Loading...
13-46 Resolution No. 13-46 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH TELCOM INNOVATIONS GROUP, L.L.C. FOR VOICE OVER IP PHONE SYSTEM UPGRADE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that Sean R. Stegall,City Manager,and Kimberly A.Dewis,City Clerk,be and are hereby authorized and directed to execute an Agreement with Telcom Innovations Group,L.L.C. on behalf of the City of Elgin for voice over IP phone system upgrade, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: March 6, 2013 Adopted: March 6, 2013 Omnibus Vote: Yeas: 7 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk 1 .r AGREEMENT THIS AGREEMENT is made and entered into this 6th day of March ,2013 ,by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY") and TELCOM INNOVATIONS GROUP, L.L.C. an Illinois corporation. (hereinafter referred to as "VENDOR"). WHEREAS, the CITY desires to engage the VENDOR to furnish certain goods and professional services for RFP Number: 13-003 for: Voice Over IP Phone System Upgrade (hereinafter referred to as the PROJECT); and WHEREAS, the VENDOR represents that he has the necessary expertise and experience to furnish such goods and services upon the terms and conditions set forth herein below. NOW,THEREFORE,it is hereby agreed by and between the CITY and the VENDOR that the CITY does hereby retain the VENDOR for and in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby acknowledged to act for and represent it in matters involved in the PROJECT as described herein, subject to the following terms and conditions and stipulations, to-wit: 1. SCOPE OF SERVICES A. All work hereunder shall be performed under the direction of the Director of Information Technology Services of the CITY, hereinafter referred to as the DIRECTOR". B. The VENDOR shall provide all of the services, equipment and licenses for conducting and implementing the tasks for the Voice Over IP Phone System Upgrade as required by City of Elgin RFP number 13-003. C. A detailed Scope of Services is attached hereto as Attachment A. 2. PROGRESS REPORTS A. An outline project milestone schedule is provided hereunder. B. The VENDOR will submit to the DIRECTOR Bi-Weekly a status report keyed to the project schedule. A brief narrative will be provided identifying progress, findings and outstanding issues. 3. WORK PRODUCTS All work products prepared by the VENDOR pursuant hereto including, but not limited to, reports, designs, calculations, work drawings, studies, photographs, models and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the DIRECTOR provided, however, that the VENDOR may retain copies such work products for its records. VENDOR's execution of this Agreement shall constitute VENDOR's conveyance and assignment of all right, title and interest, including but not limited to any copyright interest by the VEDNOR tot the CITY of all such work product prepared by the VENDOR pursuant to this Agreement. The CITY shall have the right either on its own or through other vendors as determined by the CITY to utilize and/or amend such work product. Any such amendment to such work product shall be at the sole risk of the CITY. Such work product is not intended or represented to be suitable fro reuse by the CITY on any extension to the PROJECT or on any other project, and such reuse I� shall be at the sole risk of the CITY without liability or legal exposure to the VENDOR. 2�2��►? 4. PAYMENTS TO THE VENDOR(Not To Exceed Method) A. The City shall reimburse the VENDOR for goods and professional services described in Attachment A. For goods and services provided the VENDOR shall be paid a total fee not to exceed $302,786 regardless of the actual costs incurred by the VENDOR unless substantial modifications to the scope of the work are authorized in writing by the DIRECTOR. B. The CITY shall make periodic payments to the VENDOR based upon actual progress within 30 days after receipt and approval of invoice. Said periodic payments to the VENDOR shall not exceed the amounts shown above. 5. INVOICES A. The VENDOR shall submit invoices in a format approved by the CITY. Progress reports (2B above) will be included with all payment requests. B. The VENDOR shall maintain records showing actual time devoted and cost incurred. The VENDOR shall permit the authorized representative of the CITY to inspect and audit all data and records of the VENDOR for work done under this Agreement. The VENDOR shall make these records available at reasonable times during the Agreement period, and for a year after termination of this Agreement. 6. TERMINATION OF AGREEMENT Notwithstanding any other provision hereof, the CITY may terminate this Agreement at any time upon fifteen (15) days prior written notice to the VENDOR. In the event that this Agreement is so terminated, the VENDOR shall be paid for services actually performed and reimbursable expenses actually incurred prior to termination, except that reimbursement shall not exceed the task amounts set forth under Paragraph 4 above. 7. TERM This Agreement shall become effective as of the date the VENDOR is given a notice to proceed and,unless terminated for cause or pursuant to Article 6, shall be deemed concluded on the date the CITY determines that all of the VENDOR's work under this Agreement is completed. A determination of completion shall not constitute a waiver of any rights or claims which the CITY may have or thereafter acquire with respect to any term or provision of the Agreement. 8. NOTICE OF CLAIM If the VENDOR wishes to make a claim for additional compensation as a result of action taken by the CITY,the VENDOR shall give written notice of his claim within 15 days after occurrence of such action. No claim for additional compensation shall be valid unless so made. Any changes in the VENDOR's fee shall be valid only to the extent that such changes are included in writing signed by the CITY and the VENDOR. Regardless of the decision of the DIRECTOR relative to a claim submitted by the VENDOR, all work required under this Agreement as determined by the DIRECTOR shall proceed without interruption. - 2 - y L' � 9. BREACH OF CONTRACT If either party violates or breaches any term of this Agreement, such violation or breach shall be deemed to constitute a default, and the other party has the right to seek such administrative, contractual or legal remedies as may be suitable to the violation or breach; and, in addition, if either party, by reason of any default, fails within fifteen(15) days after notice thereof by the other party to comply with the conditions of the Agreement, the other party may terminate this Agreement. Notwithstanding the foregoing or anything else to the contrary in this agreement, with the sole exception of the monies the CITY has agreed to pay to the VENDOR pursuant to Section 4 hereof, no action shall be commenced by the VENDOR or any other related entity against the CITY for monetary damages. VENDOR hereby further waives any and all claims or rights to interest on money claimed to be due pursuant to this Agreement, and waives any and all such rights to interest which it claims it may otherwise be entitled pursuant to law, including,but not limited to,the local government Prompt Payment Act(50 ILCS 50111, et seq.), as amended, or the Illinois Interest Act(815 ILCS 205/1, et seq.), as amended. The parties hereto further agree that any action by the VENDOR arising out of this Agreement must be filed within one(1)year of the . date the alleged cause of action arose or the same will be time barred. The provisions of this paragraph will survive any expiration, completion and/or termination of this Agreement. 10. INDEMNIFICATION To the fullest extent permitted by law, VENDOR agrees to and shall indemnify, defend and hold harmless the CITY, its officers, employees, agents, boards and commissions from and against any and all claims, suits, judgments, costs, attorney's fees, damages or other relief, including but not limited to workers compensation claims, in any way resulting from or arising out of negligent actions or omissions of the VENDOR in connection herewith, including negligence or omissions of employees or agents of the VENDOR arising out of the performance of this Agreement. In the event of any action against the CITY, its officers, employees, agents, boards or commissions, covered by the foregoing duty to indemnify, defend and hold harmless such action shall be defended by legal counsel of the CITY's choosing. The provisions of this paragraph shall survive any expiration, completion and/or termination of this Agreement. 