLE Elem 4 J9150A HPE X132 10G SFP+ LC SR Transceiver $ - $ - $ - TRUMAN ELEMENTARY 6 J9150A HPE X132 10G SFP+ LC SR Transceiver $ - $ - $ - ZITZMAN ELEMENTARY 6 J9150A HPE X132 10G SFP+ LC SR Transceiver $ - $ - $ - MVMS 8 J9150A HPE X132 10G SFP+ LC SR Transceiver $ - $ - $ - RIVERBEND SCHOOL 6 J9150A HPE X132 10G SFP+ LC SR Transceiver $ - $ - $ - PACIFIC HIGH SCHOOL 22 J9150A HPE X132 10G SFP+ LC SR Transceiver $ - $ - $ - Total 65 $ - $ - $ - COLEMAN ELEMENTARY 1 J9151A HPE X132 10G SFP+ LC LR Transceiver $ - $ - $ - TRUMAN ELEMENTARY 1 J9151A HPE X132 10G SFP+ LC LR Transceiver $ - $ - $ - ZITZMAN ELEMENTARY 2 J9151A HPE X132 10G SFP+ LC LR Transceiver $ - $ - $ - MVMS 1 J9151A HPE X132 10G SFP+ LC LR Transceiver $ - $ - $ - RIVERBEND SCHOOL 1 J9151A HPE X132 10G SFP+ LC LR Transceiver $ - $ - $ - PACIFIC HIGH SCHOOL 10 J9151A HPE X132 10G SFP+ LC LR Transceiver $ - $ - $ - Total 16 $ - $ - $ - NIKE ELEMENTARY 1 J9153A HPE X132 10G SFP+ LC ER Transceiver $ - $ - $ - ROBERTSVILLE Elem 1 J9153A HPE X132 10G SFP+ LC ER Transceiver $ - $ - $ - PACIFIC HIGH SCHOOL 2 J9153A HPE X132 10G SFP+ LC ER Transceiver $ - $ - $ - Total 4 $ - $ - $ - PACIFIC HIGH SCHOOL 3 J9538A HPE 8-port 10GbE SFP+ v2 zl Module $ - $ - $ - Total 3 $ - $ - $ - COLEMAN ELEMENTARY 5 J9734A Aruba 2920/2930M 0.5m Stacking Cable $ - $ - $ - NIKE ELEMENTARY 2 J9734A Aruba 2920/2930M 0.5m Stacking Cable $ - $ - $ - ROBERTSVILLE Elem 2 J9734A Aruba 2920/2930M 0.5m Stacking Cable $ - $ - $ - TRUMAN ELEMENTARY 5 J9734A Aruba 2920/2930M 0.5m Stacking Cable $ - $ - $ - ZITZMAN ELEMENTARY 5 J9734A Aruba 2920/2930M 0.5m Stacking Cable $ - $ - $ - SKU Number

MVMS 9 J9734A Aruba 2920/2930M 0.5m Stacking Cable $ - $ - $ - RIVERBEND SCHOOL 6 J9734A Aruba 2920/2930M 0.5m Stacking Cable $ - $ - $ - PACIFIC HIGH SCHOOL 19 J9734A Aruba 2920/2930M 0.5m Stacking Cable $ - $ - $ - Total 53 $ - $ - $ - MVMS 1 J9735A Aruba 2920/2930M 1m Stacking Cable $ - $ - $ - RIVERBEND SCHOOL 1 J9735A Aruba 2920/2930M 1m Stacking Cable $ - $ - $ - PACIFIC HIGH SCHOOL 2 J9735A Aruba 2920/2930M 1m Stacking Cable $ - $ - $ - Total 4 COLEMAN ELEMENTARY 2 J9829A Aruba 5400R 1100W PoE+ zl2 PSU $ - $ - $ - NIKE ELEMENTARY 2 J9829A Aruba 5400R 1100W PoE+ zl2 PSU $ - $ - $ - ROBERTSVILLE Elem 2 J9829A Aruba 5400R 1100W PoE+ zl2 PSU $ - $ - $ - TRUMAN ELEMENTARY 2 J9829A Aruba 