11. NO PERSONAL. LIABILITY No official, director, officer, agent or employee of the CITY shall be charged personally or held contractually liable under any term or provision of this Agreement or because of their execution, approval or attempted execution of this Agreement. - 3 - Z� 12. INSURANCE A. Comprehensive Liability. The VENDOR shall provide, pay for and maintain in effect, during the term of this Agreement, a policy of comprehensive general liability insurance with limits of at least $1,000,000 aggregate for bodily injury and $1,000,000 aggregate for property damage. The VENDOR shall deliver to the DIRECTOR a Certification of Insurance naming the CITY as additional insured. The policy shall not be modified or terminated without thirty(30) days prior written notice to the DIRECTOR. The Certificate of Insurance which shall include Contractual obligation assumed by the VENDOR under Article 10 entitled "Indemnification" shall be provided. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. There shall be no endorsement or modification of this insurance to make it excess over other available insurance, alternatively, if the insurance states that it is excess or prorated, it shall be endorsed to be primary with respect to the CITY. B. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance covering all owned,non-owned and hired motor vehicles with limits of not less than $500,000 per occurrence for damage to property. C. Combined Single Limit Policy. The requirements for insurance coverage for the general liability and auto exposures may be met with a combined single limit of $1,000,000 per occurrence subject to a$1,000,000 aggregate. D. Professional Liability. The VENDOR shall carry Professional Liability Insurance covering claims resulting from error, omissions or negligent acts with a combined single limit of not less than $1,000,000 per occurrence. A Certificate of Insurance shall be submitted to the DIRECTOR as evidence of insurance protection. The policy shall not be modified or terminated without thirty(30) days prior written notice to the DIRECTOR. 13. CONSTRUCTION MEANS,METHODS, TECHNIQUES. SEQUENCES, PROCEDURES AND SAFETY The VENDOR shall not have control over or charge of and shall not be responsible for construction means,methods,techniques, sequences or procedures,or for safety precautions and programs in connection with the construction,unless specifically identified in the Scope of Services. 14. NONDISCRIMINATION In all hiring or employment made possible or resulting from this Agreement,there shall be no discrimination against any employee or applicant for employment because of sex, age,race, color, creed,national origin,marital status,of the presence of any sensory,mental or physical handicap, unless based upon a bona fide occupational qualification, and this requirement shall apply to, but not be limited to, the following: employment advertising, layoff or termination,rates of pay or other forms of compensation and selection for training,including apprenticeship. ��3 No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from this Agreement on the grounds of sex, race, color, creed, national origin, age except minimum age and retirement provisions, marital status or the presence of any sensory,mental or physical handicap. Any violation of this provision shall be considered a violation of a material provision of this Agreement and shall be grounds for cancellation, termination or suspension, in whole or in part, of the Agreement by the CITY. 15. ASSIGNMENT AND SUCCESSORS This Agreement and each and every portion thereof shall be binding upon the successors and the assigns of the parties hereto; provided, however, that no assignment shall be made without the prior written consent of the CITY. 16. DELEGATIQNS AND SUBCODURACTORS Any assignment,delegation or subcontracting shall be subject to all the terms,conditions and other provisions of this Agreement and the VENDOR shall remain liable to the CITY with respect to each and every item, condition and other provision hereof to the same extent that the VENDOR would have been obligated if it had done the work itself and no assignment, delegation or subcontract had been made. Any proposed subcontractor shall require the CITY's advanced written approval. 17. NO CO-PARTNERSHIP OR AGENCY This Agreement shall not be construed so as to create a partnership, joint venture, employment or other agency relationship between the parties hereto. 18. SEVERABILITY The parties intend and agreed that, if any paragraph, sub-paragraph, phrase, clause or other provision of this Agreement, or any portion thereof, shall be held to be void or otherwise unenforceable, all other portions of this Agreement shall remain in full force and effect. 19. HEADINGS The headings of the several paragraphs of this Agreement are inserted only as a matter of convenience and for reference and in no way are they intended to define,limit or describe the scope of intent of any provision of this Agreement, nor shall they be construed to affect in any manner the terms and provisions hereof or the interpretation or construction thereof. 20. MODIFICATION OR AMENDMENT This Agreement and its attachments constitutes the entire Agreement of the parties on the subject matter hereof and may not be changed, modified, discharged or extended except by written amendment duly executed by the parties. Each party agrees that no representations or warranties shall be binding upon the other party unless expressed in writing herein or in a duly executed amendment hereof, or change order as herein provided. 21. APPLICABLE LAW This Agreement shall be deemed to have been made in, and shall be construed in accordance with the laws of the State of Illinois. Venue for the resolution of any disputes or the enforcement of any rights pursuant to this Agreement shall be in the Circuit Court of Kane County, Illinois. - 5 - 1 22. NEWS RELEASES The VENDOR may not issue any news releases without prior approval from the DIRECTOR, nor will the VENDOR make public proposals developed under this Agreement without prior written approval from the DIRECTOR prior to said documentation becoming matters of public record. 23. COOPERATION WITH OTHER VENDORS The VENDOR shall cooperate with any other vendors in the CITY's employ or any work associated with the PROJECT. 24. INTERFERENCE WITH PUBLIC CONTRACTING The VENDOR certifies hereby that it is not barred from bidding on this contract as a result of a violation of 720 ILCS 5/33E et seq. or any similar state or federal statute regarding bid rigging. 25. SEXUAL HARASSMENT As a condition of this contract, the VENDOR shall have written sexual harassment policies that include, at a minimum, the following information: A. the illegality of sexual harassment; B. the definition of sexual harassment under state law; C. a description of sexual harassment, utilizing examples; D. the vendor's internal complaint process including penalties; E. the legal recourse,investigative and complaint process available through the Illinois Department of Human Rights, and the Illinois Human Rights Commission; F. directions on how to contact the department and commission; G. protection against retaliation as provided by Section 6-101 of the Human Rights Act. A copy of the policies shall be provided by VENDOR to the Department of Human Rights upon request 775 ILCS 5/2-105. 26. WRITTEN COMMUNICATIONS All recommendations and other communications by the VENDOR to the DIRECTOR and to other participants which may affect cost or time of completion, shall be made or confirmed in writing. The DIRECTOR may also require other recommendations and communications by the VENDOR be made or confirmed in writing. 27. NOTICES All notices, reports and documents required under this Agreement shall be in writing and shall be mailed by First Class Mail, postage prepaid, addressed as follows: - 6 - ^ l 1 �3 2�ti� A. As to CITY: Jeffery D. Massey Director of Information Technology Services City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to VENDOR: DOR: 1 I�vv� —Tv oovc(Ar �"iS ��" T ScU .1 Lv 6UI Y� 28. COMPLIANCE WIT14 LAWS Notwithstanding any other provision of this AGREEMENT it is expressly agreed and understood that in connection with the performance of this AGREEMENT that the VENDOR shall comply with all applicable Federal, State, City and other requirements of law, including,but not limited to, any applicable requirements regarding prevailing wages, minimum wage, workplace safety and legal status of employees. Without limiting the foregoing, VENDOR hereby certifies, represents and warrants to the CITY that all VENDOR'S employees and/or agents who will be providing products and/or services with respect to this AGREEMENT shall be legal residents of the United States. VENDOR shall also at its expense secure all permits and licenses,pay all charges and fees and give all notices necessary and incident to the due and lawful prosecution of the work, and/or the products and/or services to be provided for in this AGREEMENT. The CITY shall have the right to audit any records in the possession or control of the VENDOR to determine VENDOR'S compliance with the provisions of this section. In the event the CITY proceeds with such an audit the VENDOR shall make available to the CITY the VENDOR'S relevant records at no cost to the CITY. IN WITNESS WHEREOF,the parties hereto have entered into and executed this agreement effective as of the date and year first written above. FOR THE C THE VENDOR: Sean Stega 1 City Manager Attes a City Clerk - 7 - CITYOFELGIN REQUESTFORPROPOSALS VoiceOverlPPhoneSystemUpgrade RFP13-003 ELGIN R CityofElgin Inform ationTechnologyServicesDe part ment 150DexterCourt Elgin,IL60120 All Telcom Innovations Group responses and materials contained in this document including but not limited to:pricing, charts, diagrams, and other attachments shall be considered confidential and proprietary. January2,2013 i TABLE OF CONTENTS# SECTION PAGE InstructionstoVendors 3 Introduction. 4 ScopeofServices. 7 ProposaICostSubmittal. 11 Eva IuationofProposa1. 12 StandardFormsandRequiredSubmittaIs: Agreement. 13 VerificationRequirements. 20 Equal Em ploymentWrittenCommitmentGuideline. 21 SexualHarassment. 22 Bidder'sEmployeeUtiIization For m. 23 Tax/Collusion/Debarment/PrevailingWage/LegalStatusofEmployeesAffidavit 24 2 RFP No. 13-003, Voice Over IP Phone System Upgrade Due February 6, 2013 at 11:00 am City of Elgin, 150 Dexter Court,Elgin IL 60120-5555 Ph:(847)931-5605 Fx:(847)931-5689 Proposer Name: Telcom Innovations Group, LLC CONTACT. Matt Schwartz— Sr. Account Manager 630-616-4236, nischwartz Wask-tig.com CITY OF ELGIN,ILLINOIS,REQUEST FOR PROPOSALS INSTRUCTIONS TO VENDORS The City of Elgin requests proposals for a Voice Over IP Phone System Upgrade. This proposal process and award of the contract are made in conformance with Elgin Municipal Code Title 5. The City of Elgin reserves the right to reject any or all proposals, or any part thereof, or to accept any proposal or any part thereof, or to waive informalities in any proposal, if deemed to be in the best interest of the City. PLEASE SUBMIT PROPOSAL WITH ONE ORIGINAL AND ONE CD with the proposal number and name, time of opening, and company name clearly marked on the envelope to the City of Elgin Purchasing Department, 150 Dexter Court,Elgin, IL 60120-5555. Comply Prior to proposal opening, a Vendor may correct, modify or withdraw its proposal by making the request in writing prior to the time and date for the proposal opening. All corrections and modifications must be delivered to the Purchasing Department in a sealed envelope with a notation on the envelope indicating that it contains a modification or correction to the original proposal submitted,and identifying the proposal by name,number and opening date. Read and Understood Proposal awards made by the City Council of the City of Elgin may be corrected or amended in the sole discretion of the City Council prior to the city's execution and delivery of a signed agreement to a Vendor. Proposals must be signed by an authorized official of the Vendor's organization, and the name of the official and title typed below the signature. Proposals must be sealed in an envelope clearly marked with proposal name and due date written thereon. Faxed proposals will not be accepted.No proposal may be withdrawn after the scheduled closing time for receipt of proposals for 60 days. Award shall be made within 60 days unless award date is extended. Read and Understood Purchases made by the City of Elgin are exempt from the payment of federal excise tax and State of Illinois sales tax and any such taxes must not be included in the proposal prices. Unless otherwise indicated, deliveries are FOB destination Elgin, Illinois. Read and Understood In the case of a conflict between unit price and extended price, unit price shall take precedence. If goods are not delivered or services are not performed within the time frame specified in the Request for Proposal(or where no time is specified, within a reasonable time frame) the City of Elgin reserves the right to cancel the order or any part thereof. Read and Understood If required in the specifications, the Vendor must submit with its proposal a certified check or bid bond in the amount of five percent (5%) of the total base proposal, or other amount indicated herein, payable to the City of Elgin, as a guarantee that the selected Vendor will sign a contract and provide any required bonds or insurance within fifteen days of receiving the contract. The proceeds of the proposal guarantee shall become the property of the City if, for any reason, the selected Vendor withdraws its proposal before its expiration or cannot provide a signed contract, bonds and/or insurance within ten days after award. Read and Understood Proposals will be considered on goods complying substantially with specifications provided each deviation or alternative is identified and described in an attachment to the proposal. The City of Elgin reserves the right to determine whether such deviations or alternatives are acceptable. Brand names that may be mentioned in specifications as used only as a reference to the type and quality of goods desired unless otherwise indicated. Read and Understood The selected Vendor(s) must comply with all laws, rules and regulations pertaining to public contracts as adopted by the State of Illinois and the City of Elgin,including but not limited to the payment of prevailing wages. Comply Proposals must contain: 1.A signed Tax/Collusion/Debarment Affidavit 2.A signed Agreement. If awarded a contract,a fully executed copy will be sent to you. 3.A completed Bidder's Employee Utilization Form(if you employ 5 or more persons). 