5400R 1100W PoE+ zl2 PSU $ - $ - $ - ZITZMAN ELEMENTARY 2 J9829A Aruba 5400R 1100W PoE+ zl2 PSU $ - $ - $ - MVMS 2 J9829A Aruba 5400R 1100W PoE+ zl2 PSU $ - $ - $ - RIVERBEND SCHOOL 2 J9829A Aruba 5400R 1100W PoE+ zl2 PSU $ - $ - $ - PACIFIC HIGH SCHOOL 3 J9829A Aruba 5400R 1100W PoE+ zl2 PSU $ - $ - $ - COLEMAN ELEMENTARY 2 NIKE ELEMENTARY 2 ROBERTSVILLE Elem 2 TRUMAN ELEMENTARY 2 ZITZMAN ELEMENTARY 2 MVMS 2 RIVERBEND SCHOOL 2 PACIFIC HIGH SCHOOL 2 Total 17 $ - $ - $ - J9829A J9829A J9829A J9829A J9829A J9829A J9829A J9829A Total 16 $ - $ - $ - ROBERTSVILLE Elem 1 J9986A Aruba 24p 1000BASE-T PoE+ v3 zl2 Mod $ - $ - $ - RIVERBEND SCHOOL 3 J9986A Aruba 24p 1000BASE-T PoE+ v3 zl2 Mod $ - $ - $ - Total 4 $ - $ - $ - ZITZMAN ELEMENTARY 3 J9986A Aruba 24p 1000BASE-T PoE+ v3 zl2 Mod $ - $ - $ - COLEMAN ELEMENTARY 1 J9986A Aruba 24p 1000BASE-T PoE+ v3 zl2 Mod $ - $ - $ - COLEMAN ELEMENTARY 2 J9986A Aruba 24p 1000BASE-T PoE+ v3 zl2 Mod $ - $ - $ - NIKE ELEMENTARY 1 J9986A Aruba 24p 1000BASE-T PoE+ v3 zl2 Mod $ - $ - $ - NIKE ELEMENTARY 3 J9986A Aruba 24p 1000BASE-T PoE+ v3 zl2 Mod $ - $ - $ - ROBERTSVILLE Elem 2 J9986A Aruba 24p 1000BASE-T PoE+ v3 zl2 Mod $ - $ - $ - TRUMAN ELEMENTARY 1 J9986A Aruba 24p 1000BASE-T PoE+ v3 zl2 Mod $ - $ - $ - TRUMAN ELEMENTARY 1 J9986A Aruba 24p 1000BASE-T PoE+ v3 zl2 Mod $ - $ - $ -

ZITZMAN ELEMENTARY 2 J9986A Aruba 24p 1000BASE-T PoE+ v3 zl2 Mod $ - $ - $ - MVMS 1 J9986A Aruba 24p 1000BASE-T PoE+ v3 zl2 Mod $ - $ - $ - MVMS 3 J9986A Aruba 24p 1000BASE-T PoE+ v3 zl2 Mod $ - $ - $ - RIVERBEND SCHOOL 2 J9986A Aruba 24p 1000BASE-T PoE+ v3 zl2 Mod $ - $ - $ - PACIFIC HIGH SCHOOL 3 J9986A Aruba 24p 1000BASE-T PoE+ v3 zl2 Mod $ - $ - $ - Total 25 $ - $ - $ - COLEMAN ELEMENTARY 2 J9990A NIKE ELEMENTARY 1 J9990A ROBERTSVILLE Elem 1 J9990A TRUMAN ELEMENTARY 1 J9990A ZITZMAN ELEMENTARY 2 J9990A MVMS 2 J9990A RIVERBEND SCHOOL 1 J9990A PACIFIC HIGH SCHOOL 2 J9990A Aruba 5400R 20-port 10/100/1000BASE-T PoE+ and 4-port 1G/10GbE SFP+ with MACsec v3 zl2 Module $ - $ - $ - Aruba 5400R 20-port 10/100/1000BASE-T PoE+ and 4-port 1G/10GbE SFP+ with MACsec v3 zl2 Module $ - $ - $ - Aruba 5400R 20-port 10/100/1000BASE-T PoE+ and 4-port 1G/10GbE SFP+ with MACsec v3 zl2 Module $ - $ - $ - Aruba 5400R 20-port 10/100/1000BASE-T PoE+ and 4-port 1G/10GbE SFP+ with MACsec v3 zl2 Module $ - $ - $ - Aruba 5400R 