3 4.A signed Sexual Harassment Form 5.Any other information or materials required in the specifications. Comply to all above Bid announcements can be found on the City of Elgin Home Page at www.c*tvofelgin_org 4 Introduction The City of Elgin, Illinois (the City), invites qualified Vendors (Vendor) to submit responses to its Request for Proposal (RFP) to furnish Voice Over IP Phone System Upgrade. Proposals are to include pricing for all material, equipment, and labor to satisfy the RFP requirements. This RFP is part of a procurement process that helps us serve the City's best interests. It provides a formal and unrestrictive opportunity for the City to consider the services of responding Vendors. The process being used in this case should not be confused with the process of competitive sealed bidding. The latter process is usually used where the goods and services being procured can be precisely described and price is generally the determining factor. With a Request for Proposal and Competitive Negotiation, price is not required to be the determining factor, although it may be, and the City has the flexibility to negotiate with one or more Vendors to arrive at a mutually beneficial relationship. All questions about this process or the requirements must be in writing and forwarded to Purchasing Director Daina DeNye via e-mail to Denye_D @cityofelgin.org. Comply The City is not responsible for any cost a Vendor incurs in responding to this RFP or during participation in the negotiation process. Read and Understood The City of Elgin, Illinois is located in Northeastern Illinois and serves a population of approximately 110,000 and has 40 square miles encompassing its city limits. The City operates under a Council-Manager form of government in which the Manager serves as the Chief Executive Officer. City administration is divided into eight departments: Office of the City Manager, Legal Services, Fiscal Services, Public Services, Community Development, Police, Fire, and Parks & Recreation Department. The City employs approximately 1000 full-time and part-time employees. The City has voice & data network facilities located in 28 buildings throughout the City. The City has a converged voice, video and data network with City owned fiber optic cable inter-connecting all City facilities. The City currently deploys an Ethernet network with IOGB backbone, IOGB and 1 GB server connections, 1 GB and I OOMB to the IP Phone/desktop. The network is a multi-switch virtual core using Extreme Networks Summit Series X650 (5) for the core and X460 ethernet switches at the edge with the City Hall being the fiber network hub. The City currently uses the Cisco Unified Communications Manager VOIP phone system with Cisco Unity voice mail, Cisco Emergency Responder and the Cisco Customer Contact Center. The proposed VOIP solution must be compatible with Extreme Networks Summit Series X650 and X460 ethernet switches. Read and Understood, TIG has certified technicians for Cisco and is an Extreme Networks partner, so we are very familiar with the Summit Series switching network. The scope of services section will describe the subject area for which the City of Elgin is seeking a solution. The section will describe the required tasks, and set out basic requirements, which must be met as stated for the proposal to be considered. Vendors are free to propose any solution that meets the stated requirements. Read and Understood, TIG is proposing a Mitel solution which meets or exceeds all requirements. Questions about this RFP, scope of services, or submission requirements must be submitted in writing to Daina DeNye via e-mail to Denye_D @cityofelgin.org. Questions will be accepted until 9:OOam January 15, 2013. An addendum responding to all questions received by that time will be issued on Thursday January 16, 2013. The due date for responding to this RFP is I1:OOam Tuesday Feb 6, 2013. Read and Understood 5 Current Computing Environment There are approximately 510 networked HP PC clients connected to HP servers Citywide. The desktop PC's are Pentium's, each with local drives running Windows XP with Internet Explorer browser, Microsoft Exchange and Microsoft Office application suite. The network topology is 10/100/1000MB Ethernet to the desktop with a 10GB server backbone. There are approximately 110 mobile devices that connect to the City network via cellular data service. The devices connect via NetMotion mobility VPN or through the 2X remote application server. Microsoft Windows/Active Directory is the primary network OS for file, print and authentication services with Microsoft and LINIX servers used for application services. Several HP servers are designated as application servers running Windows 2003/2008 OS and MS SQL 2005 databases for general City.applications, including ESRI's GIS, Sungard Naviline Suite. All of the above mentioned servers reside at the Elgin City Hall. The City has an integrated enterprise backup and restore tape library system made by Exabyte, Inc. It utilizes Symantec Backup Exec backup software, an internal server and an Exabyte tape library and online storage area network (SAN). All servers Citywide are backed up to this device. The City's wide area network (WAN) consists of 28 sites connected via private fiber optic network. TCP/IP is the primary protocol. Wireless access is available at all City sites providing secured local network access and open Internet access. Internet Access and Security Primary Internet access is provided through Northern Illinois University NIUNet with secondary service from ComCast. The NIUNet connection is 100MB with 50MB ComCast service as a backup. Internet service is connected to redundant Palo Alto Networks PA-500 firewalls in the Elgin City Hall. More specifics to the computing environment relative to this project are as follows: Network Infrastructure • TCP/IP • Ethernet 10/100/1000Mb • Palo Alto PA-500 firewalls • Extreme Networks routers for wide area communication • Extreme Networks 10/100/1000Mb switches to desktop • 10 Gigabit switches at some large sites for server connections Network Servers • HP Intel Servers (qty < 20) • Multiple sets of failover ESX 4.1 VMware servers providing approximately 20 VM servers Microsoft 2003 and 2008 servers with Active Directory Microsoft domain controller and file and print at several sites • IBM iSeries AS400 1 production, 1 test/DR • HP Lefthand iSCSI SAN 6 TB usable Storage 4 TB Storage in use 6 Databases • DB2 on IBM AS400 • MS SQL 2005/SQL 2008 on Windows 2008 Collaboration • Outlook, SharePoint, Live Meeting and IM Desktop PC's(5 year replacement cycle) • HP Small Form Factor Computer • 600+Windows XP OS • Standard application include: a. MS Office 2010 b. Symantec anti-virus Enterprise Backup and Restore • Exabyte tape library with Symantec Backup Exec software • LTO-4 tape drive • 7 tape slots each tape will hold 800 GB • Total tape capacity is unlimited • Online backup SAN storage 4 TB IT Staff • 3 application specialists • 1 network specialists • 2 desktop support • 1 GIS specialists • 1 Database Administrator • 1 Webmaster • 1 IT Director Read and Understood Scope of Services The current VOIP network design and equipment have served the City well for the last ten years. The system is using Cisco Unified Communications Manager version 7.1.3 with 1000 device licenses, Cisco Unity Connections voice mail version 7.1.3 with 1000 mailbox licenses, Cisco Emergency Responder version 7.1.1, and Cisco Unified Customer Contact Center Express (enhanced) version 7.0.2 with 25 agent licenses. The existing servers are HP/Cisco DL380 G5. There are four (4) PRI circuits for PSTN connections, two (2) at the Elgin City Hall and two (2) at the Elgin Police Department. Read and Understood Current Equipment Current VOIP Equipment Configuration by Device Pool and Location: Parent Child Total Locations Total IP Analog Other Device Device Number Device Device Device Pools Pool of Phone Devices Elgin_Pool 215 Cisco 3725 2PR1 City Hall 150 Dexter 185 147 38 VG248 Ct60120 Hemmens 45 Symphony 30 20 10 Way 60120 Centre 78 Pool Centre 100 75 40 35 VG248 Symphony Way 60120 Hawthorne 28 Brookside 3 2 1 Nature Drive 60123 Center FS1_Pool Fire 550 Summit 27 23 4 1760V Station 1 St 60120 ATA186 FS2_Pool Fire 650 Big 14 10 4 1760V Station 2 Timber Rd ATA186 60123 FS3 Pool 18 Fire 2455 Royal 11 7 4 1760V Station 3 Blvd 60123 ATA186 Airlite 74 N Airlite St 7 5 2 Water 60123 Parent Child Total Locations Total IP Analog Other Device Device Number Device Device Device Pools Pool of Phone Devices 8 Parent Child Total Locations Total IP Analog Other Device Pools Device Number Device Device Device Pool of Phone Devices FS4 Pool 35 Fire 599 S Mclean 10 6 4 1760V Station 4 Blvd 60123 ATA186 Highlands 875 Sports 17 13 4 1760V Golf Club Way 60123 ATA186 Elgin 709 Sports 8 6 2 1760V Sports Way 60123 ATA186 Complex FS5_Pool Fire 13 804 Villa St 13 7 6 1760V Station 5 60120 ATA186 CEM_Pool Bluff City 9 945 Bluff City 9 6 3 1760V Cemete Blvd 60120 ATA186 LDP—Pool Lords 22 325 Hiawatha 22 14 8 1760V Park (4 Dr60120 ATA186 locations FS6_Pool Fire 21 707 W 21 15 6 1760V Station 6 Chicago St ATA186 60123 FS7_Pool 40 Fire 3270 24 18 6 1760V Station 7 Longcommon ATA186 Prkwy 60124 Bowes 1250 Bowes 16 11 5 1760V Creek Creek Blvd ATA186 Country 60124 Club PD—Pool Police 203 151 Douglas 203 155 48 3725 Dept Ave 60120 (2PR1) VG248 PublicWorks Public 46 1700 Holmes 46 40 6 1760V Works Rd 60123 ATA186 RIV_Pool Riverside 22 375 W River 22 18 4 1760V Water Rd 60123 ATA186 Plant SLD_Pool Slade 10 Slade Ave 10 6 4 1760V Water 60120 ATA186 Plant1 WGP_Pool Wing Park 17 1000 Wing St 17 11 6 1760V (3 60123 ATA18 locations Totals 790 580 210 9 Phones by device Type: Cisco 7912 130 Cisco 7940 349 Cisco 7960 57 Cisco ATA18642 Cisco VGC 3 Cisco 7925 4 Since much of the existing system is ten years old it is the intention of this project to replace the entire VOIP system. Proposals must include all necessary hardware, software and licensing for a complete turn-key VOIP system. Including appropriate IP-Analog converter devices to provide access for analog equipment (fax, phone, modem). The replacement devices for the 7940 and 7960 phones should provide 1 GB network switch interface for the phone/PC. Replacements for the 7912 phones should be 100MB interface but can be 1GB if the cost difference is negligible. Proposals must also include two (2) gateways for PSTN connections using two (2) T1 PRI circuits on each gateway. Read and Understood, TIG has proposed 6 Line phones for replacement of the 7912, 7940 and 7960 phones which exceeds current requirements. Gigabit (5320E) phones have been proposed for the 7940+. All ATAs where analog needs are required, we have proposed to utilize our own proprietary analog station gateways which can accommodate the City's needs in a like manner. Key System Requirements: The city has been utilizing VOIP for the last ten years and is well acquainted with the basic functionality provided by VOIP. Those functional requirements will not be spelled out here in detail, but are expected to be disclosed in the proposal response. At a minimum, the solution proposed must provide the equivalent functionality for user/device management, call routing management, voice mail, E911 location, and customer contact center, as provided by the following systems: Cisco Unified Communications Manager version 7.1. Cisco Unity Connections voice mail 7.1 Cisco Emergency Responder 7.1 Cisco Customer Contact Center 7.1 Read and Understood, our Contact Center with growth to double has been proposed with 25 agents and 3 supervisors. Full reporting, Salesforce.com integration, CTI integration and more have been included. All proposed software with the exception of proprietary trunk gateways (Fail-over)will be virtualized leveraging the existing VMware Environment at the City. In addition to the basic requirements above, the following are specifically required to be present in the proposed solution: System redundancy- no single point of failure in call routing/management, call center, voice mail, or E911 location address information Read and Understood, please see design overview in executive summary. Mitel's integrated notification and dispatch capabilities comply with E-911 legislation in North America. Our solution ensures immediate response to a 911 call. Emergency responders can pinpoint the location of the student or staff member who placed the distress call and send rapid assistance. Wireless phones in the classroom, instant paging, and features such as Record-a-Call, Malicious Call Tag, and text messaging make it possible to notify the masses and encourage proactive responses. These features also enable the ability to arrange instant emergency conferences as well as universally reach security personnel, and notify inbound callers about status updates. Through Recorded Messaging, Township High School District 211 could alert parents and staff of real-time changes to school or district information (e.g., poor weather) or to raise a health risk (e.g., flu outbreak). With Emergency Services support, when an emergency number is dialed (for example 911), a Customer Emergency Services ID (CESID) is sent from the 3300 ICP to the Public Safety Answering Point (PSAP). The CESID is used as a key for the PSAP to determine the precise location of the caller. CESID information is passed to ATT's Call Locator ID Software. Locator ID is a public safety service that displays specific station location information at a Public Safety Answering Point (PSAP) when someone dials 9-1-1 from a PBX. Locator ID allows the School District to provide the exact location of the 9-1- 1 call to the public safety dispatcher and a way for the District to update the 9-1-1 database with current location information. Locator ID Service provides address and location information for the stations that operate behind the PBX. Locator ID software purchase costs (one time and monthly recurring fees) are based on a graduated scale according to the number of stations included under contract. ATT is the only provider of this software. Locator ID software is required to pass location information from multiple addresses. Please contact ATT for exact pricing for the City's configuration. Please visit the following websites sponsored by The Illinois Commerce Commission for complete detail of 911 regulation and compliance. http://www.icc.illinois.gov/ The District is responsible for building the initial Call Locator ID Software database and updating it with moves, adds and changes. E911 - Basic Local Notification Buildings,Campus ' local or Remo:e Local P•AF C651ri Id��.._. F p3 [Alt � IT T 8. Gsf:r t.j Q Dri_ _ :J Database Fj Basic notification meansthat a notification of an outgoing 911 call is sent to the Console or a disptayset. Someone must be by the Console or the Set to seethe call.The call is not intercepted it is only displayed as info_ ESyatiunal Emergency, , \umber.- sxociaatiun .. E911 - Mitel IP PBX Telephone Moves Mitel IP PBX Layer 2 Swah LAN CE 10:613948SW4 Location:Phase 4.3F I'DIrikt R ory 3301 %-UJ F I G-D 3--4j 6139185014 4, Vft STP or CDP turned on,the telephone device receivesthe MAC address and port ID of the port it is connectedto.This info is passed to the 3300 as the telephone is registered.This info is placed in the PBX in special tables to facilitate the cross referencing and correlation of data. Onetablelinks the extension number to L2 MAC.to CESID Another table links CESIDto physical location These tables are populateddynamically based on the movement of IP Devices. E911 - Mitel IP PBX Telephone Moves Mitel IP PBX Layer 2 Switch LAN Floor 3 D N 3301 EL2 RACIPort:08-OD-CF-10-03•M CESID: location:, tiaso ocation:Phase 4,3F1 ON 3301 Moves IforriFloof3to Floor 2 Layer 2 Switch P I bor 2 ON 3301 L2fAACjPort:08-0D-OF-10-04-10 CES20;6134485a* Location:Phase 4.2G7 Dlrectayt+kxrbr pop -7,7 Commits L�Z,M W w CSID R 33)1 K-4485W4 Phi 4,YJ R -,''Utrect—, In this exercise the telephone device 3301 has moved. The 3300 has re- correlated the CESID in its database. E911- Detection and Routing Buildings,Campus Local or Remote Lcca PSAP r�.er C—S.D J G,D _ (EI C-A O wT'f AU atabase i 513 948 50UY Company,3reet address ?Vase a,•33FL rap Bad Rum The CLI of the trunk used by the outbound call is substituted by a CESID. A unique number associated with the physical location of the calling device. Many devices can have the same CESID. This is based on the granularity of how you want to pinpoint the caller. To the device, the area, the floor. One area must have a max of 40,OOOsq ft (open view). SIP based system Comply, our solution fully supports open SIP standards. SIP phones could be utilized on our system or the City could use the Mitel IP Phones which are dual mode (both SIP and MiNet-proprietary Mitel protocol) Dial-in Conference Bridge capability for at least ten concurrent callers Comply End user desktop application for user presence, voicemail access, desktop phone integration, IM client Comply Native mobile app for iOS devices and Android devices to allow access for incoming/outgoing calls from the end user desktop phone number, access to voicemail, user presence and IM Comply Integration with Microsoft active directory Comply Integration with Microsoft Exchange/Outlook Comply Ease of use for provisioning/managing end users and devices Comply, all system admin is done centralized via web browser. All locations will be clustered together so