20-port 10/100/1000BASE-T PoE+ and 4-port 1G/10GbE SFP+ with MACsec v3 zl2 Module $ - $ - $ - Aruba 5400R 20-port 10/100/1000BASE-T PoE+ and 4-port 1G/10GbE SFP+ with MACsec v3 zl2 Module $ - $ - $ - Aruba 5400R 20-port 10/100/1000BASE-T PoE+ and 4-port 1G/10GbE SFP+ with MACsec v3 zl2 Module $ - $ - $ - Aruba 5400R 20-port 10/100/1000BASE-T PoE+ and 4-port 1G/10GbE SFP+ with MACsec v3 zl2 Module $ - $ - $ - Total 12 $ - $ - $ - ZITZMAN ELEMENTARY 1 JL001A Aruba 5412R 92GT PoE+/4SFP+ v3 zl2 Switch $ - $ - $ - RIVERBEND SCHOOL 1 JL001A Aruba 5412R 92GT PoE+/4SFP+ v3 zl2 Switch $ - $ - $ - PACIFIC HIGH SCHOOL 1 JL001A Aruba 5412R 92GT PoE+/4SFP+ v3 zl2 Switch $ - $ - $ - Total 3 $ - $ - $ - COLEMAN ELEMENTARY 1 JL003A Aruba 5406R 44GT PoE+/4SFP+ v3 zl2 Switch $ - $ - $ - NIKE ELEMENTARY 1 JL003A Aruba 5406R 44GT PoE+/4SFP+ v3 zl2 Switch $ - $ - $ - ROBERTSVILLE Elem 1 JL003A Aruba 5406R 44GT PoE+/4SFP+ v3 zl2 Switch $ - $ - $ - TRUMAN ELEMENTARY 1 JL003A Aruba 5406R 44GT PoE+/4SFP+ v3 zl2 Switch $ - $ - $ - MVMS 1 JL003A Aruba 5406R 44GT PoE+/4SFP+ v3 zl2 Switch $ - $ - $ - Total 5 $ - $ - $ - COLEMAN ELEMENTARY 4 JL083A Aruba 3810M/2930M 4SFP+ MACsec Module $ - $ - $ - NIKE ELEMENTARY 2 JL083A Aruba 3810M/2930M 4SFP+ MACsec Module $ - $ - $ - ROBERTSVILLE Elem 4 JL083A Aruba 3810M/2930M 4SFP+ MACsec Module $ - $ - $ - TRUMAN ELEMENTARY 3 JL083A Aruba 3810M/2930M 4SFP+ MACsec Module $ - $ - $ - ZITZMAN ELEMENTARY 3 JL083A Aruba 3810M/2930M 4SFP+ MACsec Module $ - $ - $ - MVMS 4 JL083A Aruba 3810M/2930M 4SFP+ MACsec Module $ - $ - $ - RIVERBEND SCHOOL 3 JL083A Aruba 3810M/2930M 4SFP+ MACsec Module $ - $ - $ - PACIFIC HIGH SCHOOL 11 JL083A Aruba 3810M/2930M 4SFP+ MACsec Module $ - $ - $ - Total 34 $ - $ - $ - COLEMAN ELEMENTARY 8 JL087A Aruba X372 54VDC 1050W Power Supply $ - $ - $ - NIKE ELEMENTARY 4 JL087A Aruba X372 54VDC 1050W Power Supply $ - $ - $ - ROBERTSVILLE Elem 4 JL087A Aruba X372 54VDC 1050W Power Supply $ - $ - $ -

TRUMAN ELEMENTARY 6 JL087A Aruba X372 54VDC 1050W Power Supply $ - $ - $ - ZITZMAN ELEMENTARY 7 JL087A Aruba X372 54VDC 1050W Power Supply $ - $ - $ - MVMS 11 JL087A Aruba X372 54VDC 1050W Power Supply $ - $ - $ - RIVERBEND SCHOOL 8 JL087A Aruba X372 54VDC 1050W Power Supply $ - $ - $ - PACIFIC HIGH SCHOOL 22 JL087A Aruba X372 54VDC 1050W Power Supply $ - $ - $ - Total 70 $ - $ - $ - COLEMAN ELEMENTARY 8 JL087A NIKE ELEMENTARY 4 JL087A ROBERTSVILLE Elem 4 JL087A TRUMAN ELEMENTARY 6 JL087A ZITZMAN ELEMENTARY 7 JL087A MVMS 11 JL087A RIVERBEND SCHOOL 8 JL087A PACIFIC HIGH SCHOOL 22 JL087A Total 70 $ - $ - $ - COLEMAN ELEMENTARY 1 JL320A Aruba 2930M 24G PoE+ 1-slot Switch $ - $ - $ - NIKE ELEMENTARY 1 JL320A Aruba 2930M 24G PoE+ 1-slot Switch $ - $ - $ - ROBERTSVILLE Elem 1 JL320A Aruba 2930M 24G PoE+ 1-slot Switch $ - $ - $ - ZITZMAN ELEMENTARY 1 JL320A Aruba 2930M 24G PoE+ 1-slot Switch $ - $ - $ - MVMS 3 JL320A Aruba 2930M 24G PoE+ 1-slot Switch $ - $ - $ - RIVERBEND SCHOOL 1 JL320A Aruba 2930M 24G PoE+ 1-slot Switch $ - $ - $ - PACIFIC HIGH SCHOOL 6 JL320A Aruba 2930M 24G PoE+ 1-slot Switch $ - $ - $ - Total 14 $ - $ - $ - COLEMAN ELEMENTARY 7 JL322A Aruba 2930M 48G PoE+ 1-slot Switch $ - $ - $ - NIKE ELEMENTARY 3 JL322A Aruba 2930M 48G PoE+ 1-slot Switch $ - $ - $ - ROBERTSVILLE Elem 3 JL322A Aruba 2930M 48G PoE+ 1-slot Switch TRUMAN ELEMENTARY 6 JL322A Aruba 2930M 48G PoE+ 1-slot Switch $ - $ - $ - ZITZMAN ELEMENTARY 6 JL322A Aruba 2930M 48G PoE+ 1-slot Switch $ - $ - $ - MVMS 8 JL322A Aruba 2930M 48G PoE+ 1-slot Switch $ - $ - $ - RIVERBEND SCHOOL 7 JL322A Aruba 2930M 48G PoE+ 1-slot Switch $ - $ - $ - PACIFIC HIGH SCHOOL 17 JL322A Aruba 2930M 48G PoE+ 1-slot Switch $ - $ - $ - Total 57 $ - $ - $ - COLEMAN ELEMENTARY 8 JL325A Aruba 2930 2-port Stacking Module $ - $ - $ - NIKE ELEMENTARY 4 JL325A Aruba 2930 2-port Stacking Module $ - $ - $ - ROBERTSVILLE Elem 4 JL325A Aruba 2930 2-port Stacking Module TRUMAN ELEMENTARY 6 JL325A Aruba 2930 2-port Stacking Module $ - $ - $ - ZITZMAN ELEMENTARY 7 JL325A Aruba 2930 2-port Stacking Module $ - $ - $ - MVMS 11 JL325A Aruba 2930 2-port Stacking Module $ - $ - $ -

RIVERBEND SCHOOL 8 JL325A Aruba 2930 2-port Stacking Module $ - $ - $ - PACIFIC HIGH SCHOOL 22 JL325A Aruba 2930 2-port Stacking Module $ - $ - $ - Total Proposed Cost C. Total Proposed Cost Total 70 $ - $ - $ - Proposed New Equipment with 1 yr software License #REF! #REF! #REF! with 3 yr Software License #REF! #REF! #REF! with 5 yr Software License #REF! #REF! #REF! NIKE ELEMENTARY $ - $ - $ - ZITZMAN ELEMENTARY MERAMEC VALLEY Middle PACIFIC SR HIGH TRUMAN ELEMENTARY ROBERTSVILLE Elem COLEMAN ELEMENTARY RIVERBEND SCHOOL Total Maintenance Total 0 $ - $ - Proposed Maintenance