that changes made will propagate across the network. Customer Contact Call Center requirements: 9 CTI integration with Salesforce.com CRM Comply I Call Center skills based routing Call Center longest available routing Call Center round robin routing Reporting on call volumes, wait time in queue, abandoned calls, and call dispositions Supervisor monitoring, call recording and barge-in Comply to all Contact Center requirements Professional Services: A primary goal of the infrastructure upgrade is to create a redundant and highly available network and to eliminate any single point of failure. Professional services are required to create a configuration for a distributed server/appliance environment in two or more city buildings for the PSTN connection, call routing management, voicemail, customer contact center and E911 location server/appliance services. Comply Project management services are not required or requested from the Vendor. City IT staff will provide project management. Read and Understood Rack Mounting & Installation services are not required or requested from the Vendor. City IT staff will perform the hardware rack installations. Read and Understood Implementation Plan Please provide a detailed work plan including vendor's methodology for implementing the proposed solution including a Gantt chart. This section should address all key phases including project planning, configuration, testing, rollout and support. A project plan listing tasks, dependencies, owner (vendor or City) and associated labor hours is required. Responses should include implementation plan considerations including estimated time frame and deliverables for various stages of the project. Key areas of interest include testing procedures and project risk mitigation to avoid system downtime. Read and Understood The new system must work in parallel with the existing Cisco system to allow full interoperability, four digit dialing, inbound and outbound PSTN calling. This will allow for a manageable replacement program to replace existing phones on the existing system with new phones on the new system over a scheduled time frame. Comply Additional Services Additional work above and beyond stated scope of services may, from time to time, be requested by the City. All such additional work must be authorized by the City in writing. For all additional work, vendor is requested to provide a proposal which shall include a breakdown of the hourly rate which will be applicable, in determining the cost of these services, by major category of employee; for these additional services, billing will be broken down into time per category by major task. These fees will be fixed for the initial period of two years, and negotiated thereafter. Prior to accepting an assignment for additional work, you will be requested to provide a proposed fee for the task on a "not to exceed" basis prior to receiving authority to proceed. Read and Understood 10 Proposal Cost Submittal Please provide all individually identifiable costs required to provide the proposed equipment and professional services. Please indicate quantities, per unit costs and extended costs. The City is exempt from sales tax. Tax exempt certificate#E9996-0771-10 Hardware Qty: Unit Cost: Ext Cost: Servers: PRI PSTN Gateways: Other Switches: Telephones: Analog converters: Other hardware: Software Licenses: Professional Services: Other Costs: (Please Itemize) Grand Total Proposed Cost: The first year of system maintenance should be included in the purchase price. Please provide detailed cost information for annual maintenance for hardware and software beginning in year 2. Annual Maintenance Hardware: Annual Maintenance Software: Read and Understood, please see our detailed cost information sheet. Client References Please provide at least two references for similar systems installed within the last two years: Customer Name Lake County Contact Name John Barker Contact Address 18 N. County, Lake County, IL Contact Telephone Number 847-377-2777 Contact E-mail JBarker @co.lake.il.us Description of Comparative System —please be specific and detailed on # of ACD agents, locations& phones 11 This customer has a 21+ site Mitel network with over 3000 Mitel Superset 4000 series and IP telephones. Centralized voice mail. Customer Name Palatine School District #15 Contact Name Carol Gaiewski Contact Address 110 N Harrison Street Palatine, IL 60067 Contact Telephone Number (847) 963-3230 Contact E-mail caaiewskc(@ccsd 15.net Description of Comparative System —please be specific and detailed on # of ACD agents, locations & phones 20+ Schools running Mitel Communications Director in a virtualized environment with Centralized NuPoint Voicemail, similar IP Phones and over 1500 IP Phones deployed. Customer Name Warren Township SD 121 Contact Name Bill Chapin Contact Address 34090 Almond Rd Gurnee, IL Contact Telephone Number 847-599-4301 Contact E-mail bchapin awths.net Description of Comparative System — please be specific and detailed on # of ACD agents, locations & phones 2 Large High Schools with IP Phones and IP Networking between locations. Customer Name West Bend SD #1 Contact Name Jim Dolley Contact Address 735 S. Main St, West Bend, WI Contact Telephone Number (262) 335-8303 12 Contact E-mail idolley(cDwest-bend.k 1 2.wi.us Description of Comparative System —please be specific and detailed on # of ACID agents, locations& phones 1 1 Schools, IP Networked with Centralized Voicemail and approx 1000 IP Phones 13 Project Schedule GANT Chart and outline of Project Milestones. iJ I?emiption Responsi►billiry Week T ee-k 11 Week TVeek IV_eaIk =>! 6 ' ---------- D.2c -------------------------------------------s---------}.a-------------- - ------ ---------- ------------- ----------------------- -------------------------------------- ------------------------------------ ------------------------------------------------------------ ------------------------------------ ------------------------------------I-----#---- --------- ----------- ----------- --------- J -------------------------------------.- - --------------------- --°----- its).+j'_Le•S >--------- --------------------- ----- D St --------' ---------- �r=-`.�M.-�Sr3� �..•�IV_____-- -^_-s.--_.ATM��.�_, _.. ___^.__»-_._ _--..---_-^- __.-__..__,._ --- -------------- --------- ----------- ------------ ----------- ------------ --- 3 - --- ---;------ F----------- ----------------------------------------------------------------------- ------------------------------------ _._ v _ -- ----_---_------------------------------ ----------------------- ----------------------------------------------- ------------ ------ --------------------------------------- ------------------------------------------------ ----------- ------------------------ ---------- ----------------------- 'rL. 3[('1.�'�- T!74•nar,= C• i.7rrM..?, i lf; ti IT_ ----a'T---------------------------- --------------------------------—-- --__---_-___ _--___----_ ___-_----__ ---_--------I----------- I Di --------------------------------------•------------—-------=- -- ---------- --- s c,iio,:,- , ii. - Dzr. t Project Milestones: Contract Executed Scheduled completion date: Monday following Elgin City Council Meeting On-Site customer meeting Scheduled completion date: 3 Days following Contract execution Database Gathered Scheduled completion date: 10 Days following On-Site customer meeting Equipment Set-up Scheduled completion date: 10 Days following Database Gathering Installation Scheduled completion date: 10 Days following Equipment setup Customer Training Scheduled completion date: 3 Days following Installation Wrap-up Scheduled completion date: 3 Days following Training i City of Elgin-TIG Proposal 1410 *11) MITEL e, Exclusive Business ELGI Partner ,N THE CITY IN'THE SUBURBS BASE PROPOSAL . ae r� a TIG Part# Description Qty List Ext.List %Cust Cust Price Ext Cust MCD-Core Hardware and Software 84010781 Virtual MCD Enterprise Bundle 1 3,495.00 3,495.00 40.00 2,097.00 2,097.00 vMCD;vMAS,vMBG,Ent UCC,Active Directory MCD-Solution Licenses 84010007 MCD Enterprise User License 162 180.00 29,160.00 40.00 108.00 17,496.00 Desktop Devices-IP Phones and Accessories 80011223 5320 IP Phone 130 250.00 32,500.00 40.00 150.00 19,500.00 80011506 5320E IP PHONE 406 315.00 127,890.00 40.00 189.00 76,734.00 81306130 5610 IP DECT Handset Bundle 4 495.00 1,980.00 40.00 297.00 1,188.00 81021202 LIVE CONTENT SUITE(5320/30/40/60) 1 - - 0.00 - - Unified Communications 84009298 UC Advanced 500 User Package 1 44,550.00 44,550.00 40.00 26,730.00 26,730.00 84009298 UC Advanced 1 Deskphone License 36 99.00 3,564.00 40.00 59.40 2,138.40 84010631 UC Advanced Mobile Smartphone 500 User Pkg 1 26,550.00 26,550.00 40.00 15,930.00 15,930.00 84010551 UCC Entry User Lic for Ent'prise 10 245.00 . 2,450.00 40.00 147.00 1,470.00 84010845 AMC UCC License MGR for Enterprise 1 - - 0.00 - - NuPoint Unified Messaging 84009139 NP.Std UM,1 user 6 17.50 105.00 40.00 10.50 63.00 84009140 NP.Std UM,10 users 2 150.00 300.00 40.00 90.00 180.00 84009141 NuPoint UM Standard 500 User Pkg 1 6,000.00 6,000.00 40.00 3,600.00 3,600.00 Mitel Applications Suite 84009794 MAS NPUM M'Box&Calldir3300(1 User) 6 40.00 240.00 40.00 24.00 144.00 84010642 MAS NPM for MCD 10 Mailbox Licenses 2 350.00 700.00 40.00 210.00 420.00 84010645 MAS NPM for MCD 500 Mailbox Licenses 1 7,000.00 7,000.00 40.00 4,200.00 4,200.00 84010647 Mitel Collaboration Advanced(10 Ports) 1 3,455.00 3,455.00 40.00 2,073.00 2,073.00 Software Assurance and Support 84010229 STD SWAS MCD USER 163 10.00 1,630.00 38.00 6.20 1,010.60 84010233 STD SWAS UCA DESKPHONE 536 11.00 5,896.00 38.00 6.82 3,655.52 84010252 STD SWAS MEG BASE 1 25.00 25.00 38.00 15.50 15.50 84010254 STD SWAS MAS BASE 1 100.00 100.00 38.00 62.00 62.00 84010255 STD SWAS MAS NPM MAILBOX 526 3.50 1,841.00 38.00 2.17 1,141.42 84010261 STD SWAS MAS AWC AUDIO PORT 10 33.00 330.00 38.00 20.46 204.60 84010562 STD SWAS UCC Entry 10 11.00 110.00 38.00 6.82 68.20 84010787 STD SWAS Virtual MCD Base 1 125.00 125.00 38.00 77.50 77.50 84010854 STD SWAS ULM Enterprise 2 - - - Special Promotions Move to Mitel One Time Up Front Discount 1 (49,720.90) (49,720.90) 299,996.00 130,477.84 Page 1 of 5 City of Elgin-TIG Proposal HIM TIG Part# Description Qty List Ext.List %Cust'Cust Price Ext Cust MCD-Core Hardware and Software 80011301 3300 We III Enterprise with Dual PRI 1 9,150.00 9,150.00 40.00 5,490.00 5,490.00 80010137 Analog Service Unit,(2)24 Port cards 1 2,420.00 2,420.00 40.00 1,452.00 1,452.00 84007733 MCD ONS license 34 75.00 2,550.00 40.00 45.00 1,530.00 84010362 Enterprise License Group 1 1,000.00 1,000.00 40.00 600.00 600.00 Software Assurance and Support 84010227 STD SWAS MCD BASE(INCL 16 USERS) 1 125.00 125.00 38.00 77.50 77.50 84010228 STD SWAS MCD ONS(ANALOG) 34 4.00 136.00 38.00 2.48 84.32 84010451 STD SWAS Designated License Mgr 1 - - - - _ 15,381.00 9,233.82 TIG Part# Description Qty List Ext.List %Cust Cust Price Ext Cust MCD-Core Hardware and Software 80011127 3300 CX II Enterprise with ASU II(1)24 Port card 1 6,990.00 6,990.00 40.00 4,194.00 4,194.00 84007733 MCD ONS license 6 75.00 450.00 40.00 45.00 270.00 Software Assurance and Support 84010227 STD SWAS MCD BASE(INCL 16 USERS) 1 125.00 125.00 38.00 77.50 77.50 84010228 STD SWAS MCD ONS(ANALOG) 6 4.00 24.00 38.00 2.48 14.88 7,589.00 4,556.38 TIG Part# Description Qty List Ext.List %Cust Cust Price Ext Cust MCD-Core Hardware and Software 80011128 3300 CX II Enterprise with ASU II(2)24 Port card 1 7,850.00 7,850.00 40.00 4,710.00 4,710.00 84007733 MCD ONS license 31 75.00 2,325.00 40.00 45.00 1,395.00 Software Assurance and Support 84010227 STD SWAS MCD BASE(INCL 16 USERS) 1 125.00 125.00 38.00 77.50 77.50 84010228 STD SWAS MCD ONS(ANALOG) 31 4.00 124.00 38.00 2.48 76.88 10,424.00 � 6,259.38 MOWo _ TIG Part# Description Qty List Ext.List %Cust Cust Price Ext Cust MCD-Core Hardware and Software 80011125 3300 CX II Enterprise base 1 4,665.00 4,665.00 40.00 2,799.00 2,799.00 Software Assurance and Support 84010227 STD SWAS MCD BASE(INCL 16 USERS) 1 125.00 125.00 38.00 77.50 77.50 ____. __ ____�___ -• 4,790.00 � 2,876.50 TIG Part# Description Qty List Ext.List %Cust Cust Price Ext Cust MCD-Core Hardware and Software 80011125 3300 CX II Enterprise base 1 4,665.00 4,665.00 40.00 2,799.00 2,799.00 Software Assurance and Support 84010227 STD SWAS MCD BASE(INCL 16 USERS) 1 125.00 125.00 38.00 77.50 77.50 4,790.00 2,876.50 NEC Nq TIG Part# Descriptions Qty List Ext.List %Cust Cust Price Ext Cust MCD-Core Hardware and Software 80011125 3300 CX II Enterprise base 1 4,665.00 4,665.00 40.00 2,799.00 2,799.00 Software Assurance and Support 84010227 STD SWAS MCD BASE(INCL 16 USERS) 1 125.00 125.00 38.00 77.50 77.50 - - 4,790.00 2,876.50 Page 2 of 5 City of Elgin-TIG Proposal u TIG Part# Description Qty List Ext.List %Cust Cust Price Ext Cust MCD-Core Hardware and Software 80011125 3300 CX II Enterprise base 1 4,665.00 4,665.00 40.00 2,799.00 2,799.00 Software Assurance and Support 84010227 STD SWAS MCD BASE(INCL 16 USERS) 1 125.00 125.00 38.00 77.50 77.50 ._.._.. - - -- 4,790.00 2,876.50 TIG Part# Description Qty List Ext.List %Cust Cust Price Ext Cust MCD-Core Hardware and Software 80011125 3300 CX II Enterprise base 1 4,665.00 4,665.00 40.00 2,799.00 2,799.00 Software Assurance and Support 84010227 STD SWAS MCD BASE(INCL 16 USERS) 1 125.00 125.00 38.00 77.50 77.50 -- --- 4,790.00 2,876.50 TIG Part# Description Qty List Ext.List %Cust Cust Price Ext Cust MCD-Core Hardware and Software 80011125 3300 CX II Enterprise base 1 4,665.00 4,665.00 40.00 2,799.00 2,799.00 Software Assurance and Support 84010227 STD SWAS MCD BASE(INCL 16 USERS) 1 125.00 125.00 38.00 77.50 77.50 ___---_-.__...._........._......___..___.......------- _ ---.----_----._r.___ 4,790.00 2,876.50 s-. TIG Part# Description Qty List Ext.List %Cust Cust Price Ext Cust MCD-Core Hardware and Software 80011125 3300 CX II Enterprise base 1 4,665.00 4,665.00 40.00 2,799.00 2,799.00 Software Assurance and Support 84010227 STD SWAS MCD BASE(INCL 16 USERS) 1 125.00 125.00 38.00 77.50 77.50 __.- - .......... ___ _ _._.... - ......___... - _._.__..._..... 4,790.00 2,876.50 TIG Part# Description Qty List Ext.List %Cust Cust Price Ext Cust MCD-Core Hardware and Software 80011125 3300 CX II Enterprise base 1 4,665.00 4,665.00 40.00 2,799.00 2,799.00 Software Assurance and Support 84010227 STD SWAS MCD BASE(INCL 16 USERS) 1 125.00 125.00 38.00 77.50 77.50 -- -------- -- --------------- -- --- 4,790.00 2,876.50 TIG Part# Description Qty List Ext.List %Cust Cust Price Ext Cust MCD-Core Hardware and Software 80011126 3300 CX II Enterprise with Analog Option Board 1 5,265.00 5,265.00 40.00 3,159.00 3,159.00 Software Assurance and Support 84010227 STD SWAS MCD BASE(INCL 16 USERS) 1 125.00 125.00 38.00 77.50 77.50 ._._..__.................. _ -...-_-_-----____-. 5,390.00 3,236.50 - TIG Part# Description Qty List Ext.List %Cust Cust Price Ext Cust MCD-Core Hardware and Software 80011125 3300 CX II Enterprise base 1 4,665.00 4,665.00 40.00 2,799.00 2,799.00 Software Assurance and Support 84010227 STD SWAS MCD BASE(INCL 16 USERS) 1 125.00 125.00 38.00 77.50 77.50 _...._.. ------ ---_-.................._.-...__............_._._...._........... --......__..._-....._..._...._._..__.._....- ---._.............---_.. --_.-_....._.._..__.... ---- 4,790.00 2,876.50 Page 3 of 5 City of Elgin-TIG Proposal TIG Part# Description Qty List Ext.List %Cust Cust Price Ext Cust MCD-Core Hardware and Software 80011126 3300 CX II Enterprise with Analog Option Board 1 5,265.00 5,265.00 40.00 3,159.00 3,159.00 Software Assurance and Support 84010227 STD SWAS MCD BASE(INCL 16 USERS) 1 125.00 125.00 38.00 77.50 77.50 5,390.00 3,236.50 TIG Part# M Description Qty List Ext.List %Cust Cust Price Ext Cust MCD-Core Hardware and Software 80011126 3300 CX II Enterprise with Analog Option Board 1 5,265.00 5,265.00 40.00 3,159.00 3,159.00 Software Assurance and Support 84010227 STD SWAS MCD BASE(INCL 16 USERS) 1 125.00 125.00 38.00 77.50 77.50 - ---------- --- --- ----- --� --- ----- --- 5,390.00 3,236.50 TIG Part# Description Qty List Ext.List %Cust Cust Price Ext Cust MCD-Core Hardware and Software 80011126 3300 CX II Enterprise with Analog Option Board 1 5,265.00 5,265.00 40.00 3,159.00 3,159.00 Software Assurance and Support 84010227 STD SWAS MCD BASE(INCL 16 USERS) 1 125.00 125.00 38.00 77.50 77.50 5,390.00 3,236.50 :mom • �. TIG Part,# Description Qty List Ext.List %Cust Cust Price Ext Cust MCD-Core Hardware and Software 80011126 3300 CX II Enterprise with Analog Option Board 1 5,265.00 5,265.00 40.00 3,159.00 3,159.00 Software Assurance and Support 84010227 STD SWAS MCD BASE(INCL 16 USERS) 1 125.00 125.00 38.00 77.50 77.50 _.__._..-._.--•---..___.__.._......_.-.....____._ ..__..-.._._......-___._____-----_.-_.--_-.-__-..__.._._..___.__.._...-_..--- --.__._.__...._.....-_-. 5,390.00 3,236.50 Nil TIG Part# Description Qty List Ext.List %Cust Cust Price Ext Cust MCD-Core Hardware and Software 80011301 3300 We III Controller with Dual PRI 1 9,150.00 9,150.00 40.00 5,490.00 5,490.00 80010137 Analog Service Unit,(2)24 Port cards 1 2,420.00 2,420.00 40.00 1,452.00 1,452.00 84007733 MCD ONS license 44 75.00 3,300.00 40.00 45.00 1,980.00 Software Assurance and Support 84010227 STD SWAS MCD BASE(INCL 16 USERS) 1 125.00 125.00 38.00 77.50 77.50 84010228 STD SWAS MCD ONS(ANALOG) 44 4.00 176.00 38.00 2.48 109.12 15,171.00 9,108.62 4 TIG Part# Description Qty List Ext.List %Cust Cust Price Ext Cust MCD-Core Hardware and Software 80011126 3300 CX II Enterprise with Analog Option Board 1 5,265.00 5,265.00 40.00 3,159.00 3,159.00 Software Assurance and Support 84010227 STD SWAS MCD BASE(INCL 16 USERS) 1 125.00 125.00 38.00 77.50 77.50 - _ 5,390.00 _- 3,236.50 I ME TIG Part# Description Qty List Ext.List %Cust Cust Price Ext Cust MCD-Core Hardware and Software 80011125 3300 CX II Enterprise base 1 4,665.00 4,665.00 40.00 2,799.00 2,799.00 Software Assurance and Support 84010227 STD SWAS MCD BASE(INCL 16 USERS) 1 125.00 125.00 38.00 77.50 77.50 4,790.00 2,876.50 - Page 4 of 5 City of Elgin-TIG Proposal TIG Part# Description Qty List Ext.List %Cust Cust Price Ext Cust F MCD-Core Hardware and Software 80011125 3300 CX II Enterprise base 1 4,665.00 4,665.00 40.00 2,799.00 2,799.00 Software Assurance and Support 84010227 STD SWAS MCD BASE(INCL 16 USERS) 1 125.00 125.00 38.00 77.50 77.50 - -------._.._......_.... - ---- - 4,790.00 2,876.50 TIG Part# Description Qty List Ext.List %Cust Cust Price Ext Cust MCD-Core Hardware and Software 80011126 3300 CX II Enterprise with Analog Option Board 1 5,265.00 5,265.00 40.00 3,159.00 3,159.00 Software Assurance and Support 84010227 STD SWAS MCD BASE(INCL 16 USERS) 1 125.00 125.00 38.00 77.50 77.50 5,390.00 � 3,236.50 TIG Part# Description Qty List Ext.List %Cust Cust Price Ext CustH Customer Interaction Solutions 81305659 CC Salesforce.com Connector 1 5,000.00 5,000.00 40.00 3,000.00 3,000.00 81305669 Integrated Client-5 pack 1 600.00. 600.00 40.00 360.00 360.00 81305670 Integrated Client-10 pack 2 1,150.00 2,300.00 40.00 690.00 1,380.00 84007622 CCM BE Base 5 Agents&1 Supervisor 1 2,700.00 2,700.00 40.00 1,620.00 1,620.00 84007634 CCM BE 5 Agent Reporting Agent Pack 4 1,600.00 6,400.00 40.00 960.00 3,840.00 84007635 CCM BE 1 Supervisor Desktop 2 150.00 300.00 40.00 90.00 180.00 84007676 CCM BE 5 Agent Desktop Pack 4 200.00 800.00 40.00 120.00 480.00 Software Assurance and Support - 81305678 CC Software Assurance:Standard 1,647 1.00 1,647.00 38.00 0.62 1,021.14 �- 19,747.00 11,881.14 -. r Total Equipment with 1 Year Software Assurance List Price 458,728.00 Discounted Total 225,814.18 WNWIM12,ON Labor,Installation,Programming,Project Management, Training Labor 536 140.00 75,040.00 10.00 126.00 67,536.00 Total List Price 533,768.00 Discounted Total 293,350.18 One Time Discount(Based on above exact quantities) (52,710.09) Project Grand Total(Turn-key with 1 Year TIG Maintenance) 240,640.09 a Subject to Configuration Changes Mitel Software Assurance Year 2 $ 9,246.68 annually Year 3 $ 9,246.68 annually Year 4 $ 9,246.68 annually Year 5 $ 9,246.68 annually TIG On-Going Standard Maintenance Year 2 $ 8,422.40 annually Year 3 $ 8,422.40 annually Year 4 $ 8,422.40 annually Year 5 $ 8,422.40 annually Page 5 of 5 City of Elgin-TIG Proposal 'Description Qty List Ext.List %Cust Cust Price Ext Cust Add 2nd vMCD for Data Center 2 1 1,620.00 1,620.00 38 1,004.40 1,004.40 Eliminate 19 Controller in Original Order -1 98,009.00 (98,009.00) 38 58,853.38 (58,853.38) Enterprise User License 66 180.00 11,880.00 38 111.60 7,365.60 EUL SWA 66 10.00 660.00 38 6.20 409.20 UCC Standard 238 365.00 86,870.00 38 226.30 53,859.40 UCC Stnd SWA 238 26.00 6,188.00 38 16.12 3,836.56 Add PRI to CX II 1 1,000.00 1,000.00 38 620.00 620.00 Increase Vmail to 800 User total w/Standard UM (237 additional) 1 12,324.00 12,324.00 38 7,640.88 7,640.88 Add Call Accounting 800 Exentions 1 7,875.00 7,875.00 38 4,882.50 4,882.50 Add IVR outbound Callback 1 12,960.00 12,960.00 38 8,035.20 8,035.20 UCA Smartphone Changes 500 to 200,100 stand- alone,100 with a deskphone 1 (15,340.00) (15,340.00) 38 (9,510.80) (9,510.80) Changed 18 of the 5320E to 5330E and added 18 DECT Headsets 1 9,900.00 9,900.00 38 6,138.00 6,138.00 515 Twinning Licenses(540 IP Phones less 25 ACD) 515 65.00 33,475.00 38 40.30 20,754.50 MCA(Collaboration)from 10 Ports audio only to Audio/Video/Web 52 Ports 1 2,500.00 2,500.00 38 1,550.00 1,550.00 ATA devices(89 Ports) 1 4,000.00 4,000.00 0 4,000.00 4,000.00 UCA Deskphone -1 44,550.00 (44,550.00) 40 26,730.00 (26,730.00) Labor 140 140.00 19,600.00 10.00 126.00 17,640.00 52,953.00 Sub-Total 42,642.06 Base Bid Project Total 240,640.09 Additional Add-Ons 42,642.06 Project Grand Total 283,282.15 Add unique user profile for all 100 Smartphone UCA users-ability to login to any deskphone and twinning with mobile phone Twinning License 100 65.00 6,500.00 38 40.30 4,030.00 Enterprise User License 100 180.00 18,000.00 38 111.60 11,160.00 EUL SWA 100 10.00 1,000.00 38 6.20 620.00 Labor 50 140.00 7,000.00 10.00 126.00 6,300.00 32,500.00 Sub-Total 22,110.00 Page 1 of 1 City of Elgin-TIG Proposal Description Qty List Ext.List %Cust Cust Price Ext Cust Add 2nd vMCD for Data Center 2 1 1,620.00 1,620.00 38 1,004.40 1,004.40 Eliminate 19 Controller in Original Order -1 98,009.00 (98,009.00) 38 58,853.38 (58,853.38) Enterprise User License 66 180.00 11,880.00 38 111.60 7,365.60 EUL SWA 66 10.00 660.00 38 6.20 409.20 UCC Standard 238 365.00 86,870.00 38 226.30 53,859.40 UCC Stnd SWA 238 26.00 6,188.00 38 16.12 3,836.56 Add PRI to CX II 1 1,000.00 1,000.00 38 620.00 620.00 Increase Vmail to 800 User total w/Standard UM (237 additional) 1 12,324.00 12,324.00 38 7,640.88 7,640.88 Add Call Accounting 800 Exentions 1 7,875.00 7,875.00 38 4,882.50 4,882.50 Add IVR outbound Callback 1 12,960.00 12,960.00 38 8,035.20 8,035.20 UCA Smartphone Changes 500 to 200,100 stand- alone,100 with a deskphone 1 (15,340.00) (15,340.00) 38 (9,510.80) (9,510.80) Changed 18 of the 5320E to 5330E and added 18 DECT Headsets 1 9,900.00 9,900.00 38 6,138.00 6,138.00 515 Twinning Licenses(540 IP Phones less 25 ACD) 515 65.00 33,475.00 38 40.30 20,754.50 MCA(Collaboration)from 10 Ports audio only to Audio/Video/Web 52 Ports 1 2,500.00 2,500.00 38 1,550.00 1,550.00 ATA devices(89 Ports) 1 4,000.00 4,000.00 0 4,000.00 4,000.00 UCA Deskphone -1 44,550.00 (44,550.00) 40 26,730.00 (26,730.00) Labor 140 140.00 19,600.00 10.00 126.00 17,640.00 52,953.00 Sub-Total 42,642.06 Base Bid Project Total 240,640.09 Additional Add-Ons 42,642.06 Sub-Total 283,282.15 Add unique user profile for all 100 Smartphone UCA users-ability to login to any deskphone and twinning with mobile phone Twinning License 100 65.00 6,500.00 38 40.30 4,030.00 Enterprise User License 100 180.00 18,000.00 38 111.60 11,160.00 EUL SWA 100 10.00 1,000.00 38 6.20 620.00 Labor 50 140.00 7,000.00 10.00 126.00 6,300.00 32,500.00 Sub-Total 22,110.00 Sub-Total 305,392.15 Additional Discount (6,392.15) Total $ 299,000.00 Add 10 Additional Phones,Licenses and Twinning Description Qty List Ext.List %Cust Cust Price Ext Cust 5320E IP PHONE 10 315.00 3,150.00 40.00 189.00 1,890.00 Twinning License 10 65.00 650.00 38 40.30 403.00 Enterprise User License 10 180.00 1,800.00 38 111.60 1,116.00 EUL SWA 10 10.00 100.00 38 6.20 62.00 Labor 10 140.00 1,400.00 10.00 126.00 1,260.00 7,100.00 Sub-Total 4,731.00 Discount on Phone Purchase (945.00) Total Add 10 Phones with Licensing 3,786.00 Project Grand Total (Turn-Key) 302,786.00 Page 1 of 1